Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

2304_File503944817

Download as pdf or txt
Download as pdf or txt
You are on page 1of 239

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

NATIONAL HIGHWAYS AUTHORITY OF INDIA


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

REGIONAL OFFICE – BHOPAL

Request for Proposal (RFP)


For

Supervision Consultant for supervision during O&M of Mandla-Chilpi


section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in the
state of Madhya Pradesh

December 2024
NATIONAL HIGHWAYS AUTHORITY OF INDIA
E-6/47, Smriti Parisar , Near Sai Board , Arera Colony , Bhopal (MP) -462016
Bhopal Madhya Pradesh 482008
Phone No.0755-2426638
Email ID: robhopal@nhai.org

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

CONTENTS

Particulars

SECTION 1. INFORMATION TO CONSULTANTS..................................................................


SECTION 2. LETTER OF INVITATION TO CONSULTANTS ..................................................
SECTION 3. FORMATS FOR SUBMISSION OF FIRMS CREDENTIALS ...............................
SECTION 4. FORMAT FOR SUBMISSION OF TECHNICAL PROPOSAL ..............................
SECTION 5. FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL. ..............................
SECTION 6. TERMS OF REFERENCE FOR SUPERVISION CONSULTANT .......................
SECTION 7. DRAFT FORM OF CONTRACT ..........................................................................

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

REQUEST FOR PROPOSAL (RFP)

Section: 1. INFORMATION TO CONSULTANTS

Consultancy Package No. NHAI/RO-BPL/JBP/SC-O&M/NH-30/M-C/2024 Dated 24th December, 2024

Sub.: Supervision Consultant for supervision during O&M of Mandla-Chilpi section of NH-30 from Ch.
Km. 89+600 to Ch. Km. 192+400 in the state of Madhya Pradesh

GENERAL: -

1. The National Highways Authority of India (NHAI) invites proposals for engaging a Supervision
Consultant (SC) on the basis of International Competitive Bidding for the following contract
package in the State of Madhya Pradesh under NHDP Phase-V program.

Table 1:Details of Project

NH Project Project Length Assignment


S. No. Consultancy Package State
No. Stretch (Km) period (months)
Supervision Consultant for supervision Ch. Km.
during O&M of Mandla-Chilpi section of NH- 89+600 to
1 46 MP 92.35 km. 60 months
30 from Ch. Km. 89+600 to Ch. Km. Ch. Km.
192+400 in the state of Madhya Pradesh. 192+400

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

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

2. Selection of SC shall be as per selection procedures given in the Model Concession Agreement
and general procurement methods followed in NHAI. The selected SC shall be intimated to the
Concessionaire.

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

4. The Operation & Maintenance of DBFOT projects broadly include Operation and Maintenance
activities of the Concessionaire for completed construction works and Projects Facilities are
opened to traffic as per the Concession Agreements.

5. As per the Terms and Conditions of the Concession Agreement(s), the Supervision Consultant is
broadly required to:

i. Review of the Drawings and Documents.


ii. Determine the Project Facilities Completion Schedule.
iii. Review, inspection, and monitoring of Construction Works.
iv. Conducting Tests on completion of construction and issuing Completion Certificate.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

v. Review, inspection, and monitoring of O&M.


vi. Review, inspection, and monitoring of Divestment Requirements.
vii. Determining, as required under the Agreement, the costs of any works or services
and/or their reasonableness.
viii. Determining, as required under the Agreement, the period, or any extension thereof,
for performing any duty or obligation.
ix. Assisting the Parties in resolution of disputes; and
x. Undertaking all other duties and functions in accordance with the Concession
Agreement.

6. The interested consultancy firms may download the RFP from NHAI Website from 24.12.2024
to 23.01.2025 up to 1100 hrs. The Consultant who download the RFP document from the
website will be required to pay the non-refundable fee of Rs.5,000/- towards cost of RFP to
the following Bank Account:

S. No. Description Remarks


1 Name of Beneficiary National Highways Authority of India
2 Name of Bank Canara Bank
3 Address of Bank Branch Arera Colony Branch, Bhopal
4 Account No. 1471201001629
5 IFSC Code CNRB0001471

Consultancy Firms are required to submit payment receipt as proof of payment to the above
said Bank Account along with the Technical Proposal. Consultancy firms are required to
mention “NHAI/RO-BPL/JBP/SC-O&M/NH-30/M-C/2024” in the payment receipt. The RFP
will be invited through e-tendering portal. Refer Procedure under e-tendering for submission
of RFP through e-tendering.

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

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

9. The total time period for the assignment as a Supervision Consultant will be 60 months. On
expiry or termination of aforesaid period, the Authority may in its discretion renew the
appointment.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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

11. (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 9 (iii) of data sheet).
The associate firm can provide equipment-based road inspection services for any of the 5
equipment viz., (i) Network Survey Vehicle including all modules required as per technical
specifications, (ii) Falling Weight Deflectometer, (iii) Mobile Bridge Inspection Unit and (iv)
Retro Reflectometer (v) Automatic Traffic Counter cum Classifier (ATCC). However, the
associate(s) cannot be common for 2 or more bidders. If any associate is common with 2 or
more bidders, all those bids shall 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 the Associate firm during RFP proposal and
implementation of contract should be limited to two (2).

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

12. Consulting firms meeting the following criteria and not in conflict of interest with the
Concessionaire are only eligible to apply for this assignment. Firms not meeting these criteria
need not apply.

A. Eligibility criteria for sole applicant.

Experience of the applicant in completed projects in last seven years

Preparation of DPR Annual Turnover*


Project Supervision/SC (NH/SH/Equivalent)
(NH/SH/Equivalent)
S.No.
The firm should have experience of Project
Supervision/SC of Annual turnover
The firm should have prepared (average of last 5 years
DPR/FS cum PPR for at least a. At least two construction projects of four/six or in each of the
Two projects of 2/4/6 laning** of laning** of 30% of project length each or one preceding two years) of
1.
30% of project length each or one project of 2/4/6 laning of 50% of project length the firm from
project of 2/4/6 laning of 50% of and consultancy business
project length. At least one O&M project under DBFOT/OMT/ O should be equal to or
& M of two/four/six laning** of 50% of project more than Rs.5 Crore.
length.
* Annual Turnover should be duly certified by a statutory body like a Chartered Accountant
or Independent Auditors who are competent to do so as recognized by the State concerned.

** Similar projects mean 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
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

of 1.5. Experience of 4/6 lane shall be considered interchangeably for 2/4/6 laning projects.
For 2/4/6 laning projects, experience of 2 lane will be considered with a multiplication
factor of 0.4.

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

Lead Partner should meet at least 75% and JV partner should meet at least 40% eligibility
criteria for Annual Turnover. Lead partner and the JV partner both shall have experience of
at least one project of eligible category as in para 12 (A) above.

Note:

The weightage given for experience of a firm would depend on the role of the firm in the
respective assignments. The firm’s experience would get full credit if it was the sole firm in
the respective assignment. Experience weightage for firms joining Lead partner JV partner
shall be considered in the same proportion as mentioned in their MOU/ Agreement among
JV member w.r.t sharing of their work responsibility, (MOU for sharing of payment or
transfer of fund shall not be considered as valid Document) ** 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 accepted. In the absence of experience certificate from the client,
proportion of payment received towards Consultancy work duly certified by statutory body
like Chartered Accountant or Independent Auditors who are competent to do so as
recognized by the State concerned shall be accepted. Annual turnover duly certified by
Chartered Accountant shall be accepted. In case of non- availability of such documents no
weightage of turnover/experience will be considered.

13. Restriction as per General Financial Rule (GFR) 144 (xi):

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

14. Self-certification for meeting local content requirement:

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

(i) ‘Class–I local bidder’ means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for ‘ Class–I local bidder’ under

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

this RFP. The ‘local content’ requirement to categorize a bidder as ‘Class–I local bidder’ is
minimum 50%.

(ii) ‘Class–II local bidder’ means a bidder, whose goods, services or works offered for
procurement, meets the minimum local content as prescribed for ‘Class–II local bidder’ under
this RFP. The ‘local content’ requirement to categorize a bidder as ‘Class–II local bidder’ is
minimum 20%.

(iii) ‘Non-local bidder’ means a bidder, whose goods, services or works offered for
procurement, has local content less than that prescribed for ‘Class–II local’ under this RFP.

(iv) ‘Local content’ means the amount of value added in India which shall be the total
value of item procured (excluding net domestic indirect taxes) minus the value of imported
content in the item (including all customs duties) as a proportion of the total value, in
percent.

In case estimated project cost is above Rs. 10 crores, the ‘Class–I local bidder’ / ‘Class–
II local bidder’ shall provide a certificate from the statutory auditor or cost auditor of the
company (in case of companies) or from a practicing cost accountant or practicing chartered
accountant (in respect of suppliers other than companies) giving the percentage of local
content.

15.

a. The applicant shall use the Link ‘Data Lake Portal’ available on NHAI website nhai.gov.in to
communicate with NHAI website nhai.gov.in to communicate with NHAI and concessionaire for
all contractual correspondence.

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

16. Following enhancement factor will be used for the cost of services provided and
for the turnover from consultancy business to a common base value for works
completed in India:

Year of completion of services / turnover Enhancement factor


Financial year in which RFP invited 1.00
One year prior to RFP 1.10
Two years prior to RFP 1.21
Three years prior to RFP 1.33
Four years prior to RFP 1.46
Five years prior to RFP 1.61

Applicant should indicate actual figures of costs and amount for the works
executed by them without accounting for the above-mentioned factors.

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

17. The Bidder including individual or any of its Joint Venture Member should, in the
last 2 years, have neither failed to perform for the works of Expressways, National
Highways, ISC (Inter State Connectivity) & EI (Economic Importance) works, as
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

evidenced by imposition of a penalty by an arbitral or judicial authority or a


judicial pronouncement or arbitration award against the Bidder including
individual or any of its Joint Venture Member, as the case may be, nor has been
expelled or terminated by Ministry of Road Transport & Highways or its
implementing agencies for breach by such Bidder including individual or any of its
Joint Venture Member. Consultants (sole firm or lead firm and any of the JV
partners) who have been debarred by NHAI and the debarment is in force as on
date of application, need not apply as their RFP proposal will not be entertained.

The Consultants debarred on the date of issue of Letter of Acceptance (LoA) shall
not be considered for placement of contract. Contracts concluded before the issue
of the debarment/declaration as non-performer order shall, not be affected by
the debarment orders issued subsequently.

In case, any debarred/declared non-performer firm submits the bid, the same will
be ignored. In case such firm is preferred bidder (H-1), next firm with highest
combined score shall be considered as H-1.

Debarment/declaration as non-performer of a particular firm shall automatically


extend to all its allied firms. In case a joint venture/consortium is debarred, all
partner/members shall stand debarred, all partner/members shall stand debarred
for the entire period.

18. NHAI shall not be responsible for any delay in receiving the Proposal online and
reserves the right to accept/reject any or all applications without assigning any
reason thereof.

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

19. Technical Proposal and Financial Proposals shall have to be submitted only in
Electronic Form (to be uploaded on the e-portal). In the event, any of the
instructions mentioned here in have not been adhered to NHAI may reject the
Proposal.

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

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

22. RFP submission must be received not later than 23.01.2025 up to 11:00 Hrs.
(Online Only) in the manner specified in the RFP document at the address given
below.
The Regional Officer Bhopal,
National Highways Authority of India,
E-6/47, Smriti Parisar , Near Sai Board ,
Arera Colony , Bhopal (MP) -462016
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Phone No.0755-2426638
Email robhopal@nhai.org

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Section:2 LETTER OF INVITATION TO CONSULTANTS

1. INTRODUCTION

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

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

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

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

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

1.6 Those Consultants who were engaged by Ministry/ NHAI for the above project as Design
Consultants for preparation of Detail Project Reports shall not be permitted to submit
proposal for providing the consultancy services as Independent Consultant for the same
project for first Operation and Maintenance period of the project either individually or in
JV with other firms. The restriction herein shall not apply after a period of 5(five) years
from the completion of their DPR consultancy assignment for the project.

1.7 The Consultant will not propose any personnel who have been engaged by the
Concessionaire on the same project within the last one year.

1.8 Consultant have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of their client, or than may reasonably be
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

perceived as having this effect. Failure to disclose said situations may lead to the
disqualification of the Consultant or the termination of its Contract and/or any other
action as deemed fit by the Authority at any stage.

1.9 It is the NHAI’s policy that the consultants observe the highest standard of ethics during
the selection and execution of such contracts. In pursuance of this policy, the NHAI:

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

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

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


paid to agents relating to this proposal and during execution of the assignment if the
Consultant is awarded the Contract, in the Financial Proposal.

1.11. The Data Sheet indicates how long Consultants’ Proposals must remain valid after the
submission date. During this period, Consultants shall maintain the availability of
Professional staff nominated in the Proposal. The Client will make its best effort to
complete the process within this period. Should the need arise, however the Client may
request Consultants to extend the validity period of their proposals. Consultants who agree
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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 consider of the originally submitted CV(s) only irrespective of
replacement sought. Consultants who do not agree have the right to refuse to extend the
validity of their Proposals.

2. CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS

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

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

3. PREPARATION OF PROPOSAL

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

Part 1: Technical Proposal and

Part 2: Financial Proposal.

The Technical Proposal and The Financial Proposal should be submitted only in
Electronic Form. No hard copy of the Technical Proposal and Financial Proposal is to be
submitted. Please also refer to “procedure under e-tendering” defined in the RFP in this
regard. The proposal shall be written in the English language as specified in the Data
Sheet. All pages of the Proposal shall be signed by an authorized representative. The
representative’s authorization shall be confirmed by written Power of Attorney duly
notarized to be submitted with the proposal. In the case of JV, a MoU indicating the
specific Projects, input and role of each Partner etc. shall be submitted with the proposal.

Part 1: Technical Proposal

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

3.2 You are expected to examine all terms and conditions included in the documents. Failure
to act or to provide all requested information will be at your own risk and may result in
rejection of your proposal.

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

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

ii. The Consultants should prefer to field as many of their permanent staff as possible
and higher marks should be given in this regard. The permanent staff would be
considered those already employed with the firm prior to one year from the month
during which this Tender Notice is issued. More weightages will be given to those
key personnel who are employed for more years with the firm.

iii. No alternative to key professional staff may be proposed and only one Curriculum
Vitae (CV) may be submitted for each position and

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

v. For Key Personnel e.g., Team Leader, Highway Maintenance cum Resident
Engineer, Bridge/ Structural Engineer and Road Safety Expert, the Consultants
should prefer candidates having worked on PPP Projects. Such personnel shall be
rated higher than the candidates having no such experience at all”.

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

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


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

ii. Site Appreciation: limited to four A4 size pages in1.5 space and 12 font including
photographs, if any.

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

a. Surface defects detection and roughness measurement using Network Survey


Vehicle

b. Pavement strength measurement using FWD.

c. Bridge inspection using Mobile Bridge Inspection Unit

d. Road signs inspection using Retro Reflectometer

e. Traffic count using Automatic Traffic Counter cum Classifier (ATCC)

iv. Proposed Quality Audit Methodology including Quality Assurance Plan

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

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

vii. Requirement for submission of CVs.

a. CVs strictly in the prescribed format and recently signed in blue ink on each
page by both the proposed professional staff and the Managing Director/Head or
the authorized representative of the firm.

b. Key information should include years with the firm and the degree of
responsibility held in various assignments. In CV format, in summary, the
individual shall declare his qualification & total experience (in years) against the
requirements specified in TOR for the position (Ref. Enclosure-B of TOR).

 If any information is found incorrect/fake/inflated in the CV, at any


stage, debarment of the key personnel from future MoRT&H or its
Executing Agencies projects up to 2 years may be taken by MoRT&H or its
Executing Agencies.

 In case, the information contained in the CV for the duration in which the
key personnel were employed by the firm, proposing his candidature is
found incorrect/fake/inflated at any stage, action including termination
of the consultancy agreement and debarment of the firm up to 2 years
from future MoRT&H or its Executing Agencies projects shall be taken by
MoRT&H or its Executing Agencies.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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

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

c. If the same CV is submitted by two or more firms, zero marks shall be given for
such CV. The age limit for key personnel is 65 years as on the date of bid
submission. The proof of age and qualification of the key personnel must be
furnished in the technical proposal.

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

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

f. If a CV scores less than 75% marks, whatever marks it scores will be carried
forward for maximum 2 nos. key personnel for determining the total score of the
firm. However, if the Key Personnel does not fulfil the minimum academic
qualification (as mentioned at Enclosure-B of TOR of RFP), the overall score of
his CV will be evaluated as zero. If the Key Personnel does not fulfil the
minimum qualification related to experience (as mentioned at Enclosure-B of
TOR of RFP), then zero marks will only be assigned for that sub criteria, but the
marks obtained by the CV of the Key Personnel will be carried forward for
maximum 2 nos. key personnel for determining the total score of the firm. In the
case of a firm that is H-1, then a maximum of 2 (two) such Key Personnel (whose
CV scores less than 75% or who does not fulfil the minimum qualification) will
have to be replaced by the firm before signing the contract.

The reduction in remuneration of such replacements shall be at the rate of 10%


for each replacement. In the event the penalty is not paid by the Consultancy
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Firm, the same shall be recovered from encashment of performance security of


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

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

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

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

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

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

xii) In case, consultant firms’ experience/document is found to be false at any stage


i.e., from bidding to completion of services, the consultancy contract shall be
terminated, and consultant firm shall be debarred for a period of 2 years.

3.5 The technical proposal must not include any financial information.

Part 2: Financial Proposal

3.6 Your Financial Proposal must be strictly using the formats attached in Section 5. No
additional items/quantities other than those specified in the formats should be
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

proposed by the Consultants since the same shall not be considered for the
evaluation/award. For the first 12 months from the Date of Commencement of
Services, Consultants shall be paid billing rates as indicated above. Beginning 13th
months of the services provided, billing rates shall be increased on all items of
contract inter alia including vehicle hire, office rent, consumables, furniture etc @
5% every 12 months for local currency for the subsequent period of services rendered
by the personnel of all categories namely (i) key Personnel; (ii) sub-Professional
personnel and (iii) Support staff. However, for evaluation and award of the Bid
proposals, the quoted initial rate (as applicable for the first 12 months) shall be
multiplied by the total time input for each position on this contract, i.e., without
considering the increase in the billing rates.

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

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

3.9 The Goods and service tax shall be considered for release along with invoice, subject
to condition that Consultant submits the proof of deposit of the same with a
Certificate from CA firm within a period of 90 days of receipt of such Goods and
service tax.

4. SUBMISSION, RECEIPT AND OPENING OF PROPOSALS

4.1 PREPARATION & SUBMISSION OF APPLICATIONS:

The Applicants shall submit the proposal (Proof of Eligibility and Technical Proposal) in
online form with all pages numbered serially and by giving and index of submissions.
Copies of Applications shall not be submitted and considered.

Technical proposals and financial proposals are only to be submitted online and no hard
copy should be submitted.

i. Detailed RFP may be downloaded from https://nhai.gov.in/ and


https://etenders.gov.in/ the Application may be submitted online following the
instructions appearing on the screen. A Vendor manual containing the detailed
guidelines for e-tendering system is also available on https://etenders.gov.in/ .
ii. The following shall be the form of various documents in the Application:
A. Only Electronic Form (to be uploaded on the https://etenders.gov.in/ )
a. Technical proposal as indicated in para ‘B’ below.
b. Financial proposal as per format prescribed in SECTION-5 OF RFP.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

B. Technical Proposal in Electronic form to be uploaded on the


https://etenders.gov.in/ including:
a. Power of Attorney for signing the Application
b. If applicable, the Power of Attorney for Lead Member of JV.
c. Copy of Memorandum of Understanding between JV partners, if applicable.
d. Copy of Memorandum of Understanding with Associate, if applicable
e. Firm’s credentials as per format prescribed in SECTION-3 OF RFP. (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.)
g. Payment Receipt as proof of payment of Rs. 5,000/- (Rupees Five thousand only) to the
Bank Account of Authority as mentioned in Para 6 of Section: 1. INFORMATION TO
CONSULTANTS thereby mentioning “NHAI/RO-BPL/JBP/SC-O&M/NH-30/M-C/2024”;
h. Bidders have to comply with the NHAI Policy Circular no. 5.8 dated 29.12.2020 (and its
subsequent amendments) regarding Integrity pact.
iii. Applicants may be asked to submit the original documents specified above at
point no.4.1 (ii) B above together with their respective enclosures to the
authority before signing of Agreement.
iv. The Applicant shall upload scanned copies of the Technical Proposal and Financial
Proposal as specified in point nos. 4.1 (ii) A & B above on the
https://etenders.gov.in/ before 11:00 hours Indian Standard Time on the Application
due date i.e. on 23.01.2025. Technical and Financial Proposal is to be submitted
On-line only and no hard submission is to be made.
v. It may be noted that the scanned copies can be prepared in file format i.e. PDF
and/or ZIP only.
C. Procurement of Consultants through INFRACON Portal (to be uploaded on
www.infracon.nic.in)

i) All the Consultancy Firms and key personnel must register on www.infracon.nic.in
portal and should upload their technical proposals / credentials in public domain.
This Portal has the facility to host Firms & Personnel credentials online with option
to link to Aadhaar & Digi locker for data validation & purity.

ii) The Applicant shall ensure that they have uploaded modules stipulated in MoRT&H
Circular No.RW-NH-35075/1/2010-S&R dt. 28.10.2015 on www.infracon.nic.in, failing
which the bid submitted will be summarily rejected.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

4.2 Modification / Substitution/ Withdrawal of bids:

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

ii. Any alteration/ modification in the Bid or additional information supplied


subsequent to the Bid Due Date, unless the same has been expressly sought for by the
Authority, shall be disregarded.

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

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

v. Before withdrawal of a bid, it may specifically be noted that after withdrawal of a


bid for any reason, the bidder cannot re-submit e-bid again.

4.3 OPENING AND EVALUATION OF APPLICATIONS:

i. Opening of Proposals will be done online for Technical Proposal and Financial Proposal.
ii. For participating in the tender, the authorized signatory holding Power of Attorney shall
be the Digital Signatory. In case the authorized signatory holding Power of Attorney and
Digital Signatory are not the same, the bid shall be considered non - responsive.
The Authority shall open Technical Proposal received as mentioned in point nos. 4.1 (ii) B
at 11:30 hours Indian Standard Time on the Application due date i.e.24.01.2025 in the
presence of the Applicants who choose to attend. This Authority will subsequently open
the Technical Proposal as mentioned in point no.4.1(ii)A(a) above and evaluate the
Applications in accordance with the provisions set out in the RFP.

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

5. PROPOSAL EVALUATION

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

5.2 Deleted.

5.3 Technical Proposal

i. The Evaluation Committee appointed by the NHAI shall carry out its evaluation applying
the evaluation criteria and point system specified in the data sheet. Each responsive
proposal shall be attributed a technical score (St.) The technical proposal should score at
least 75 points to be considered responsive. The Authority shall shortlist 5 (five) top firms
on the basis of their technical score not in the conflict of interest with the concessionaire.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

ii. The Technical Evaluation made by NHAI based on the evaluation criteria will be made
available on NHAI website i.e., www.nhai.gov.in or e-tender portal
https://etenders.gov.in/, giving opportunities to respond within 7 days in case of
objection, if any.

5.4 Financial Proposal

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

ii. The Financial Proposals shall be opened through e-tender portal 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.

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

iv. The Evaluation Committee shall determine if the financial proposal is complete and
without computational errors. The order of priority among these firms on the basis of
financial bids will also be determined and the lowest financial bid shall rank first for award
of contract.

v. The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The
financial scores (Sf) of the other Financial Proposals will be computed as

a. Sf = 100 x Fm/F, where Sf is the financial score. Fm is the lowest price and F, the
price of the proposal under consideration. Proposals shall finally be ranked
according to their combined technical (St) and financial (Sf) scores using the
weights indicated in the data sheet:
b. S = St x T% + Sf x P%.
c. Where S is the combined score, and T% and P% are weights assigned to Technical Proposal and
Financial Proposal, that shall be 0.80 and 0.20 respectively.

vi. The Firm achieving the highest combined technical financial score shall be declared as the
most preferred bidder (H-1). In the event the proposals of two or more consultants have

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

the same scores in the final ranking, the proposal with the highest technical score should
be ranked first as per procedure defined below:

(i) Among all the responsive bidder, the most preferred bidder will be termed as H-1. If H-
1 is ‘Class-I Local Bidder’, the contract will be awarded to H-1.

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

(iii) In case such preferred eligible ‘Class–I local bidder’ fails to match the H-1 price, the
‘Class–I local bidder’ with next Highest combined score (having next Highest combined
Technical and Financial Score as per RFP among Class–I local bidders), within the margin of
purchase preference shall be invited to match the H-1 price and so on and contract shall
be awarded accordingly. In case none of the ‘Class–I local bidder’ within the margin of
purchase preference matches the H-1 price, the contract shall be awarded to the H-1
bidder.

‘Margin of purchase preference’ means the maximum extent to which the price quoted by
‘Class–I local bidder’ may be above/below the H-1 for the purpose of purchase preference.

The margin of purchase preference shall be 20%.

vii. Interviews of Key Personnel of the H-1 Consulting firm shall be held in accordance with
NHAI Policy Circular no. 10.1.30/2021 dated 15.11.2021 and 10.1.35/2022 dated
11.10.2022 (and its subsequent amendments thereof).

6. Replacement of Personnel

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

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

6.3 It is the responsibility of the Consultant, before submitting the financial proposal, to
contact the local tax authorities to determine the local tax amount to be paid by the

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Consultant under the Contract. Having selected a firm, among other things, on the basis of
an evaluation of proposed key professional staff, the Contract will be finalized.

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

7. AWARD OF CONTRACT

7.1 The Client shall award the Contract to the selected Consultant.

7.2 The successful firm with whom the contract is signed is expected to commence the
assignment on the date and at the location specified in the data sheet.

8. PERFORMANCE CLAUSE

i. Supervision Consultants shall be expected to fully comply with all the provisions of the
`Terms of Reference’ and shall be fully responsible for supervising and ensuring that the
Designs, Construction and Maintenance and Operation of the facility takes place in
accordance with the provisions of the Concession Agreement. Failure of the Supervision
Consultant to notifying NHAI and the Concessionaire on non-compliance of the provisions of
the Concession Agreement by the Concessionaire, non-adherence to the provision of ToR
and non-adherence to the time schedule prescribed under ToR shall amount to non-
performance.

ii. The Supervision Consultant shall appoint senior most technical director or equivalent as its
authorized representative, who shall correspond with the NHAI besides Team Leader to
monitor the performance of its staff, undertake quarterly site inspections and give a
report to NHAI on such inspection for comments and suggestions of NHAI for future
compliance. The proposal submitted shall also include the name of the authorized
representative along with the authorization letter and power of attorney. No separate
payment shall be made for such inputs and site visits of the authorized representative as
the same shall be treated as incidental to the assignment.

9. PENALTY PROVISIONS

In case of deficiency in services, the penal action shall be initiated in terms of Clause
3.1.3 of General Conditions of Contract.

10. CONSULTANT’S PROPOSAL

10.1 Broad job-description and minimum qualification and experience requirements for key
personnel mentioned above are given in Enclosure–B. However, higher marks shall be
accorded to the Candidate with higher relevant qualification and experience in PPP
projects. The age of the Key Personnel should not be more than 65 years on the date of
submission of proposal. Consultants are advised in their own interest to frame the
technical proposal in an objective manner as far as possible so that these can be properly
assessed in respect of points to be given as part of evaluation criteria. The biodata of the
key personnel should be signed on every sheet by the personnel concerned and the last
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

sheet of each biodata should also be signed by the authorized signatory for the Consultant.
The key personnel shall also certify at the end of their biodata proforma that they have
not left any of the NHAI works without completing of their assignment and have not
accepted any other offer at the time of signing of the biodata and as such shall be
available to work with the Supervision Consultant, if the Project is awarded. In case the
key personnel leave the assignment without approval of NHAI, NHAI would be at liberty to
take any appropriate action against those key personnel including debarment.

10.2 In addition to the above, the consultants are required to propose sub-professional staff as
detailed in Enclosure-A with the minimum qualification and experience requirements as
given in Enclosure–B.

11 PERFORMANCE SECURITY

11.1 The successful consulting firm shall have to submit a Bank Guarantee (BG) for an amount
of 3% of the Contract Value within 15 days of issue of LOA. The BG shall be valid for a
period of 62 months i.e. up to 2 months beyond the expiry of the Contract of 60 months.
The BG shall be in the format specified in Appendix I of draft contract form and furnished
from a Nationalized Bank, IDBI or ICICI/ICICI Bank/Foreign Bank / EXIM Bank / Any
Scheduled Commercial Bank approved by RBI having a net worth of not less than 1000
crore as per latest Annual Report of the Bank. In the case of a Foreign Bank (issued by a
Branch in India) the net worth in respect of Indian operations shall only be taken into
account. In case of Foreign Bank, the BG issued by Foreign Bank should be counter
guaranteed by any Nationalized Bank in India. In the case of JV, the BG shall be furnished
on behalf of the JV and not individually by the members.

Omnibus Bank Guarantee Provisions

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

Performance Security
Cumulative Value of Consultancy Fee as BG Value (in Rs. Crores)
per Ongoing Contracts under NHAI (in Rs.
Crores)
0-10 0.50
10-20 1.00
20-30 1.50
30-40 2.00
40-60 3.00
60-80 4.00
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

80-100 5.00
100-200 8.00
Beyond 200 10.00

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

11.3 Notwithstanding anything to the contrary contained in this Agreement, the Parties agree
that in the event of failure of the Consultant to provide the Performance Security in
accordance with the provisions of Clause 11 within the time specified therein or such
extended period as may be provided by the Authority, in accordance with the provisions of
Clause and thereupon all rights, privileges, claims and entitlements of the Consultant
under or arising out of this Agreement shall be deemed to have been waived by, and to
have ceased with the concurrence of the Consultant, and LOA shall be deemed to have
been withdrawn by mutual agreement of the Parties. Authority may take action for
debarring such firm for future projects for a period of 1-2 years.

12. AUTHORISED SIGNATORIES

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

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.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

DATA SHEET

(As Mentioned in Letter of Invitation to Consultants)

1) Pre-Proposal Conference shall be held at: Regional Office-Bhopal, NHAI on 13.01.2025 at


15:00 hrs.
2) The proposal shall be valid for 120 days after the last date of submission.

3) Clarification may be requested 7 days prior to Pre-Proposal Conference. The address for
requesting clarification is:

The Regional Officer Bhopal,


National Highways Authority of India,
E-6/47, Smriti Parisar , Near Sai Board , Arera Colony , Bhopal (MP) -462016
Phone No.0755-2426638
Email robhopal@nhai.org

4) The Language of documents and correspondence will be English.

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

6) NHAI shall reimburse only Goods and service tax. Consultant has to assess all other taxes
and should inbuilt them in their financial proposal. These taxes (other than Goods and
service tax) should not be provided separately. The Consultants state cost in INR only.

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 time and date of submission: 23.01.2025 up to 11:00 Hrs (online Only)
9) The points assigned to Technical Evaluation criteria are:

S. No. Description Marks


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

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

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


considered) (Min 5 Years)
Average Annual Turnover (last 5 years) from consultancy business (Min. 5 crore) 2

No. of key personnel with the firm 2

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Experience in DPR/Feasibility cum PPR preparation for two projects of 2/4/6 laning** of 5
30% of project length each or one project of 2/4/6 laning** of 50% of project length
Completed during the last 7 years
In hand DPRs for NHAI Projects (presently under progress) *** 10

Experience as Supervision Consultant/ Authority Engineer/ Supervision consultants for 6


two construction projects of two/four/six laning** of 30% of project length each or one
projects of four/six laning** of 50% of project length Completed during the last 7 years
Experience as Supervision Consultant/ Supervision consultants one O&M project under 8
DBFOT/OMT of two/four/six laning** of 50% of project length Completed during the last 7
years

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


firm.

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

*** The DPR Assignment will be considered in hand/in progress only if the date of award
of DPR Assignment is not more than 3 years from the date of submission of Bids (i.e last
date of submission of Bids). In case this period is more than 3 years than the DPR
assignment will be treated as complete unless substantiated with a valid Extension of
Time certificate with satisfactory remark from the Competent Authority. Also, the
DPR assignment will be considered complete upon submission of final DPR and 3D.

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

Experience of Consultant for having offered consultancy services to a private


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

ii. Sub criteria for Adequacy of the proposed work plan and methodology

Site Appreciation 1
Quality of Approach and Methodology (approach and initial view on project plan including key 2
challenges envisaged and potential solutions)
Internal Quality Audit Methodology to be adopted (Quality Assurance Plan) 2
Total 5

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

iii. Sub criteria for Experience in use of technology for road inspection

Maximum Sub-
Sr. No. Description
Points Points
Experience in Network Survey Vehicle (NSV) or better technology for
1 5
pavement inspection
1.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
1.2 Experience 3
(a)1-2 projects 1
(b)3-5 projects 2
(c)> 5 projects 3
Experience in Falling Weight Deflectometer (FWD) or better
2 4
technology for pavement strength measurement
2.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
2.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
Experience in Mobile Bridge Inspection Unit or better technology for
3 4
bridge inspection
3.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
3.2 Experience 2
(a)1-3 Projects 1
(b) >3 Projects 2
4 Experience in Retro reflectometer technology 4
4.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
4.2 Experience 2
(a)1-3 Projects 1
(b)>3 Projects 2
5 Experience in Automatic Traffic Counter cum Classifier (ATCC) 3
5.1 Own Equipment/ Equipment on MoU with Associate or on hiring basis 2
5.2 Experience 1
(a)1-3 Projects 0.5
(b)>3 Projects 1
Total 20

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Note:

A. The consultants owning the equipment shall be required to submit proof of ownership
i.e., Original Bill or Registration of the vehicle with respective RTO in the name of the
applicant/Firm.

B. The experience of the associate firms in the 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 client certificate. Any False
certification shall attract provision of RFP read with Clause 2.9.1(g) of GCC.

C. In case, Ownership document of equipment of Consultancy/Associate firm is found to


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

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


assignment shall be evaluated. The weightage for various key staff is as under: -

S. No. Staff Position No. of Professional Staff Marks per Staff Total Marks
1 Team Leader 1 19 19
2 Highway maintenance cum Resident 1 12 12
Engineer
3 Bridge/Structural Engineer 1 4 4
4 Road Safety Expert 1 5 5
Total 40

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

General qualifications 25
Adequacy for the project 70
Employment with firm 5
Total 100

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

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

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

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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

x. The weightage given to the technical proposal is T = 80%. The weightage given to financial
proposal is P = 20%

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Section 3: FORMATS FOR SUBMISSION OF FIRMS CREDENTIALS

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

 Year of Establishment of Firm

 Average annual turnover (last five years)

Note: The Firm shall submit Certificate of Incorporation and audited balance sheet for the last
five years (2019-20, 2020-21, 2021-2022, 2022-2023, 2023-24) **. For claiming experience of
Highway projects, Completion Certificate from Employer should be enclosed. The proposal should
also contain the details of the key personnel viz. their name, qualification, expertise area,
experience and years of association with the firm.

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

i. Name of the package applied for: -

ii. Year of establishment of firm *

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

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

*Copy of Certificate of incorporation shall be submitted.

iii. Office/Business Address/Telephone nos./Cable Address.

iv. Narrative description of firm (Not more than 2 sheets)

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

vi. Financial Statement for the last five years. **

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


i. Annual turnover from
Consulting business

ii. Total Assets

iii. Current Assets

a) **The amount shall be stated in INR.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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

c) Balance Sheet/ Auditor Certificate of last 5 years (2019-20, 2020-21, 2021-2022, 2022-
2023, 2023-24. shall be submitted as evidence of Annual Turnover”.

d) Wherever details for Audited Balance Sheet, Financial Statement, Balance Sheet/Auditor
Certificate of last 5 years are sought, the last 5 year shall be preceding the year in which
Bid submission is to be made.

In case the annual accounts for the latest financial year are not audited and therefore the
Applicant cannot make it available, the Applicant shall give an undertaking to this effect
duly certified by statutory body like Chartered Accountant or Independent Auditor who are
competent to do so as recognized by the state concerned. In such a case, the Applicant
shall provide the Audited Annual Reports for 5 (five) years preceding the year for which
the Audited Annual Report is not being provided.

vii. Experience *** as Supervision Consultant or Construction Supervision of Highway


Projects, separately for PPP and non-PPP Projects awarded during the last 7 years.

Client
(with
Projects
complet Fee
Name/year
e Total Received
Sole address, Fee for by
consultant Descri- contact the Applican % Age of
Prime ption of person, Con- t (in Total
Consultant Type Highway telephon sultancy case of Fee Approx.
of JV/JV/or Services Project/ e Nos Assign- JV/ Receive Cost of
S. Sub Ren- Length and Fax ment Associ- d by the Highway Perio
N o Consultant dered (kms) Nos) (INR) ation) Firm Project d
1 2 3 4 5 6 7 8 9 10
i. Completed/Substantially completed projects:
i.
ii.
iii.
iv. Projects in progress:
i.
ii.
iii.
Viii. Experience *** in DPR/Feasibility Study of 2/4/6 laning Highway projects awarded during the
last 7 years.

Client Total Fee


(with for the
complete Consul- Fee in % age of
Projects Type Length of address, tancy INR(Appli total fee
S. Name/yea Services Project contact Assign- cant’s received by
No r Rendered (kms) person, ment share in the firm Period
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

telephon (INR)
e Nos and
Fax Nos)

1 2 3 4 5 6 7 8 9
ix) Experience *** in Project Supervision/SCfor Operation and Maintenance of Highway
Projects, separately for PPP and non-PPP Projects awarded during the last 7 years.

Projects
Name/
Client
year
(with Fee
Sole complete Total Fee Received
consultant Descri- address, for the by
Prime ption of contact Con- Applicant % Age of
Consultant Type Highway person, sultancy (in case Total Fee
of JV/JV/or Services Project/ telephon Assign- of JV/ Received
S. Sub Ren- Length e Nos and ment Associ- by the
N o Consultant dered (kms) Fax Nos) (INR) ation) Firm Period
1 2 3 4 5 6 7 8 9

***4 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 2/4/6 laning
projects. For 4/6 laning projects, experience of 2 lane will be considered with a multiplication
factor of 0.4.
a) The only projects to be included in the table are Highways Projects and for which clients’
certificates from the concerned Government agencies are enclosed with the proposal. The
certificate should be issued by an Officer not below the rank of Executive Engineer.

b) The weightage given for experience of a firm would depend on the role of the firm in the
respective assignments. The firm’s experience would get full credit if it was the sole firm
in the respective assignment. Experience weightage for firms joining Lead partner JV
partner shall be considered in the same proportion as mentioned in their MOU/ Agreement
among JV member w.r.t sharing of their work responsibility, (MOU for sharing of payment
or transfer of fund shall not be considered as valid Document) 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
c) 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. In case of non-availability of such documents no weightage of
turnover/experience will be considered
x) 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.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Role of the
firm Team Members
provided by the
Sole, Lead/ Date of Date of firm
Name of Other in JV letter of Agreeme Present
S. Assignmen Clien or sub- Acceptanc nt if status of Nam Positio
No t t consultant e signed Assignment e DOB n
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

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

Key Personnel Number of key personnel employed


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

Team Leader
Resident cum Highway Engineer
Bridge/Structural Engineer
Road Safety Expert

Section 4. FORMAT FOR SUBMISSION OF TECHNICAL PROPOSAL

Appendix B-1 Technical proposal submission form.


Appendix B-2 Site Appreciation
Appendix B-3 Approach paper on methodology for performing the assignment.
Appendix B-4 Facility for Field Investigations and Testing
Appendix B-5 Composition of the Team and Task(s) of each Team member
Appendix B-6 Curriculum vitae of proposed Professional staff.
Appendix B-7 Time schedule for deployment of Professional staff
Appendix B-8 Activity (works) schedule.
Appendix B-9 Affidavit for correctness of CVs of key personnel and experience claimed by the firm.
Appendix B-10 Self-Evaluation by the Firm
Appendix B-11 Integrity Pact
Certificate regarding Compliance with Restrictions under Rule 144 (xi) of the General Financial
Appendix B-12
Rules (GFRs)

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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 Supervision Consultant
for supervision during O&M of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in the state of Madhya Pradesh

We, the undersigned, offer to provide the consulting services for the above in accordance with
your Request for Proposal dated , and our Proposal dated ………. while duly examining
and understanding the contents of RFP. We are hereby submitting our Proposal, which includes
this Technical Proposal and a Financial Proposal sealed under a separate envelope for the above-
mentioned work.

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

We further certify that in the last 3 years, we or any member of our JV/Associates have neither
failed to perform any contract/ assignment nor have been expelled from any contract/assignment
nor had any contract/assignment terminated for our breach. our Proposal is binding upon us. We
understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signatory
Name and Address of Firm
(Lead Member in case of JV)

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX B-2 : : SITE APPRECIATION

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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) Proposed Quality Audit Methodology and Quality Assurance Plan [not more than 6 pages]

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX B-4: FACILITY FOR FIELD INVESTIGATION AND TESTING

1. State whether applicant has in-house (created in house at site)/ outsourced/ not available
facility for
 Surface defects detection and roughness measurement using Network Survey Vehicle
 Pavement strength measurement using FWD.
 Bridge inspection using Mobile Bridge Inspection Unit
 Road signs inspection using Retro Reflectometer
 Traffic count using ATCC.
2. In-case answer to 1 is available (created in house at site) a list of field investigation and
testing equipment is to be attached
3. In case answer to 1 is outsourced/not available – arrangements made or proposed to be
made for each of the above field investigations is to be attached.
4. For experience in NSV, FWD, MBIU and reflectometer, references need to be provided in
the following format:
REFERENCES

Relevant Services Carried Which Best Illustrate Qualifications

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

Assignment Name: Country:


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

(Certificate from Employer regarding experience should be furnished)

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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

i. Technical/Managerial Staff

Sl. No. Name Position Task


1
2
3
4

ii. Support Staff

Sl. No. Name Position Task


1
2
3
4

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX B-6: FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF
Proposed Position: ………………………………………………
Name of Firm:
.......................................................................................
INFRACON ID (Firm) ……………………………………………….
Name of Staff:
........................................................................................
INFRACON ID (Individual) ……………………………………………….
Profession: ..............................................................................................
Date of Birth:
Years with Firm/Entity: ........................................... Nationality:
.............................. Membership of Professional Societies:
.........................................................................
Detailed Task Assigned:
..............................................................................................
Summary of Qualification & Experience vis-à-vis the requirements as per TOR
Name of Project Period Assignment in Client of
S. No Employer Post Held Name From To the Project the Project Remark

Education:
[Summarize college/university and other specialized education of staff member, giving their
names, dates attended, and degrees obtained. Use about one quarter of a page.]
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on assignment.
Describe the degree of responsibility held by staff members on relevant previous assignments and
give dates and locations. Use about half a page.]
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held
by staff members since graduation, giving dates, name of employing organizations, titles.
of positions held, and locations of assignments. For experience in last ten years, also give types of
activities performed and client references, where appropriate. Use about three-quarters of a
page.]
Languages:
[For English language indicate proficiency: excellent, good, fair, or poor; in speaking, reading,
and writing]
Summary of Qualification & Experience vis-à-vis the requirements as per TOR
Break-up of experience
Requirements as per Possessed by the Staff Brief Description of Man-months
TOR (Enclosure-B) Member Project provided

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Certification by the Candidate

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

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

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

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


domain.

For Key Personnel having intermittent inputs, add the following:

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

Likely start Likely end Total input of the


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

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


(Signature of Key Personnel) (Day/Month/Year) )

Certification by the firm

The undersigned on behalf of …………………… (name of consulting firm) certify that the qualification
and experience details of Shri ……. (Name …………………………………………………………. of the proposed
personnel and address) as described in the CV has been checked and found to be correct. It is also
certified that Shri…… (name of proposed personnel) to the best of our knowledge has neither been
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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

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


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

Note: -

1. Personnel is to affix his recent photograph on the first page of CV.


2. The complete address and phone number of the Personnel is to be provided.
3. Document for proof of age is to be enclosed.
4. Document for proof of qualification is to be enclosed.
5. The age of the personnel shall not be more than as specified.
6. Experience Certificates from Employers to be attached.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX B-7: TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

 Activity Schedule

Monthwise Program (in form of Bar Chart)


st nd
[1 , 2 , etc. are months from the start of assignment]

12th and
subsequent Number
Sl.No. Name Position 1st 2nd 3rd 4th 5th 6th 7th 8th th th 11th years of Months
9 10
Subtotal
1
(1)

Subtotal
2
(2)

Subtotal
3
(3)

Subtotal
4
(4)

- -

- -

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX B-8: ACTIVITY (WORKS) SCHEDULE

i. Activity Schedule

Month wise Program (in form of Bar Chart)


[1st, 2nd, etc. are months from the start of

SI. 10t
No. Item of Activity (Works) 1st 2nd 3rd 4th 5th 6th 7th 8th 9th h 11th 12th

.................................
1
..............

.................................
2
..............

.................................
3
..............

.................................
4
..............

.................................
-
..............

.................................
-
..............

B. Completion and Submission of Reports

SI.
No Reports: Programme : (Date)

1 Monthly reports (Design and Construction)

2 Quarterly Reports

Various others report as provided in the Concession


3
Agreement such as Completion Report

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX B-9: AFFIDAVIT FOR CORRECTNESS OF CV OF KEY PERSONNEL AND EXPERIENCE


CLAIMED BY THE FIRMS

(To be submitted on non-judicial Stamp Paper)

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


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

Managing Director/Head of the


Firm/Authorized Representative of the firm*
Address
*Lead Member in case of JV

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX B-10: Self Evaluation by the Firm on Annexure A, along with Annexure-A-1,
Annexure A-2, Annexure A-3, Annexure A-4-1 to A-4-4 and Annexure A-5-1 to A-5-9.

Name of the Firm……………………………………………………………………………….


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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX B-11:

INTEGRITY PACT

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

(Regional Office Bhopal, NHAI)


Tender No. NHAI/RO-BPL/JBP/SC-O&M/NH-30/M-C/2024

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


BETWEEN
THE NATIONAL HIGHWAYS AUTHORITY OF INDIA (NHAI), a statutory body constituted
under the National Highways Authority of India Act, 1988, which has been entrusted with the
responsibility of development, maintenance and management of National Highways, having its office
at G- 5 & 6, Sector-10, Dwarka, New Delhi, hereinafter referred to as "The Principal", which
expression shall, unless repugnant to the meaning of contract thereof, include its successors and
permitted assigns)
AND
…………………………………………………………. hereinafter referred to as "The
Bidder(s)/Contractor(s)/Concessionaire(s)/Consultant(s)" and which expression shall unless
repugnant to be meaning or context thereof include its successors and permitted assigns.
Preamble
Whereas, the Principal intends to award, under laid down organizational procedure, contract/s for
“Supervision Consultant for supervision during O&M of Mandla-Chilpi section of NH-30 from Ch. Km.
89+600 to Ch. Km. 192+400 in the state of Madhya Pradesh” The Principal values full compliance with all
relevant laws of the land, rules of land, regulations, economic use of resources and of fairness/ transparency
in its relations with its Bidder(s) and for Contractor(s)/ Concessionaire(s)/ Consultant(s).

And Whereas in order to achieve these goals, the Principal will appoint an Independent External
Monitors (IEMs), who will monitor the tender process and the execution of the contract for
compliance with the Principles mentioned above.
And whereas to meet the purpose aforesaid, both the parties have agreed to enter into this Integrity
Pact (hereafter referred to as "Integrity Pact") the terms and conditions of which shall also be read as
integral part and parcel of the Tender documents and contract between the parties.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Now, therefore, in consideration of mutual covenants stipulated in this pact, the parties hereby agree
as follows and this pact witnesses as under:
Article-1: Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-

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


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

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

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

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

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


The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) commit himself to take all measures
necessary to prevent corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.
(a) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not, directly or through
any other person or firm, offer, promise or give to any of the Principal's employees involved
in the tender process or the execution of the contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange any
advantage of any kind whatsoever during the tender process or during the execution of the
contract.

(b) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not enter with other
Bidders into any undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary contract, submission
or non-submission or bids or any other actions to restrict competitiveness or to introduce
cartelization in the bidding process.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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

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

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

(f) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not instigate third persons
to commit offences outlined above or be an accessory to such offences.

(g) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will not bring any outside
influence through any Govt. bodies/quarters directly or indirectly on the bidding process in
furtherance of his bid.

(h) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) who have signed a Integrity
pact shall not approach the court while representing the matter to IEMs and shall wait for
their decision in the matter.

Article - 3 Disqualification from tender process and exclusion from future contracts.
(1) If the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s), before award or during
execution has committed a transgression through a violation of any provision of Article2,
above or in any other form such as to put his reliability or credibility in question, the
Principal is entitled to disqualify the Bidder(s)/ Contractor(s)/ Concessionaire(s)/
Consultant(s) from the tender process.

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


transgression through a violation of Article-2 such as to put his reliability or credibility into
question, the Principal shall be entitled to exclude including blacklist and put on holiday the
Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) for any future tenders/ contract
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

award process. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the Principal taking into
consideration the full facts and circumstances of each case particularly taking into account
the number of transgressions, the position of the transgressors within the company hierarchy
of the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) and the amount of the
damage. The exclusion will be imposed for a minimum period of 06 months and maximum
period of 02 years.

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

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

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

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

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

Article-4: Compensation for Damages.


(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award
according to Article-3, the Principal shall be entitled to forfeit the amount equal to 1% of the
price quoted by the Selected Bidder apart from to suspend the bidder from participating in
the tendering process of MoRTH/ NHAI/ NHIDCL and works under other Centrally
Sponsored Schemes for a period of One Year from the bid due date of this work including
any other legal right that may have accrued to the Principal.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

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

Article - 5: Previous Transgressions


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

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

Article - 6: Equal treatment of all Bidders/ Contractors/ Concessionaires/ Consultants/


Subcontractors.
(1) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) undertake(s) to demand from
all sub-contractors a commitment in conformity with this Integrity Pact, and to submit it to
the Principal before contract signing.

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

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

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


Consultant(s)/ Sub-contractor(s).
If the Principal obtains knowledge of conduct of a Bidder/ Contractor/ Concessionaire/
Consultant or subcontractor, or of an employee or a representative or an associate of a
Bidder/ Contractor/ Concessionaire/ Consultant or Subcontractor, which constitutes
corruption, or if the Principal has substantive suspicion in this regard, the Principal will
inform the same to the Chief Vigilance Officer.
Article- 8: Independent External Monitor (IEM)
(1) The Principal has appointed Smt. Gauri Kumar, IAS (Retd.), Sh. Animesh Chauhan, Ex MD
and CEO, Oriental Bank of Commerce and Sh. Ashish Bhauguna, IAS (Retd.) as
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Independent External Monitor for this Pact. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties comply with the
obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs
his functions neutrally and independently. He reports to the Chairman, NHAI.

(3) The Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) accepts that the Monitor has
the right to access without restriction to all project documentation of the Principal including
that provided by the Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s). The
Bidder(s)/ Contractor(s)/ Concessionaire(s)/ Consultant(s) will also grant the Monitor, upon
his request and demonstration of a valid interest, unrestricted and unconditional access to his
project documentation. The same is applicable to Subcontractors.

(4) The Monitor is under contractual obligation to treat the information and documents of the
Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality. The Monitor has also signed
on ‘Non-disclosure of Confidential Information’ and of ‘Absence of Conflict of Interest’. In
case of any conflict of interest arising at a later date, the IEM shall inform Chairman, NHAI
and rescue himself/ herself from that case.

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

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

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

(8) If the Monitor has reported to the Chairman, NHAI, a substantiated suspicion of an offence
under relevant IPC/PC Act or any other Statutory Acts, and the Chairman, NHAI has not,
within the reasonable time taken visible action to proceed against such offence or reported it
to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the
Central Vigilance Commissioner.

(9) The word 'Monitor' would include both singular and plural.

Article - 9 Pact Duration

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

This Pact begins when both parties have legally signed it (in case of EPC i.e. for projects
funded by Principal and consultancy services). It expires for the Contractor/ Consultant 12
months after his Defect Liability Period is over or 12 months after his last payment under the
contract whichever is later and for all other unsuccessful Bidders 6 months after this
Contract has been awarded. (In case of BOT Projects) It expires for the concessionaire 24
months after his concession period is over and for all other unsuccessful Bidders 6 months
after this Contract has been awarded. Any violation of the same would entail disqualification
of the bidder and exclusion from future dealings.
If any claim is made/ lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged/ determined by
Chairman of NHAI.
Article - 10 Other Provisions
(1) This pact is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e. New Delhi.

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

(3) If the Bidder/Contractor/Concessionaire/Consultant is in a partnership or a Joint Venture


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

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

(5) Issue like warranty / Guarantee etc. shall be outside the purview of IEMs.

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

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

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

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

……………………………………. ……………………………………..
For & on behalf of the Principal For & On behalf of Bidder/

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Contractor/ Concessionaire/
Consulting
(Office Seal)
Place……………
Date………….…

Witness 1:
(Name & Address) ________________
________________
________________
Witness 2:
(Name & Address) ________________
________________
________________

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Appendix-B-13

(To be on the letter head of the Bidder/ Each Member of the JV/Associates)

Certificate regarding Compliance with Restrictions under Rule 144 (xi) of the General Financial Rules
(GFRs)

The Regional Officer

National Highways Authority of India

RO-Bhopal.

Sub: BID for “Name of work…………………………………………………………………………..”

Dear Sir,

With reference to your RFP document dated *** **$, I, having examined the Bidding Documents and
understood their contents, hereby undertake and confirm as follows:

I have read the clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India and on sub-contracting to contractors/Consultant from such
countries; I certify that this Bidder is not from such a country or, if from such a country, has been
registered with the Competent Authority, specified in Annexure-I of Order (Public Procurement
No. 1) issued by Ministry of Finance, Department of Expenditure Public Procurement Division
vide F. No. 6/18/2019-PPD, dated 23rd July 2020 and will not sub-contract any work to a
contractor/Consultant from such countries unless such contractor/Consultant is registered with
the said Competent Authority. I hereby certify that this bidder fulfils all requirements in this
regard and is eligible to be considered.

Yours faithfully,

Date:

Place:

(Signature of the Authorised signatory)

(Name and designation of the of the Authorised signatory)

Name and seal of Bidder/Each Member of the Consortium

Notes:

{Where applicable, evidence of valid registration by the Competent Authority shall be attached}

In case the above certification is found to be false, this would be a ground for immediate rejection of
Bid/termination and further legal action in accordance with law.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

OM F. No. 6/18/2019-PPD, dated 23rd July 2020 is enclosed herewith for ready reference.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Appendix-EC

Anneuxre-A-1

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

5 In hand DPRs for NHAI Projects 10


For DPR project length > the length of project for which RFP
invited -5 Marks
For DPR project length > two times the length of project for
which RFP invited -7.5 Marks
For project length > three times the length of project for which
RFP invited - 10 Marks
(The DPR Assignment will be considered in hand/in progress
only if the date of award of DPR Assignment is not more than
3 years from the date of submission of Bids (i.e last date of
submission of Bids). In case this period is more than 3 years
then the DPR assignment will be treated as complete unless

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Evaluation Sheet (Relevant Experience of Firm for the Assignment Total Marks = 35)
Certificate
attached
S. Name of (Page No.)/
No. Description Marks Firm:- Remark
substantiated with a valid Extension of Time certificate with
satisfactory remark from the Competent Authority. Also, the
DPR assignment will be considered complete upon submission
of final DPR and 3D.)

6 Experience as Supervision Consultant/Authority 6


Engineer/Supervision Consultant
two construction projects of four/six laning ** of 30% of
project length each or one projects of four/six laning ** of
50% project length in last 7 years. 2 construction projects
2/4/6 laning of 30% of project length each -4marks or 1
construction project of 2/4/6 laning of 50% of project length -
4 marks
Add 1(one) mark extra for completed assignment of
Supervision Consultant/ supervision consultancy subject to
maximum 2 (two) mark.
7 Experience as Supervision Consultant/Supervision 8
Consultants
one O&M project under DBFOT/OMT/O&M of two/four/six
laning** of 50% of project length in last 7 years
1 project - 6 marks
Add 0.5 (Zero point five) marks extra for each additional
project subject to maximum 2 marks.
Total 35

Anneuxre-A-2

Evaluation Sheet (Adequacy of the Proposed Approach and Methodology)


Reference/Details of
Maximum Marks self assessed by
Description projects Claimed for self
Marks the bidder
assessment
Site Appreciation 1
(i) Average 0.50
(ii) Good 0.75
(iii) Very Good 1.00
Quality of Approach and Methodology (Review 2
of scope of work and design review,
construction supervision methodology,
contract management approach, safety
review/audit and O&M stage, initial view on
project plan including key challenges
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

envisaged and potential solutions to be


judged).€
(i) Average 0.75
(ii) Good 1.50
(iii) Very Good 2.00
Quality Audit Methodology and Quality 2
Assurance Plan
(i) Average 0.75
(ii) Good 1.50
(iii) Very Good 2.00
Total Marks 5

Anneuxre-A-3

Evaluation sheet for assessment of experience in use of technology for road inspection

Marks
Reference/Details self
Maximum of projects assessed
S.No Description Points Claimed for self by the
assessment bidder

Experience in Network Survey Vehicle


(NSV) or better technology for pavement
inspection
 Own an equipment/MOU with
1 Associate - 2 5
 1-2 projects- 3
 3-5 projects- 4
 >5 projects- 5

Evaluation sheet for assessment of experience in use of technology for road inspection

Marks
Reference/Details self
Maximum of projects assessed
S.No Description Points Claimed for self by the
assessment bidder

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Experience in Falling Weight


Deflectometer (FWD) or better
technology for pavement strength
measurement
 Own an equipment/MOU with
2 Associate - 2 4
 1-3 projects- 3
 >3 projects- 4

Experience in Mobile Bridge Inspection


Unit (MBIU) or better technology for
bridges inspection
 Own an equipment/MOU with
3 Associate - 2 4
 1-3 projects -3
 >3 projects -4

Experience in Retro reflectometer


technology
 Own an equipment/MOU with
Associate - 2
4 4
 1-3 projects- 3
 >3 projects- 4

Experience in ATCC
 Own an equipment/MOU with
Associate - 2
5 3
 1-3 projects- 2.5
 >3 projects- 3

Evaluation sheet for assessment of experience in use of technology for road inspection

Marks
Reference/Details self
Maximum of projects assessed
S.No Description Points Claimed for self by the
assessment bidder

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in MP
National Highways Authority of India RFP for SC during O&M Period

Total 20

Anneuxre-A-4-1

Evaluation Sheet - Team Leader

Max. Name of
S. N. Description Marks Firm:………… Remarks

1 General Qualification/Name/DOB 25 Name of Team


Leader:………

i. Graduate in Civil Engineering -21marks 25

ii. Post Graduation in Management/


Construction/ Transportation/ Highway
Engineering/ Structural Engineering/
any other specialized stream of civil
engineering. - 04 marks.

2 Adequacy for the project 70

Professional Experience in Highway Projects:

i) Total Highway Professional Experience 30

< 10 years -0

10 years -22

Add two marks extra for each additional


completed year of experience subject to
maximum 8 (eight) marks.

ii) Experience as Team leader/Project Manager or 35


in Similar Capacity* in O&M of completed 4/6
lane highway sections.

< 3 years -0

3 years -30

Add 2.5 marks extra for each additional year of


experience subject to maximum 5 (five) marks.

iii) Experience in similar capacity* in Highway 5


Development Projects taken up under PPP

1 project - 4 marks

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

add 1 mark extra for additional projects


subject to maximum 1 (one) mark

3 Employment with the Firm 5

< 1 year -0

1 year -3

Add 0.5 marks for each subsequent year


subject to maximum 2 marks

Total 100

*Similar Capacity includes the following positions

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


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

Annexure-A-4-2

Evaluation Sheet - Highway Maintenance cum Resident Engineer

Max. Name of
S. No. Description Marks Firm:………… Remark

General Qualification/Name/DOB 25 Name of Highway


Maintenance
Engineer:………

i. Graduate in Civil Engineering- 21 marks 25

ii. Post Graduation in Highway Engg.- 04


marks

2 Adequacy for the project 70

Professional Experience

i) Experience in Highway works 30


(inspection/design/construction/maintenance
)

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

<7 years -0

7years -22

Add two marks extra for each additional


completed
yearofexperiencesubjecttomaximum8(eight)

marks.

ii) Experience in similar capacity* in highway 15


Construction / Maintenance works of similar
nature< 3 years -0

3 years -12

Add one marks extra for each additional


completed
yearofexperiencesubjecttomaximum3(three)

marks.

iii) Experience in similar capacity* in project 25


involving Construction/Maintenance works of
2/4/6 laning/Expressways.

1 project -20

Add 2.5 marks extra for each project 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

*Similar Capacity includes the following positions

1. On behalf of Consultant: Highway Engineer/ Highway Maintenance Engineer/ Resident


Engineer (Construction Supervision/IE)

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


(Construction/Construction Supervision)

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

In case of experience on behalf of Consultant or Contractor, the experience shall be duly


endorsed by the respective Government agency. In case of non-availability of endorsement
from Govt. Agency, the experience uploaded on Infracon Portal will be taken into
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

consideration. However, the key personnel/ bidder will be solely responsible for any fake
information/ CV, which may result in debarment.

Annexure-A-4-3

Evaluation Sheet - Road Safety Expert

Max. Name of
S. No. Description Marks Firm:………… Remark

1 General Qualification/Name/DOB 25 Name of Road


Safety Expert:……

Graduate in Civil Engineering - 21 marks 25

Post-Graduation in
Traffic/Transportation/Safety Engineering- 04
marks

2 Adequacy for the project 70

Professional Experience

i) Total Professional Experience 30

<7years -0

7years -22

Add two marks extra for each additional year


of experience subject to maximum 8 (eight)
marks.

ii) Experience in similar capacity in Road Safety 20


Works of Major Highway Projects (2/4/6
laning Projects)

< 3years -0

3years -17

Add one mark extra for each additional year


of experience subject to maximum 3(three)
marks.

iii) Experience in similar capacity in Road Safety15


Audit of 4/6 Lane highway/Expressway
projects. 1 nos. -12

Add 1 (one) mark extra for each additional


project subject to maximum 3(three) marks.

iv) Experience in similar capacity in preparation 5


of Road Safety Management Plan for Inter

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Urban Highways.

1project -3marks

More than one project - 5 marks

3 Employment with the Firm 5

< 1 year - 0

1 year - 3

Add 0.5 marks for each subsequent year


subject to maximum 2 marks

Total 100

*Similar Capacity includes the following positions

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

2. On behalf of Contractor: Road safety Expert (Construction/Construction


Supervision)

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

In the case of experience on behalf of Consultant or Contractor, the experience shall be


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

Annexure-A-4-4

Evaluation Sheet - Bridge/Structural Engineer


Max.
S. No. Description Marks Name of Firm:…… Remark
1 General Qualification/Name/DOB 25 Name of
Bridge/Structural
Engineer:………
Graduate in Civil Engineering - 21 marks 25
Post Graduation in Structural Engineering - 04
marks.
2 Adequacy for the project 70
Professional Experience
i) Total Professional Experience 30
<7 years -0
7years -22
Add two mark extra for each additional
completed year subject to maximum 8(eight)
marks.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

ii) Experience in similar capacity in 20


Construction/Construction Supervision of
Bridge/Interchange/any other structures
including rehabilitation
< 3 years -0
3 years -16
Add one marks extra for each additional
completed year of experience subject to
maximum 4 (four) marks.
iii) Experience in similar capacity in 20
Construction/Construction Supervision of
Bridge/Interchange/any other structures
including rehabilitation of 4/6 lane
highway/expressway or similar project.
1 Project -16
Add1 (one) mark extra for each additional
project subject to maximum 4 (four) mark
3 Employment with the Firm 5
< 1 year -0
1 year -3
Add 0.5 marks for each subsequent year
subject to maximum 2 marks
Total 100

*Similar Capacity includes the following positions

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

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

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

In the case of experience on behalf of Consultant or Contractor, the experience shall be


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

Note applicable to all key personnel:

1.If key personnel has worked in the 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 third of marks in this category. This shall be applicable for the evaluation
of all key personnel.

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Annexure-A-5-1 Evaluation Sheet Details - Team Leader -

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

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

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

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

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

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

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

SECTION 5 FORMAT FOR SUBMISSION OF FINANCIAL PROPOSAL.

Appendix C-1: Financial proposal submission form

Appendix C-2: Summary of costs

Appendix C-3: Breakdown of local currency costs

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX C-1: FINANCIAL PROPOSAL SUBMISSION FORM

FROM: (Name of Firm) TO:

Regional Officer Bhopal,


National Highways Authority of India,
E-6/47, Smriti Parisar , Near Sai Board ,
Arera Colony , Bhopal (MP) -462016
Phone No.0755-2426638
Email robhopal@nhai.org

Subject: Supervision Consultant for supervision during O&M of Mandla-Chilpi section of


NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400 in the state of Madhya Pradesh

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).

The percentage of overhead charges on the remuneration as mentioned in Serial no. I


of Appendix C-2 (Summary of cost) w.r.t. the professional staff shall be [Amount in
words and figures].

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

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

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


proposal and contract execution, if we are awarded the contract, are listed below:

Name and Address Amount and Purpose of Commission

of Agents Currency or Gratuity

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

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

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

We remain, Yours sincerely,

Managing Director/Head of the firm/


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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX C-2: SUMMARY OF COSTS

No. Description Amount


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

LC* Local Currency

Note:

1. The remuneration shall include the cost of accommodation and all other
miscellaneous personal expenses as required for carrying out the assignment.
2. Any travel related expenditure incurred by the Team Leader on account of his/her
involvement in multiple projects shall be deemed to be included in the cost quoted
for the project and shall not be payable separately.
3. Payments will be made as per the stipulations of the Conditions of Contract.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

APPENDIX C-3: BREAKDOWN OF LOCAL CURRENCY COSTS

I. REMUNERATION FOR LOCAL PROFESSIONAL STAFF

5 Years
No. Position Name No. of man-
Rate Amount
months*
Key Personnel (Professional Staff)
1. Team Leader 15
Highway Maintenance
2 60
Cum Resident Engineer
3 Road Safety Expert 15
4 Bridge/Structural Engineer 20
Sub – Total 110
Sub-professional
1 Assistant Quality cum Material Expert TBN 36
Assistant Highway
2 TBN 120
Maintenance Engineer-2 nos.
3 CAD Expert TBN 20
4 Electrical Engineer TBN 10
5 Horticulture Expert TBN 30
6 Quantity Surveyor TBN 12
Highway Operations Unit (HOU) (IT expert +Toll
7 TBN 60
Plaza expert)
Total 288

TBN = To Be Named

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

II. Support Staff

Billing Amount
S.No. Position Name Staff Months
Rate () ( )
1 Technical Supervisor- 02 Nos TBN 2 x 60
2 Office Manager - 01 Nos TBN 60
3 Accountant-cum-Cashier- 01 Nos TBN 60
4 Steno-Cum- Computer Operator -02 Nos TBN 2 x 60
5 Office Boy - 02 Nos TBN 2 x 60
Total: 480

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

III. Transportation (Fixed rate on rental basis)

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

The requirement of vehicles be assessed, and details provided in the table below:
Requirements
Qty. (No. of Rate/ Vehicle-
S. No Description of Vehicles vehicle- month) Month Amount

Innova/Scorpio or equivalent (for


1. Team Leader and Highway 60
Maintenance Cum Resident Engineer)
-1No.
Indica/Indigo or equivalent (for and
2. other key/sub professional staff).-2 2 x 60
No.
Total 180

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

Trips Number of Trips Rate* Amount

* Rate quoted includes Hotel charges (lodging & boarding), travel cost etc.

V. Office Rent (Fixed Costs) – Minimum 200 sqm area of office shall be rented.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

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

Nos of Months Rate/month Amount

60

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

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

Nos of Months Rate/month Amount

60

VII. Office Furniture and Equipment (Rental)

The cost shall include rental charges for all such furniture and equipment as required for
the proper functioning of the office. Office furniture shall include executive tables,
chairs, visitor chairs, steel almirahs, computer furniture, conference table etc. Office
equipment shall include as a minimum of telephone (2 external & 10 internal lines),
photocopier (15ppm, 12000 copies per month with A3 & A4 input) fax machine, PCs (5 No.,
Intel Core 2 Duo E8300, 19” color TFT, Cache – 6MB, RAM - 2 GB, HDD – 250 GB, DVD
Writer, Key board, optical scroll mouse, MS- Windows10, pre-loaded anti-virus etc.), laser
printers(2 no., 14 ppm, 266 MHz, 5000 pages per month, 600 x 600 dpi or better etc.,
Engineering Plan printer(1 no.), binding machine(1 no.), plotter A0 size, overhead
projector, AC(4 no., 1.5 Ton), Water Coolers (as required) etc.

Nos of Months Rate/month Amount

60

VIII. Reports and Document Printing

No. of No. of Copies per Total Nos. of Rate per Copy


No. Description Reports Report copies (Rs.) Amount
1 Monthly reports 60 3 180
2 Half yearly Reports 10 3 30
3 Various others report as
provided in the Concession.
Agreement
Total

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

IX. Road Survey Equipment


SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

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

Item Kms Rate per No of times Amount


km (INR) survey to be (INR)
conducted

Surface defects detection and roughness measurement 92.35 10


using network survey vehicle
Pavement strength measurement using FWD 92.35 5

Bridge inspection using mobile bridge inspection unit 92.35 10

Road signs inspection using Retro Reflectometer 92.35 10

Traffic sampling using ATCC 92.35 10

Total 45

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

SECTION6. TERMS OF REFERENCE FOR SUPERVISION CONSULTANT

1. Scope

1.1 These Terms of Reference for the Supervision Consultant (the “TOR”) are being
specified pursuant to the Contract Agreements, which has been entered into
between the Authority and the Contractors for Operation and Maintenance of the
Mandla-Chilpi section of NH-30 and a copy of which is annexed hereto and marked
as Annex-A to form part of this TOR.

S.
Consultancy Package NH No. Project Stretch Project Length (Km)
No.
Supervision Consultant for
supervision during O&M of
Mandla-Chilpi section of NH-30 Ch. Km. 89+600 to
1 30 92.35 km.
from Ch. Km. 89+600 to Ch. Ch. Km. 192+400
Km. 192+400 in the state of
Madhya Pradesh.

1. Definitions and interpretation

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

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

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

2. Role and functions of the Supervision Consultant

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

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

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

3. Development Period

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

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

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

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

3.5. Quality Assurance Manual and Plan forms the basis of quality of the work. It is therefore
essential that the Quality Assurance Manual and Plan prepared by the Concessionaire be
checked and approved. Thus, the Consultant shall check contents of Quality Assurance
Plan and Manual of Concessionaire as per requirements of Quality Management System
(as per ISO 9001), IRC: SP: 47-1998 and IRC: SP: 57-2000 for road bridges and roads
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

respectively. The Consultant shall also offer their comments for modifying/ improving
the document. After receiving the corrected document, the Consultant shall review and
formally approve the QAM and Quality Plan and send one copy to the Authority.

4. Construction Period

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

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

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

 Inspection of defects and deficiencies in construction works

 Witnessing quality inspection tests at labs established by Concessionaire on a sample


basis

Review of quality of work shall be done in reference to Quality Assurance Plan


(QAP)/Manual and ISO 9001:2008, IRC: SP: 47-1998 and IRC: SP: 57-2000 for road
bridges and roads respectively. The consultant also needs to capture following
documents and send to <AGENCY> field office via email on a daily basis

 Scanned copy of filled RFI (Request for Inspection) form including commentary on
‘Satisfactory/Unsatisfactory’ nature of work completed by Concessionaire

 Daily inspection report Proforma as provided in Annexure I

 Readings of quality inspection tests witnessed by the Consultant

 Minimum 6 high resolution photographs supporting the remarks made by the Consultant
in RFI form

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

4.4. On a monthly basis, the Supervision Consultant 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 Supervision Consultant shall describe
in reasonable detail the lapses, defects or deficiencies observed by it in the construction
of the Project Highway. The Supervision Consultant shall send a copy of its Inspection
Report to the Authority and the Concessionaire latest by 7 th of every month. Key sections
of the Monthly Progress Report are as follows.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Sr. No. Section Sub-Sections

1.1 Construction progress in current month

1.2 Summary of strip plan


1 Executive Summary
1.3 Detailed strip plan

1.4 Current issues and recommended actions by IE

2.1 Salient Features of the Project

2.2 Project Milestones


2 Project Overview
2.3 Location Map

2.4 Key Plan

Critical issues and Action 3.1 Pending issues and action log
3
log 3.2 Obligations as per contract

4 Physical Progress 4.1 Detailed physical progress by component

5.1 LA summary

5.2 LA detail by CALA

Land Acquisition and 5.3 LA detail by village


5
Clearances 5.4 Manpower with each CALA

5.5 Clearances summary

5.6 Status of utility shifting

6 Change of Scope 6.1 Status of pending COS proposals

7.1 Resource mobilization by contractor/


7 Mobilization of Resources
concessionaire

8.1 Pen picture- Escrow


8 Financial Progress Details
8.2 Escrow details

Summary of quality 9.1 Tests witnessed by IE/AE


9
control tests 9.2 Tests conducted by IE/AE

10.1 Critical issues and action log


10 Monitoring of maintenance
obligations during 10.2 Cumulative defects and deficiencies

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Sr. No. Section Sub-Sections

construction phase 10.3 Status of damages

11.1 Pen picture on safety features at construction


11 Safety features site

11.2 Accident report

Annex 1: Detailed list of physical components as per


12 Annexures Schedule G

Annex 2 onwards: Additional details provided by IE

4.5. The Inspection Report shall also contain a review of the maintenance of the existing
lanes. Condition survey of the existing highway shall be carried with network survey
vehicle at the interval of six months to ascertain the highway condition. For determining
that the Construction Works conform to Specifications and Standards, the Supervision
Consultant shall require the Concessionaire to carry out, or cause to be carried out, tests
on a sample basis, to be specified by the Supervision Consultant in accordance with
Good Industry Practice for quality assurance. For purposes of this Paragraph 5.5, the
tests specified in the IRC Special Publication-11 (Handbook of Quality Control for
Construction of Roads and Runways) and the Specifications for Road and Bridge Works
issued by MORTH (the “Quality Control Manuals”) or any modification/substitution
thereof shall be deemed to be tests conforming to Good Industry Practice for quality
assurance. The Supervision Consultant shall issue necessary directions to the
Concessionaire for ensuring that the tests are conducted in a fair and efficient manner,
and shall monitor and review the results thereof. The sample size of the tests shall
comprise 20% (twenty per cent) of the quantity or number of tests prescribed for each
category or type of tests in the Quality Control Manuals.

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

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

4.8. In the event that the Concessionaire fails to achieve any of the Project Milestones, the
Supervision Consultant shall undertake a review of the progress of construction and
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

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

4.9. If at any time during the Construction Period, the Supervision Consultant 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.

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

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


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

4.12. The Supervision Consultant shall carry out all the Tests specified in Schedule-I and issue
a Completion Certificate or Provisional Certificate, as the case may be. For carrying out
its functions under this Paragraph and all matters incidental thereto, the Supervision
Consultant shall act under and in accordance with the provisions of Article 14 and
Schedule-I. The Consultant shall use following equipment in carrying out the tests.
S No Key metrics of Asset Equipment to be used

1 Surface defects of pavement Network Survey Vehicle (NSV)

2 Roughness of pavement Laser Profilometer

3 Strength of pavement Falling Weight Reflectometer (FWD)

4 Bridges Mobile Bridge Inspection Unit (MBIU)

5 Road signs and road markings Retro-reflectometer

5.13. Upon reference from the Authority, the Supervision Consultant shall make a fair and
reasonable assessment of the costs of providing information, works and services as set
forth in Article 16 and certify the reasonableness of such costs for payment by the
Authority to the Concessionaire
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

5.14. The Supervision Consultant shall aid and advise the Concessionaire in preparing the
Maintenance Manual.

5. Operation Period

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

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

5.3. Visual Inspection of project highway

5.3.1. The Supervision Consultant shall carry out visual inspection of entire highway stretch as
per the frequency defined in the following table
Frequency of
Nature of defect or deficiency
inspection

ROADS

(a) Carriageway and paved shoulders

(i) Breach or blockade Daily

(ii) Pot holes Daily

(iii) Cracking Weekly

(iv) Rutting Weekly

(v) Bleeding/skidding Weekly

(vi) Ravelling/Stripping of bitumen surface Weekly

(vii) Damage to pavement edges Weekly

(viii) Removal of debris Daily

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

(i) Variation by more than 2% in the prescribed slope of camber/cross fall Weekly

(ii) Edge drop at shoulders Weekly

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


(iii) Weekly
slopes

(iv) Rain cuts/gullies in slope Weekly

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Frequency of
Nature of defect or deficiency
inspection

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 Daily
Posts, Medical Aid Posts and other works]

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Frequency of
Nature of defect or deficiency
inspection

(j) Incident Management

Instances of Incident Management as reported including time of call,


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

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

BRIDGES

(a) Superstructure of bridges

(i) Cracks Weekly

(ii) Spalling/scaling Weekly

(b) Foundations of bridges

(i) Scouring and/or cavitation Weekly

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

(i) Cracks and damages including settlement and tilting Weekly

(d) Bearings (metallic) of bridges

(i) Deformation Weekly

(e) Joints in bridges

(i) Loosening and malfunctioning of joints Weekly

(f) Other items relating to bridges

(i) Deforming of pads in elastomeric bearings Weekly

Gathering of dirt in bearings and joints; or clogging of spouts, weep


(ii) Weekly
holes and vent-holes

(iii) Damage or deterioration in parapets and handrails Weekly

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

(v) Damage to wearing coat Weekly

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


(vi) Weekly
or guide bunds

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Frequency of
Nature of defect or deficiency
inspection

(vii) Growth of vegetation affecting the structure or obstructing the waterway Weekly

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

5.3.3. Daily inspection report format and weekly inspection report format has been provided
in Annexure II and III of this document respectively. Manpower which needs to conduct
visual inspection and mode of reporting is defined in the following table
Frequency of Inspection to be carried out
Mode of reporting
inspection by

Daily Sub-professional staff Soft copy by Email

Weekly Key personnel Soft copy by Email

Monthly Key personnel Hard copy and Soft copy

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

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

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

5.4. Road conditions surveys

5.4.1. The carrying out of condition surveys will be one of the most important and crucial field
tasks under the project. The Supervision Consultant shall carry out condition surveys
using equipment and following a frequency as defined under.
Sr. Equipment to be
Key metrics of Asset Frequency of condition survey
No. used

At least twice a year (As per


Surface defects of Network Survey
1 survey months defined for the
pavement Vehicle (NSV)
state basis rainy season)

At least twice a year (As per


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

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

Mobile Bridge At least twice a year (As per


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

At least twice a year (As per


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

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

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.

5.4.2. Measurement of pavement surface defects and roughness


i. The Supervision Consultant 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
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Surface defect Dimensions to be reported


 Length
Cracking  Width
 Depth
 Area
Potholes
 Depth
 Indicator
Raveling  %
 Area
 Depth
Rutting
 Width
Concrete Joint/ Faulting  Length
Roughness  IRI in both wheel paths
ii. The following criteria shall be met by the process of defects detection
 Measurement of 3D road profile using such technologies as laser scanning or other
proven technologies.
 Ability to operate (collect data) at different speeds with a minimum speed of 30km/hr
and up to at least 75 km/hr.
 Profile depth accuracy of 0.5mm
 Capability for lane tracking to control driver wander’ and ensure high repeatability of
data between surveys.
 Measure at least 3.5m width of highway lane.
 Transverse Profile including rut depth measurement of pavement surface widths of both
carriageway and shoulders. The rut depth data must be convertible to different
straightedge lengths (1.8m to 3.5m) and meet industry standards (ASTM E1703 /
E1703M).
 Pavement images with capability to automatically identify and rate distresses
 Roughness measurement with outputs of both raw longitudinal profiles and
International Roughness Index (IRI) calculation shall be reported at least 100m
referenced to the preceding Location Reference Post (LRP). The roughness must meet
ASTM-E950 (equivalent to Class I road profiler). The IRI shall be determined in both
wheelpaths.
 Ability to record images at user-defined intervals (e.g. every 5, 10m, etc.)
 Minimum images resolution of 1600x1200
 Outputs must include Standard JPEG image or similar industry standard
 Distance resolution of <1mm,
 Capable of achieving distance accuracy of 0.1% (i.e. within 1m over 1km distance)
 All data outputs should be in a non-proprietary format (e.g. .CSV, .MDB, Excel) and not
require specialist software in order to view or format data
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

 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
5.4.3. Measurement of pavement strength

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

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

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

 Data report covering following parameters


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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

5.4.4. The Supervision Consultant 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

5.4.5. Measurement of retro reflection of road signs

i. The Supervision Consultant shall measure Coefficient of retro reflected luminance R A


(night-time retro reflection) of road traffic signs using a portable retro reflectometer.

ii. The following criteria shall be met by the process of road signs retroreflection
measurement
 Measurement of retroreflective signs shall be conducted in accordance with ASTM E1709
and ASTM E2540

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

 Observation angle adjustment from 0.2 degrees to 2.0 degrees

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

 Self-contained commercially available battery

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

 Interface for transferring data from device to Computer

 Built in GPS to capture GPS coordinates of road sign

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

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

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


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

5.5. The Supervision Consultant shall carry out following inspections of ETC lanes at toll
plazas on a month basis:
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

(a) Infrastructure:

 Availability of civil infrastructure at toll plazas required for installation of ETC systems
 Adequacy of hardware, software and other related items as per IHMCL/<AGENCY> technical
specifications and requirements
(b) Operations:

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

5.6. The Supervision Consultant 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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

S.No Sections Sub sections

3.1 Issue and action log

3.2 Summary of deficiencies


3 Critical issues and action 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

6.2 Damages for breach of maintenance activities


5 Status of damages
6.3 Damages for non completion of major maintenance
works

7 Change of Scope proposals 7.1 Change of Scope proposals

8 Status of pending disputes 8.1 Status of pending disputes

9.1 Toll collection statement

9.2 Accident Report

9 Reports 9.3 Details of user complaints

9.4 Encroachment list

9.5 Lane closure report

Annex I- Detailed visual inspection report of project highway


10 Annexures
Annex II onwards- Additional details provided by AE

5.7. The Supervision Consultant shall in its O&M Inspection Report specify the tests, if any,
that the Concessionaire shall carry out or cause to be carried out for the purpose of
determining that the Project Highway is in conformity with the Maintenance
Requirements. It shall monitor and review the results of such tests and the remedial
measures, if any, taken by the Concessionaire in this behalf.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

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


Supervision Consultant 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.

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

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

5.11. The Supervision Consultant shall monitor and review the curing of defects and
deficiencies by the Concessionaire as set forth in Clause 19.4.

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

5.13. Upon request of Authority, the Supervision Consultant shall carry out minor design
works such as design of drainage, blackspot removal design, etc
6.14 The Supervision Consultant shall undertake traffic sampling, as and when required by
the Authority, under and in accordance with Concession Agreement.

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

6. Termination

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

the sum set forth in Clause 33.2, it shall recommend retention of the required amount in
the Escrow Account and the period of retention thereof.

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

7. Determination of costs and time

7.1. The Supervision Consultant shall determine the costs, and/or their reasonableness, that
are required to be determined by it under the Agreement.

7.2. The Supervision Consultant shall determine the period, or any extension thereof, that is
required to be determined by it under the Agreement.

8. Assistance in Dispute resolution

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

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

9. Other duties and functions


The Supervision Consultant shall perform all other duties and functions specified in the
Agreement.

10. Miscellaneous

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

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

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


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

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

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

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

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

11. Assistance to Authority in review of book of accounts

11.1. Upon receipt of copy of books of accounts from Authority, the Supervision Consultant
shall review the Escrow account statements with respect to the provisions of the Escrow
agreement, books of accounts for information pertaining (a) the traffic count (b) Fee
determination thereof, and (c) Project costs, and (d) such other information relating or
resulting from other duties and functions of Supervision Consultant in accordance with
the Agreement, as the Authority may reasonably require and submit its report within 10
days.
12.
i. To minimize the delay in approval of replacements of Key Personnel, Consultant shall
submit the proposal directly to the competent level responsible for such approvals. The
approval for replacement of key personnel shall be accorded within one month of
submission of such proposal. In case of further delay, unless refused after due
evaluation of CV by the Authority within a month, it will be considered deemed
approval of such replacements proposed.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

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

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Enclosure-A
MAN - MONTHS INPUT FOR KEY PROFESSIONAL STAFF SUPERVISION CONSULTANTS

(A) Key Personnel (Professional Staff) Man Month


1 Team Leader* 1x15
2 Highway Maintenance cum Resident Engineer 1x60
3 Road Safety Expert 1x15
4 Bridge/Structural Engineer 1x20
Sub – Total 110
Sub-professional
1 Assistant Quality cum Material Expert 1x36
2 Assistant Highway Maintenance Engineer-2 nos. 2x60
3 CAD Expert 1x20
4 Electrical Engineer 1x10
5 Horticulture Expert 1x30
6 Quantity Surveyor 1x12
7 Highway Operation Unit (HOU) (IT expert 1x60
+Toll Plaza expert)
Sub- Total 288

1. The Team Leader may not be required every day as they handle assignments on
other projects also running concurrently. However, their presence would be
required for at least for a week every month. The man-months for the Team
Leader have been indicated accordingly.
2. The Contract Specialist and Financial Analyst with respect to issues related to
current O&M Contractor and also the original civil work executed Contractor may
be required for the project for specific needs. Their deployment shall be arranged
by the consultant on specific requisition from the Authority and the payment shall
be made as per the actual deployment. The Contract Specialist and Financial
Analyst shall be paid at the average of the rates quoted for Key Personnel listed at
Sl. No. 2, 3 & 4above.
3. The qualifications and experience of Sub Professional staff would not be considered
in the evaluation. However, Consultant shall have to get their CVs approved from
NHAI before mobilization. The other inputs like support staff shall also be provided
by the Consultant of an acceptable type commensuration with the roles and
responsibilities of each position.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Enclosure B

MINIMUM QUALIFICATION OF

KEY PERSONNEL & SUB PROFESSIONAL STAFF QUALIFICATION OF KEY PERSONNEL

Team Leader

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

He should have the following qualification / experience.

1. Essential Qualifications.

I. Graduate in Civil Engineering from a recognized university.

ii. Total Highway Experience of 10years.

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


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

2. Preferential Qualifications.

I. Post Graduate Degree in Management/ Construction/ Transportation/ Highway


Engineering/ Structural Engineering or any other specialized stream of civil
engineering.

ii. Highway Development Projects taken up under PPP.

Note: (1) Similar Capacity includes the following positions

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


Supervision/IE)

a) On behalf of Contractor: Project Manager (Construction/Construction


Supervision)

b) In Government Organizations: Superintending Engineer (or equivalent) and


above

In the case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

from a Govt. Agency, the experience uploaded on Infracon Portal will be taken into
consideration. However, the key personnel/ bidder will be solely responsible for any fake
information/ CV, which may result in debarment.

(2) Only those projects will be considered for evaluation where the input of the personnel is
9 months or more.

HIGHWAY MAINTENANCE cum RESIDENT ENGINEER

The Highway Engineer shall be responsible for undertaking routine/periodic inspection of


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

He should have the following qualification / experience.

1. Essential Qualifications.

1. Graduate in Civil Engineering from a recognized University.

2. Professional Experience of 7 years in highway works


(inspection/design/construction/maintenance).

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


Construction/Maintenance works of similar nature.

4. Out of 3 years as in (iii) above at least one project should involve works of 2/4/6
laning/expressways or similar project.

2. Preferential Qualifications.

1. Post Graduate Degree in Highway Engineering

Note: Similar Capacity includes the following positions

1. On behalf of Consultant: Highway Engineer/ Highway Maintenance Engineer/ Resident


Engineer (Construction Supervision/IE)

2. On behalf of Contractor:
Highway Engineer / Project Manager (Construction/Construction Supervision)

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

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

BRIDGE / STRUCTURAL ENGINEER

The Bridge Engineer shall be responsible for supervising the works of existing or proposed
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

bridges, interchanges and any other structure related to the Project Highway. He shall
undertake structure condition survey once a year and submit an exclusive report on repair
and rehabilitation requirements of bridges/ structures. He shall also inspect the bridge
rehabilitation and repair works which are required to be undertaken by the Concessionaire.
He shall review and suggest modifications to the maintenance manual/program relating to
his duties.

He should have the following qualification / experience.

1. Essential Qualifications.

1. Graduate in Civil Engineering from a recognized University.

2. Professional Experience of 7 years.

1. 3 years experience in similar capacity in Construction / Construction Supervision of


bridge / interchange / any other Structures including rehabilitation.

2. At least one project should involve the work of 2/4/6 laning/expressways or similar
project.

2. Preferential Qualifications.

1. Post Graduate Degree in Structural Engineering.

Note- Similar Capacity includes the following positions.

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


Engineer

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

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

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

ROAD SAFETY EXPERT

The Road Safety Expert shall review all the safety measures taken by the Concessionaire
during the concession period at site. Conformity to the safety requirement as per detailed
contract requirement shall also be checked and approved. This shall cover all the
temporary/permanent structures, handling of equipments, safety of workers/road users
and generating awareness /training of site staff of concessionaire. He shall also look into
the causes of various accidents and review other insurance coverage taken by the
Concessionaire. He shall undertake, supervise safety audit/ inspection once in every
quarter and furnish a detailed report. He shall review emergency response arrangement,
accident data, formats, safety provisions in O&M activities etc., as proposed by the
Concessionaire.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

1. Essential Qualifications.

1. Graduate in Civil Engineering from a recognized University.

2. Professional Experience of 7years.

3. Minimum 3 years experience in Road Safety works of Major Highway Projects (4 /


6laning projects)

4. Experience in Road Safety Audit of at least one 4/6 lane highway / expressway
project.

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

2. Preferential Qualifications

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

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

Note- Similar Capacity includes the following positions.

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

2. On behalf of Contractor:
Road safety Expert (Construction/Construction Supervision)

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

In the case of experience on behalf of Consultant or Contractor, the experience shall be duly
endorsed by the respective Government agency. In case of non-availability of endorsement
from a 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.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

SUB PROFESSIONAL

SURVEY ENGINEER

The candidate should be a Graduate in Civil Engineering/Survey with at least 6 years’


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

ASSISTANT HIGHWAY MAINTENANCE ENGINEER

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

ASSISTANT QUALITY MATERIAL ENGINEER

The candidate should graduate in Civil Engineering or a diploma in Civil Engineering with
experience of 3 years of experience.

CAD EXPERT

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

ELECTRICAL ENGINEER

The Candidate should be a Graduate in Electrical Engineering. He should have at least 6


years’ professional experience.

HORTICULTURE EXPERT

The Candidate should be a Graduate in Agriculture Science with specialization in


Horticulture/Arboriculture. He should have at least 6 years’ professional experience.

QUANTITY SURVEYOR

The Candidate should be a 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.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

HIGHWAY OPERATION UNIT (HOU) (IT EXPERT+TOLL PLAZA EXPERT)


The Candidate should be Graduate in Computer Science / Computer Engineering / IT
Electronic & Communication / Electronic & Instrumentation / MCA, preferable MBA (IT)
with minimum 5 years experience in IT Operation out of which at least 2 years in Toll
Management Systems and desirable certified training in behavioral Management from any
recognized Institute of hospitality management.
The brief duties of HOU officer at TP shall be as under: - These are only indicative and can
be increased or adjusted as per requirement at Toll Plaza by the PIU. The HOU officer at
Toll Plaza will report to HOU of PIU/RO/HO Division HQ NHAI and submit daily report to
them. Monitoring will be done through Mobile App & Web Portal created for this purpose.

A. Be the Single Point of Contact (SPoC) for all ETC related activities at the Toll Plaza.
The key activities shall include:

i. Monitor the ETC equipment at toll Plazas to ensure that the equipment / hardware is up
to date meeting latest specifications, operational at desired level, and highlight issues
with any of the equipment to the HO Officer at PIU/RO level.
ii. Monitor the networking equipment and internet availability at Toll Plazas and
highlight issues to the HOU Officer at RO/PIU level.
iii. Identify strategy for fixing the ETC equipment / Networking equipment / Internet
availability and ensure that the business continuity plan for all equipment (s) is in place.
iv. Ensure the service time of not more than 10 seconds per vehicle at peak flow
regardless of methodology adopted for fee collection.
v. Observe the queue levels, especially with dedicated ETC lanes and highlight issues
to the HO Officer at PD level.
vi. Ensure camera feeds are regularly sent to Command & Control Centre of HQ & RO
office regularly (Being set up room).
vii. Any other activity regarding ETC operations as may be identified by the HO Officer
at PIU/RO level.
viii. Facilitate sale of FASTag at Toll Plaza in liaison with the Banks.
B. Ensure optional user experience at Toll Plaza via the following strategies:

i. Keep a log of traffic jams exceeding 5 minutes at Toll Plaza and submit daily log sheet
to HOU of PIU/RO and HQ NHAI.
ii. Monitor the Biometric attendances system installed at Toll Plaza and ensure that full
strength of Toll Plaza staff mandated as per contract are daily reporting at Toll Plaza.
iii. Check the lights, road conditions and cleanliness of the Toll Plaza and ensure the
best quality.
iv. Observe media / social media regarding any issue pertaining to operations at the
Toll Plazas.

v. Take weekly feedback from at least 25 Highway users in a week and submit weekly
report to HOU of PIU/RO and HQ NHAI.

vi. Identify behavioral issues with the Toll Plaza staff members and nominate them for
training (s) related to the issues.

vii. Observe the behavior of Toll Plaza staff and intimate the same to the HOU officer
at PIU Level.

C. Ensure road safety for road safety via the following activities:

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

i. Identity key NGOs that may be partnered for promoting road safety awareness.
ii. Ensure proper signage for road safety.
iii. Be a Point of Contact in case of evacuation of accident victims during an accident.
iv. Maintain the database of nearest Trauma Centre and Primary Health Centers and
have lesioning with these centers.
v. To actively involved in Incident Management on the National Highway stretch of
the Toll Plaza and ensure ambulance, cranes & patrolling vehicles reaches the site of
incidence within 15 minutes.
vi. Maintain constant liaison with 1033 Call Centre / CRM set up by NHAI through
IHMCL.
vii. Ensure SOS/ Emergency Call Boxes are installed along the Highway Stretches and
integrated with the 1033 Call Centre.
viii. Ensure GPS is installed on all the ambulances, cranes & patrolling vehicles and
integrated with the 1033 Call Centre.
D. Monitor Highway Nest (Mini) and other wayside amenities at Toll Plaza

i. Look after the Highway Nest (Mini) constructed at Toll Plaza and ensure cleanliness,
water, light and hygiene of the Toilets and proper functioning of water ATM etc and
submit daily report through Mobile App.
ii. Inspect the public convenience facilities / toilets constructed at Toll Plazas under
Swachhata Mission are neat & clean and operation. Ensure cleanliness, water, light, and
hygiene of the Toilets and submit daily report through Mobile App.

E. Real time online Toll data transfer


i. To ensure timely transmission of raly time online Toll data in respect of Toll Plazas
under revenue sharing and premium deferment concession / contracts through EDI.
ii. He should interact and coordinate with audit agencies and Nodal Officers of HQ NHAI
for smooth transfer of Toll Data Transfer mechanism as per SOP of NHAI.

F. To facilitate any other NHAI welfare schemes being implemented at Toll Plaza such as
Eye Camp, Blood donation Camp etc.
G. The above charter of duties is tentative and subject to modification time to time as
per requirement of NHAI.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Annexure I- Daily Inspection Report

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


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

ROADS

Carriageway and paved shoulders

Breach or blockade

Potholes

Removal of debris

Hard/earth shoulders, side slopes, drains and culverts

Desilting of drains in
urban/semi-urban areas

Roadside 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
headroom of 5 m above
carriageway or obstruction in
visibility of road signs

Rest areas

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

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


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

Cleaning of toilets

Defects in electrical, water and


sanitary installations

Toll plaza[s]

Failure of toll collection


equipment including ETC or
lighting

Other Project Facilities and Approach roads

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

Annexure II- Weekly Inspection Report

Defect If defect Compliance of SC


Nature of defect or deficiency found found, previous defect Remarks
(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
(ii) km (as measured by a
standardized rough
meter/bump integrator)

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Defect If defect Compliance of SC


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

(iii) Potholes

Cracking in more than 5% of


(iv) road surface in a stretch of
1 km

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

(vi) Bleeding/skidding

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

Damage to pavement edges


(viii)
exceeding 10 cm

(ix) Removal of debris

Hard/earth shoulders, side slopes,


(b)
drains and culverts

Variation by more than 2% in


(i) the prescribed slope of
camber/cross fall

Edge drop at shoulders


(ii)
exceeding 40 mm

Variation by more than 15%


(iii) in the prescribed side
(embankment) slopes

(iv) Rain cuts/gullies in slope

(v) Damage to or silting of

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Defect If defect Compliance of SC


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

culverts and side drains


during and immediately
preceding the rainy season

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

Roadside furniture including road signs


(c)
and pavement marking

Damage to shape or
position.
(i)
poor visibility or loss of
retro-reflectivity

(d) Street lighting and telecom (ATMS)

Any major failure of the


(i)
system

(ii) Faults and minor failures

(e) Trees and plantation

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

Deterioration in health of
(ii)
trees and bushes

Replacement of trees and


(iii)
bushes

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Defect If defect Compliance of SC


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

(f) Rest areas

(i) Cleaning of toilets

Defects in electrical, water


(ii)
and sanitary installations

(g) Toll plaza[s]

Failure of toll collection


(i) equipment including ETC or
lighting

(ii) Damage to toll plaza

Other Project Facilities and Approach


(h)
roads

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

BRIDGES

(a) Superstructure of bridges

(i) Cracks

(ii) Spalling/scaling

(b) Foundations of bridges

(i) Scouring and/or cavitation

(c) Piers, abutments, return walls and

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Defect If defect Compliance of SC


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

wing walls of bridges

Cracks and damages


(i) including settlement and
tilting

(d) Bearings (metallic) of bridges

(i) Deformation

(e) Joints in bridges

Loosening and
(i)
malfunctioning of joints

(f) Other items relating to bridges

Deforming of pads in
(i)
elastomeric bearings

Gathering of dirt in bearings


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

Damage or deterioration in
(iii)
parapets and handrails

Rain-cuts or erosion of banks


(iv) of the side slopes of
approaches

(v) Damage to wearing coat

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SC during O&M Period

Defect If defect Compliance of SC


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

Growth of vegetation
(vii) affecting the structure or
obstructing the waterway

Annexure III- Monthly Status Report

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME (O&M)]

Supervision Consultant
[NAME OF CONSULTING FIRM]

MONTHLY STATUS REPORT NO. [XX]

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


Contents
1. Executive Summary 105

1.1. Overall road condition 105

1.2. Key reporting metrics 105

1.3. Key maintenance activities undertaken 105

1.4. Pending issues 106

1.5. Recommended actions by Supervision Consultant 106

1.6. Strip Plan for maintenance 106

2. Project Overview 107

2.1. Key project details 107

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
2.2. Location Map 109

2.3. Key plan 110

2.4. RoW availability 110

2.5. Summary of project features 111

3. Critical Issues and Action taken 112

3.1. Issue and action log 112

3.2. Summary of items (Cumulative Observations/ Deficiencies) 112

3.3. Obligations as per contract 114

3.4. Major maintenance and Inspection schedule 115

4. Inspection Report 115

4.1. Summary of NCR issued 116

4.2. Equipment based inspection report 116

5. Monitoring of ETC lanes 119

5.1. Monthly ETC Report 119

5.2. On-ground infrastucture report 119

5.3. On-ground ETC operations and SLA adherence 120

6. Status of Damages for breach of maintenance activities 121

6.1. Damages for non completion of project facilities 121

6.2. Damages for breach of maintenance activities 121

6.3. Damages for non completion of major maintenance/ periodic overlay 122

7. Change of Scope proposals 123

8. Status of pending disputes 123

9. Reports 124

9.1. Monthly Toll Collection Report (Applicable only if project highway is tolled) 124

9.2. Accident Report 126

9.3. Details of complaints 128

9.4. Encroachment list 129

9.5. Lane Closure Report 129

10. Annexures 130

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
All figures and graphs in templates are
illustrative. Please add actual details.

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


Pavement Concessionaire has commenced the work for renewal and repair of
pavement on the project highway w.e.f 14th September 2016
Shoulder
Drainage Cleaning of drainage in built-up areas in progress
Median
Road furniture Concessionaire has taken up repairs and maintenance of MBCB and
electric poles, etc. on issuance of NCPs from Supervision Consultant
Bridges
Buildings i. As per provisions of CA and policy decided by MoRTH/NHAI, 2
ETC lanes at each toll plaza have been operationalized w.e.f.
25th September 2016. The connectivity of ETC lanes with
Central Clearing House (CCH) has been achieved and presently
ETC lanes are operationalized in Hybrid Mode due to less

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

Asset Maintenance activities undertaken


number of tags purchased by highway users
Horticulture Planting of new trees from Chainage 200+300 to 226+650
Trimming of plants which were causing obstruction to highway users
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.

Overall 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 Supervision Consultant

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. SChas recommended the
damages of Rs 5.9 Cr on the Concessionaire on account of the delay in repairs of defects in
road and bridge works in terms of the provision of Clause 15.8.1 of the Concession
Agreement. The concessionaire shall be liable for the imposition of further damage on
similar lines till the date of completion.

The concessionaire is requested to take the 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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

Main report
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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

Date of Award (LOA date)


Appointed Date
Commercial Operation Date (COD)
Concession Period
O&M Period
Supervision Consultant
SCAgreement Date
SCMobilization Date
SCScheduled Completion Date
SCEOT (Extension Of Time)

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

LocationMap

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

Key plan

RoW availability

Width of RoW available on both sides of the highway


>20 m
LHS- Width of RoW available

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

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

Summary of project features

SNo Particulars Value

1 No of flyovers 2

2 Service Road 45

3 ROBs 5

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


396.135 & 420.302

5 RUBs 0

6 RUB location (chainage) NA

7 No of Bypass 7

8 Length of Bypass 43

9 No of Major Bridges 7

10 No of Minor Bridges 67

11 No of Culvert 640

12 No of VUP 16

13 No of PUP/ Cattle Underpass 12

14 No of Major Intersection/ Junction 22

15 No of Toll Plaza 3

16 Location of Toll Plaza (chainage)

17 No of Truck Laybye 30

18 No of Bus Bays 122

19 No of Wayside Amenities 0

20 Location of Wayside Amenities (chainage) NA

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

Critical Issues and Action taken

Issue and action log

for resolving
affected due

Expected Date
by
affected (km)

taken till now


Ongoing/New

to the issue
Chainage(s)
Description

Concerned

suggested
Authority

Action(s)

Action(s)
Length

issue
Issue

Issue
SNo

SC
1 Drying Ongoing Concessio 325+200 to 2.6 Irregular Replaceme NA
up of naire 327+800 watering nt of
plants plants and
on daily
median watering

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


potholes naire LHS potholes M>

All figures and graphs in templates are


illustrative. Please add actual details.

Summary of items (Cumulative Observations/ Deficiencies)

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

1 Carriageway and paved shoulders

(a) Pot Holes Sqm 42 - - 42

(b) Roughness value mm


exceeding 2,500mm

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


5% of road surface

(d) Rutting exceeding Sqm 5 - - 5


10mm in more than
2% of road surface

(e) Bleeding/Skiding Sqm

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

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

(f) Ravelling Sqm

(g) Damage to pavement m


edges exceeding 10cm

2 Hard/Earth Shoulders

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


slope

(b) Edge drop at m


shoulders 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) Delineators Nos 8236 - - 8236

(i) Road Marking Sqm 1899 - - 1899

(j) Kerb Painting Sqm 4575 - - 4575

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

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

(k) Guard Posts Nos 3657 - - 3657

5 Street lighting and telecom (ATMS)

(a) Street lights Nos

(b) Telecom Nos

6 Trees and plantation

(a) Removal of vegetation Ha 77.42 - 3.57 73.85


affecting sight line
and road structures

(b) Replacement of trees Nos 15072 - - 15072


and bushes

7 Buildings and bridges

(a) Rest areas

(b) Toll plazas

(c ) Bridges

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

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 Supervision Consultant [DD/MM/YY] [DD/MM/YY]


inspection using
NSV

Roughness using Supervision Consultant [DD/MM/YY] [DD/MM/YY]


Laser Profilometer

Pavement strength Supervision Consultant [DD/MM/YY] [DD/MM/YY]


using FWD

Culvert inspection Supervision Consultant [DD/MM/YY] [DD/MM/YY]


using GPR

Bridge inspection Supervision Consultant [DD/MM/YY] [DD/MM/YY]


using MBIU

Road sign Supervision Consultant [DD/MM/YY] [DD/MM/YY]


inspection using
Reflectometer

Other

All figures and graphs in templates are


illustrative. Please add actual details.

Inspection Report

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

Summary of NCR issued

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

1 Pavement 48 12 25 35

2 Shoulder 7 0 3 4

3 Drainage

4 Median

Road
5
furniture

6 Bridges

7 Buildings

8 Horticulture

9 [Other assets]

Total

Equipment based inspection report

Pavement
Pavement Surface Defects Roughness
Strength
Skid Resistance

Elastic Modulus

Elastic Modulus

Elastic Modulus
depth

IRI (International
depth

Roughness Index)
Ending Chainage

Bituminous E1
Potholes (cm)

Bleeding (cm)
Raveling (cm)
Lane number

SubGrade E3
Granular E2
Cracks (cm)
Chainage

Texture
Starting

Rutting
(mm)

(mm)

(mm)

0.000 0.500 L1 2X10 20X352.5X1.24X12 25 1.4 4.23 7110 34 14

0.500 1.000 L1 3X5 10X151.5X0.83X10 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.

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

Condition Superstructure

Condition Piers

Condition Abutment

Retroreflectometer report capturing following key metrics of road furniture

Coefficient of retroreflected luminance RA (nighttime retroreflection) of road traffic signs

ATCC report capturing ADT, AADT, hourly and weekly variations and recommendation on
capacity augmentation

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

Monitoring of ETC lanes

Monthly ETC Report

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

Fee
No of Fee No of 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

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

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

On-ground infrastucture report

Total number of plaza lanes =

Total number of dedicated ETC lanes =

Total number of hybrid lanes =

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

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

1 Hardware

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


transceiver

(b) Hand-held reader

(c ) Lane controller

(d) AVC

(h) Camera

(l) Weigh-in-motion

(m) Static weigh bridge

(n) Any other items

2 Softwares

(a) Software – Lane/


Plaza level

(c) TMS

(d) Any other items

On-ground ETC operations and SLA adherence

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

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

Lane
2

Lane
3

ii. Average system uptime = 80%

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

iii. Transactions uploaded (as per SLA) = 80%


iv. Blacklists uploaded (as per SLA) = 50%
v. Blacklists downloaded (as per SLA) = 85%
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

i. No of days in Sep = 30
ii. Performance security is Rs 64,80,00,000
iii. As per CA Clause 12.3.2 damages payable is 0.1% of performance security per day =
Rs 6,48,000
iv. 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


Damages at
o
of

of
Damages as

No of days

No of days
as estimated

higher side

inspection

as per CA
Damages

Damages
Quantity

damages

amount
Nature

per CA
defect

repair
Total

from
Date
Rate
S No

Cost
Unit

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

Damages for non completion of major maintenance/ periodic overlay

SN
Period Amount of damages (Rs)
o

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

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

Change of Scope proposals

Date of first Expected/


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

1 Construction of [DD/MM/YY Approved in principle [+/- [DD/MM/YY


[Flyover Name] at YY] by Authority. Detailed Amount] YY]
[Chainage] quantitSCs in proper
order yet to be
submitted

2 Nallah diversion [DD/MM/YY Clarifications to be [+/- [DD/MM/YY


through box culvert YY] submitted by Amount] YY]
at [Chainage] Concessionaire,
expected date
[DD/MM/YYYY]

Status of pending disputes

Date of first Dispute


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

1 Increased tollable [DD/MM/YYY No merit in increasing NA SAROD


length to be Y] tollable length hence no
applicable in toll action required by NHAI
fee calculations

2 Filling stations [DD/MM/YYY NHAI to consider the [+/- B/w


energized without Y] Concessionaire's request Amount] Concessio
obtaining NOC for intervention and naire and
from ministry assistance NHAI

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

Reports

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

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

Fee
No of Fee No of Fee per No of Fee
vehicles Collected vehicles Collected vehicle vehicles Collected

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

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

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

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

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

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

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

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

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

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

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

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

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


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

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

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

Fee
No of Fee No of Fee per No of Fee
vehicles Collected vehicles Collected vehicle vehicles Collected
Size Return 0 0 - 965 -

Local 0 0 - 320 -

Total for the


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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

Accident Report

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

of

of

of
affected
persons

type
conditions
Nature of accident

Weather condition
Accident location

Help provided by
Time of accident

Type of vehicle
Road condition

Type of victim
Classification

Age of victim
Chainage no

Intersection
Sex (M/F)

accident

vehicle

control
Causes

Major

Minor
Fatal
Load
Date
S No

1 1/1/17 382/050 05:25 M 2 2 3 4 1 1 - 1 3 1 3 - 1 1 Ambu


RHS pm

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

Details of complaints

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

1 81 8/9/2016 Mr. Mr. Shailendra Pot holes are


Shailendra Complaints repaired
Gurjar, LIG- regarding Pot
44,RSS holes on the
mohalla, Highway may
Shivaji cause
Nagar, accidents.
Bhopal
(M.P.)

2 82 10/9/2016 Dr. Anil Dr. Diwakar Animals are


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

3 83 11/9/2016 Maj. Maj. Sidharth The Exemption


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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

All figures and graphs in templates are


illustrative. Please add actual details.

Encroachment list

(New/
type

road
stall,

width
Stretch Chainage (km)

Name of Encroacher
from
Category (Tea
Side (LHS/RHS)

Encroachment

Encroachment
Establishment
Temple, etc)
(Temporary/
Permanent)

and length
edge (m)
existing)
Distance
District/

Village
Tehsil
SNo

1 212+5 LHS Kurno Kurnool Tempor Tea New 7 5mX3.5 Vijay Kumar
00 ol ary stall m Reddy

2 213+2 RHS Kurno Dinnedevara Perman Godo Existi 5 10.5m X Buddana


00 ol Padu ent wn ng 4m

Lane Closure Report

Chainage (Km) Reasons for Lane


Closure &
S.No Date From To Side Time of Closure Approval Details Remarks
9/9/20 215+30 215+35
1 RHS 1pm-4pm Patch work
16 0 0

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

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

Nature of defect or deficiency Defect If defect Compliance of SC


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

ROADS

(a) Carriageway and paved shoulders

(i) Breach or blockade

Roughness value exceeding


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

(iii) Pot holes

Cracking in more than 5%


(iv) of road surface in a stretch
of 1 km

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

(vi) Bleeding/skidding

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

Damage to pavement edges


(viii)
exceeding 10 cm

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

Nature of defect or deficiency Defect If defect Compliance of SC


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

(ix) Removal of debris

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

Variation by more than 2%


(i) in the prescribed slope of
camber/cross fall

Edge drop at shoulders


(ii)
exceeding 40 mm

Variation by more than 15%


(iii) in the prescribed side
(embankment) slopes

(iv) Rain cuts/gullies in slope

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

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

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

Damage to shape or
position;
(i)
poor visibility or loss of
retro-reflectivity

(d) Street lighting and telecom (ATMS)

Any major failure of the


(i)
system

(ii) Faults and minor failures

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

Nature of defect or deficiency Defect If defect Compliance of SC


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

(e) Trees and plantation

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

Deterioration in health of
(ii)
trees and bushes

Replacement of trees and


(iii)
bushes

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

(f ) Rest areas

(i) Cleaning of toilets

Defects in electrical, water


(ii)
and sanitary installations

(g) Toll plaza[s]

Failure of toll collection


(i) equipment including ETC or
lighting

(ii) Damage to toll plaza

(h) Other Project Facilities and Approach roads

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

Nature of defect or deficiency Defect If defect Compliance of SC


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

BRIDGES

(a) Superstructure of bridges

(i) Cracks

(ii) Spalling/scaling

(b) Foundations of bridges

(i) Scouring and/or cavitation

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

Cracks and damages


(i) including settlement and
tilting

(d) Bearings (metallic) of bridges

(i) Deformation

(e) Joints in bridges

Loosening and
(i)
malfunctioning of joints

(f) Other items relating to bridges

Deforming of pads in
(i)
elastomeric bearings

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

Damage or deterioration in
(iii)
parapets and handrails

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

Nature of defect or deficiency Defect If defect Compliance of SC


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

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

(v) Damage to wearing coat

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

Growth of vegetation
(vii) affecting the structure or
obstructing the waterway

Annexure 2 onwards:
SCshould include comments, status update, data points and reports in following annexures
which have not been included elsewhere in the main report. Such reports may include but
not limited to:

Minutes of review meeting

Correspondence details

Weather report

Organizational chart of Concessionaire and IE

Project photographs

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
Annexure IV- Month of survey for equipment based road condition assessment

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

However, since the first survey shall be conducted within 30 days of appointment of the
Supervision Consultant, 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 appointed date is on 1st March, then the first
equipment based survey shall be conducted in the month of March within 30 days of
appointment and this shall be considered as the equipment based survey to be
conducted in the month of May. The 2ndequipment 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 in the month of March
within 30 days of appointment. The 2nd test/survey shall be conducted in March 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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Region State Survey before rains Survey after rains

North Punjab May Nov

North Uttar Pradesh May Nov

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-OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD TESTING

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
[NAME & LOGO OF IMPLEMENTING AGENCY]

[PROJECT NAME]

Supervision Consultant
[NAME OF CONSULTING FIRM]

OUTPUT FROM NETWORK SURVEY VEHICLE AND FWD TESTING

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Table of contents
Contents Page Nos.

SECTION 1 ROAD INVENTORY DATA


140

1.1. Location Reference Post (LRP) Master 143

1.2. Carriageway Type 144

1.3. Road Type 145

1.4. Pavement Type 146

1.5. Pavement Width 147

1.6. Shoulder Type


148

1.7. Shoulder Width

149

1.8. Topography 151

1.9. Cross Section

151

1.10. Drain Type

153

1.11. Median Opening

154

1.12. Right Of Way

155

1.13. Pavement composition

156

1.14. Carriageway Furniture

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
159

1.15. Wayside Amenities

160

1.16. Land Use

161

SECTION 2 ROAD CONDITION DATA 163

2.1. Visual condition

163

2.2. Roughness

167

2.3. Rutting

169

2.4. Texture Depth

170

2.5. Skid Resistance

171

2.6. Falling Weight Deflectometer (FWD)

173

2.7. Falling Weight Deflectometer (FWD) Rigid

177

Annexure V: OUTPUT FORMAT FROM NETWORK SURVEY VEHICLE AND FWD TESTING
(SECTION 1: TESTING WITHIN 1 MONTH OF APPOINTMENT, SECTION 2: FWD
ATTRIBUTES - ANNUALLY, BALANCE PARAMETERS –BIANNUALLY)

In addition to the reports being submitted on equipment based inspection as specified in


Section 4.2 of the Monthly Progress Report in the O&M phase, the Supervision Consultant
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
(IE) shall submit electronically in excel (.xls) formatcertain key parameters to the
Project Director in the following format.

Worksheets under Section 1 (‘Road inventory data’) shall be updated from surveys
conducted only once within 30 days of appointed date of the Supervision Consultant.
Worksheets under Section 2 (‘Road condition data’) shall be updated from surveys
carried out annually for FWD attributes and biannually for the remaining attributes.

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

SECTION 1 - ROAD INVENTORY DATA

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

1.1 Location Reference Post (LRP) Master

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

Field Description Example


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

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

NH0xxx Road Start 1.230 Increasing 9.98897 78.02671 63.07767 23-12-15 NH0yyy ABC-DEF

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
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

1.2 Carriageway Type

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Type of carriageway, classified into one Divided


CarriagewayType of the below categories:
i. Divided
ii. Undivided
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference


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

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

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

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

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

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

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

1.3 Road Type

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
The following table lists the fields which need to be populated for the ‘Road Type’
attribute. The descriptions of the fields are given below.

Field Description Example


NHNumber New National Highway number NH0065

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


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

Classification of road on basis of number Four Lane


of lanes
Single Lane
RoadType Two Lane
Intermediate Lane
Four Lane
Six Lane
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


Start End Date of
NHNumber Section RoadType Latitude Longitude
Chainage Chainage Survey

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

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

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

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

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

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

1.4 Pavement Type

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

Field Description Example


NHNumber New National Highway number NH0065

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
SectionCode Code indicating starting and ending HYD-VIJ (Hyderabad-
locations of section Vijayawada)
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


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

NH00xx ABC-DEF 0.000 0.804 Both Asphalt 06-05-17 9.98897 78.02671

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

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

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

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

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

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

1.5 Pavement Width

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


Direction v. Increasing (chainage)
vi. Decreasing (chainage)
Width of the pavement in metres, >7m and <10.5m
classified into one of the below
categories
PavementWidth >= 3.75m and < 5.5m
>5.5m and < 7m
>= 7m and < 10.5m
>=10.5m and <=12.5m
> 12.5m
PavementWidthValue Width of the pavement in metres, 7.0
rounded to two places after decimal
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YY>
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

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

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

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

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

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

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

1.6 Shoulder Type

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

Field Description Example


NHNumber New National Highway number NH0065

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example

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


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

Direction of survey Increasing


vii. Increasing (chainage)
Direction
viii. Decreasing (chainage)
Type of shoulder, classified into one of Gravel
the below categories:
ix. None
x. Paved
xi. Gravel
ShoulderType
xii. Earth

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


YY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:
Section Start End Survey
NH Number Direction ShoulderType Latitude Longitude
Code Chainage Chainage Date

NH00xx ABC-DEF 0.000 0.763 Increasing No Shoulder 09-01-16 9.98897 78.02671

NH00xx ABC-DEF 0.763 0.834 Increasing Gravel 09-01-16 9.98444 78.02934

NH00xx ABC-DEF 0.834 1.254 Increasing Gravel 09-01-16 9.98341 78.03004

NH00xx ABC-DEF 1.254 2.945 Increasing Gravel 05-01-16 9.98107 78.03078

NH00xx ABC-DEF 2.945 4.327 Increasing Gravel 05-01-16 9.96328 78.04160

NH00xx ABC-DEF 4.327 4.405 Increasing Gravel 05-01-16 9.95385 78.05255

NH00xx ABC-DEF 4.405 6.844 Increasing Gravel 05-01-16 9.93102 78.05648

NH00xx ABC-DEF 6.844 9.359 Increasing Gravel 05-01-16 9.91229 78.04961

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

1.7 ShoulderWidth

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

Field Description Example


NHNumber New National Highway number NH0065

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


locations of section Vijayawada)
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
StartChainage Chainage of the start point (in km) 0.500
EndChainage Chainage of the end point (in km) 1.500

Direction of survey Increasing


xiii. Increasing (chainage)
Direction
xiv. Decreasing (chainage)
Width of the shoulder in metres, < 1m
classified into one of the below
categories
No shoulder
< 1m
>= 1m and <= 2m
ShoulderWidth
> 2m

ShoulderWidthValue Width of the shoulder in metres, 0.5


rounded to one place after decimal

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


YY>
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 03-01-
NH0xxx ABC-DEF 0.000 0.785 Increasing 0.0 9.98897 78.02671
Shoulder 16

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

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

03-01-
NH0xxx ABC-DEF 3.170 5.194 Increasing 1-2m 2.0 9.98107 78.03078
16

03-01-
NH0xxx ABC-DEF 5.194 6.793 Increasing 1-2m 2.0 9.96328 78.04160
16

03-01-
NH0xxx ABC-DEF 6.793 11.404 Increasing 1-2m 2.0 9.95385 78.05255
16

1.8 Topography

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

Field Description Example

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
NHNumber New National Highway number NH0065

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


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

Topography of the road, classified into Flat


one of the below categories
Flat
Rolling
Topography
Hilly

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


YY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


NH Number Section Code Start Chainage End Chainage Topography Survey Date Latitude Longitude

NH0xxx ABC-DEF 0.000 0.808 Flat 05-01-16 9.98897 78.02671

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

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

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

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

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

1.9 Cross Section

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


Direction
xv. Increasing (chainage)
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
xvi. Decreasing (chainage)
Cross section type, classified into one of Fill
the below categories
Cut
Fill
Cut and Fill
CrossSection
Level

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


YY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


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

NH0xxx ABC-DEF 0.000 0.822 Increasing Level 03-01-16 9.98897 78.02671

NH0xxx ABC-DEF 0.822 2.642 Increasing Level 03-01-16 9.98444 78.02934

NH0xxx ABC-DEF 2.642 3.199 Increasing Level 03-01-16 9.98341 78.03004

NH0xxx ABC-DEF 3.199 5.360 Increasing Level 03-01-16 9.98107 78.03078

NH0xxx ABC-DEF 5.360 5.715 Increasing Fill 03-01-16 9.96328 78.04160

NH0xxx ABC-DEF 5.715 6.941 Increasing Level 03-01-16 9.95385 78.05255

NH0xxx ABC-DEF 6.941 11.163 Increasing Level 03-01-16 9.93102 78.05648

1.10 Drain Type

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


xvii. Increasing (chainage)
Direction
xviii. Decreasing (chainage)
DrainType Open lined drain
Type of drain, classified into one of the
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
below categories
Open unlined drain
Open lined drain
Covered line drain
No drain

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


YY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


NHNumbe SectionCod StartChainag EndChainag DrainTyp SurveyDat Latitud Longitud
Direction
r e e e e e e e

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

Open
NH0xxx ABC-DEF 0.069 0.782 Increasing Lined 09-01-16 9.98444 78.02934
Drain

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

Open
NH0xxx ABC-DEF 0.782 0.846 Increasing Unlined 09-01-16 9.98107 78.03078
Drain

Open
NH0xxx ABC-DEF 0.846 1.254 Increasing Unlined 09-01-16 9.96328 78.04160
Drain

Open
NH0xxx ABC-DEF 1.254 2.265 Increasing Unlined 05-01-16 9.95385 78.05255
Drain

Open
Decreasin
NH0xxx ABC-DEF 1.929 0.288 Unlined 09-01-16 9.93102 78.05648
g
Drain

Decreasin
NH0xxx ABC-DEF 1.952 1.929 No Drain 09-01-16 9.91229 78.04961
g

Open
NH0xxx ABC-DEF 2.265 3.005 Increasing Unlined 05-01-16 9.89041 78.03458
Drain

Open
Decreasin
NH0xxx ABC-DEF 2.680 1.952 Unlined 09-01-16 9.88489 78.02995
g
Drain

NH0xxx ABC-DEF 3.005 4.424 Increasing Open 05-01-16 9.87474 78.02828


Unlined

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
NHNumbe SectionCod StartChainag EndChainag DrainTyp SurveyDat Latitud Longitud
Direction
r e e e e e e e

Drain

Open
Decreasin
NH0xxx ABC-DEF 3.109 2.680 Unlined 09-01-16 9.87363 78.02744
g
Drain

Decreasin Covered
NH0xxx ABC-DEF 3.320 3.109 09-01-16 9.84857 78.01535
g Line Drain

Open
Decreasin
NH0xxx ABC-DEF 3.917 3.320 Unlined 09-01-16 9.83764 78.00392
g
Drain

Open
NH0xxx ABC-DEF 4.424 4.601 Increasing Unlined 05-01-16 9.83711 77.98576
Drain

Open
NH0xxx ABC-DEF 4.601 5.693 Increasing Unlined 05-01-16 9.83386 77.97729
Drain

1.11 Median Opening

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


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

MedianWidth Width of the median in metres, rounded 0.5


to one place after decimal

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


YY>
Latitude Latitude of survey point 9.98897

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
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

No
NH00xx ABC-DEF 1.000 2.810 Both 0.0 05-01-16 9.98341 78.03004
Median

NH00xx ABC-DEF 2.810 4.335 Both Raised 1.5 05-01-16 9.98107 78.03078

No
NH00xx ABC-DEF 4.335 6.666 Both 0.0 05-01-16 9.96328 78.04160
Median

No
NH00xx ABC-DEF 6.666 12.906 Both 0.0 05-01-16 9.95385 78.05255
Median

1.12 Right Of Way

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


xxi. Increasing (chainage)
Direction
xxii. Decreasing (chainage)
RowWidth Width of Right of Way (in metres) 24
Remarks

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


YY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:
Section Start End ROW Survey
NHNumber Direction Remarks Latitude Longitude
Code Chainage Chainage Width Date

NH0xxx ABC-DEF 0.000 1.000 Increasing 28 05-05-15 9.98897 78.02671

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
NH0xxx ABC-DEF 1.000 2.000 Increasing 24 05-05-15 9.98444 78.02934

NH0xxx ABC-DEF 2.000 3.000 Increasing 30 05-05-15 9.98341 78.03004

NH0xxx ABC-DEF 3.000 4.000 Increasing 26 05-05-15 9.98107 78.03078

NH0xxx ABC-DEF 4.000 11.000 Increasing 24 05-05-15 9.96328 78.04160

1.13 Pavement composition

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


Direction xxiii. Increasing (chainage)
xxiv. Decreasing (chainage)
Type of pavement Asphalt
PavementType i. Asphalt
ii. Cement concrete
BituminousSurface BC
CourseType Type of bituminous surface course

BituminousSurface 40
CourseThicknessM Thickness of BSC layer in mm
M

BSCConstructionYe Year of construction of BSC layer in 2015


ar flexible pavements
BituminousBaseCo DBM
urseType Type of bituminous base course

BituminousBaseCo 100
urseThick—ness Thickness of BBC layer in mm

BBCConstructionYe Year of construction of BBC layer in 2015


ar flexible pavements
GranularBaseType Type of granular base WMM
GranularBaseThick 250
-ness Thickness of GB layer in mm

GBConstructionYe Year of construction of GB layer in 2015


ar flexible pavements

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
PavementQualityC PQC
oncreteType Type of pavement quality concrete

PavementQuality 300
ConcreteThickness Thickness of PQC layer in mm

PQCConstructionY Year of construction of PQC layer in rigid 2015


ear pavements
DryLeanConcreteT 100
hicknessMM Thickness of DLC layer in mm

DryLeanConcreteT DLC
ype Type of dry lean concrete

DLCConstructionYe Year of construction of DLC layer in rigid 2015


ar pavements
GranularSubBaseT GSB
ype Type of granular sub base

GranularSubBase 200
Thickness Thickness of GSB layer in mm

GSBConstructionYe 2014
ar Year of construction of GSB layer

DesignCBR Design CBR of the subgrade, expressed in 5%


%
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:
Bituminous BSC Bituminous Bituminous
Sec- Start End Bituminous BBC Granula Granular
Direc- Pavement Surface Construc Base Base
NH No. tion Chain Chain Surface Construc- r Base Base
tion Type Course -tion Course Course
Code age age Course Type tion Year Type Thickness
Thickness Year Type Thickness

ABC- Both
NH00xx 0.0 5.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side

ABC- Both
NH00xx 5.0 11.0 Asphalt BC 40.0 2015 DBM 80 2015 WMM 250
DEF side

ABC- Both
NH00xx 11.0 20.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF side

ABC- Both
NH00xx 20.0 22.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side

ABC- Both
NH00xx 22.0 30.0 Asphalt SDBC 25.0 2015 BM 115 2015 WMM 250
DEF side

ABC- Both
NH00xx 30.0 31.0 Asphalt BC 40.0 2015 DBM 100 2015 WMM 250
DEF side

(table continued…)
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
GB Pavement Pavement PQC Dry Lean DLC
Dry Lean Granular Granular GSB
Constru Quality Quality Constru Concrete Constru Design Survey Latitu Longitu
Concrete SubBase SubBase Construc
ction Concrete Concrete ction Thicknes ction CBR Date de de
Type Type Thickness tion Year
Year Type Thickness Year s Year

05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.99 78.03
15

05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15

05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15

05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.98 78.03
15

05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.96 78.04
15

05-05-
2015 NA NA NA NA NA NA GSB 300 2015 5% 9.95 78.05
15

1.14 Carriageway Furniture

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

Field Description Example


NHNumber New National Highway number NH0065

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


locations of section Vijayawada)
Chainage Chainage of the point (in km) 0.500

Direction of survey Increasing


Direction iii. Increasing (chainage)
iv. Decreasing (chainage)
Wayside amenities classified into one of Road sign
the below categories:
Wayside Amenity Crash barriers
Type Signs
Street Lights
Km stone
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
NHNumber SectionCode Chainage Direction EventType SurveyDate Latitude Longitude

Street Light
NH00xx ABC-DEF 0.012 Increasing 03-01-16 9.98897 78.02671
Start

Street Light
NH00xx ABC-DEF 0.287 Increasing 03-01-16 9.98444 78.02934
End

NH00xx ABC-DEF 2.491 Decreasing Road Sign 03-01-16 9.98341 78.03004

NH00xx ABC-DEF 2.708 Decreasing Road Sign 03-01-16 9.98107 78.03078

NH00xx ABC-DEF 3.496 Increasing Road Sign 03-01-16 9.96328 78.04160

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

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

NH00xx ABC-DEF 8.402 Decreasing Road Sign 03-01-16 9.91229 78.04961

NH00xx ABC-DEF 10.966 Decreasing Road Sign 03-01-16 9.89041 78.03458

1.15 Wayside Amenities

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

Field Description Example


NHNumber New National Highway number NH0065

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


locations of section Vijayawada)
Chainage Chainage of the point (in km) 0.500

Direction of survey Increasing


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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YY>
DataSource

Remarks

Latitude Latitude of survey point 9.98897


Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


NH Section Wayside Survey Data
Chainage Direction Remarks Latitude Longitude
Number Code Amenity Date Source

ABC- 05-01-
NH00xx 0.650 Increasing Restaurant/Motel 9.98897 78.02671
DEF 16

ABC- 05-01-
NH00xx 1.998 Increasing Restaurant/Motel 9.98444 78.02934
DEF 16

ABC- 05-01-
NH00xx 5.524 Increasing Petrol Pump 9.98341 78.03004
DEF 16

ABC- 05-01-
NH00xx 11.413 Increasing Restaurant/Motel 9.98107 78.03078
DEF 16

1.16 Land Use

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


Direction vii. Increasing (chainage)
viii. Decreasing (chainage)
Land use classified into one of the below Commercial
categories:
LandUse Residential;
Commercial;
Industrial;
Agricultural;
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
Water bodies;
Mixed.
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:

NHNumber SectionCode StartChainage EndChainage Direction LandUse SurveyDate Latitude Longitude

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

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

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

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

NH00xx ABC-DEF 0.987 0.835 Decreasing Mixed 03-01-16 9.96328 78.04160

NH00xx ABC-DEF 1.641 0.987 Decreasing Agriculture 03-01-16 9.95385 78.05255

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 within 30 days of appointment of the Supervision Consultant 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 appointed date is on 1st March, then
the first network survey shall be conducted in the month of March within 30 days of
appointment and this shall be considered as the network survey to be conducted in 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 in the month of March within 30 days of appointment.
The 2ndtest/survey shall be conducted in March of next year and so on.

The road condition data shall be used to update specific worksheets, which are listed
below.
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
2.1 Visual condition

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


Direction iii. Increasing (chainage)
iv. Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, L1
etc., L1 being 1st lane on the left from
LaneNumber centreline of carriageway, L2 being 2nd
lane on the left from centerline and so
on
Percent of pavement area affected by 2
ravelling, which is converted to the
following rating scale:
Ravelling 1 - Very Poor (> 30%)
2 - Poor (11-30%)
3 - Fair (6-10%)
4 - Good (1-5%)
5 - Very Good (0%)
No. of potholes, which is converted to 1
the following rating scale:
1 - Very Poor (> 5)
PotHoles 2 - Poor (3-5)
3 - Fair (2)
4 - Good (1)
5 - Very Good (0)
Pavement area containing edge breaks, 3
which is converted to the following
rating scale:
1 - Very Poor (> 5m2)
EdgeBreak
2 - Poor (1-5m2)
3 - Fair (0.5-1m2)
4 - Good (0-0.5m2)
5 - Very Good (0m2)
Cracking Percent of pavement area affected by 3
cracking, which is converted to the
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
following rating scale:
1 - Very Poor (> 30%)
2 - Poor (21-30%)
3 - Fair (11-20%)
4 - Good (5-10%)
5 - Very Good (<5%)
Percent of pavement area affected by 2
disintegration, which is converted to the
following rating scale:
1 - Very Poor (> 50%)
Disintegration
2 - Poor (20-50%)
3 - Fair (10-20%)
4 - Good (1-10%)
5 - Very Good (<1%)
Percent of pavement area affected by 5
depression, which is converted to the
following rating scale:
1 - Very Poor (> 5%)
Depression
2 - Poor (3-5%)
3 - Fair (1-2%)
4 - Good (0-1%)
5 - Very Good (0)
Percent of pavement area affected by 3
bleeding, which is converted to the
following rating scale:
1 - Very Poor (> 50%)
Bleeding
2 - Poor (20-50%)
3 - Fair (10-20%)
4 - Good (1-10%)
5 - Very Good (<1%)
Percent of pavement area affected by 4
patching, which is converted to the
following rating scale:
1 - Very Poor (> 30%)
Patching
2 - Poor (16-30%)
3 - Fair (6-15%)
4 - Good (2-5%)
5 - Very Good (<2%)
Condition of the drain, which is 2
converted to the following rating scale:
DrainCondition 1 - Poor
2 - Fair
3 - Good

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
Condition of the shoulder, which is Fair
converted to the following rating scale:
ShoulderCondition 1 - Poor
2 - Fair
3 - Good
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YY>
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
NHNumberSection Direction Ravelling PotHoles EdgeBreak Cracking
Chainage Chainage Number

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

NH00xx ABC-DEF 0.500 1.000 Increasing L1 4 4 4 5

NH00xx ABC-DEF 1.000 1.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 1.500 2.000 Increasing L1 5 5 5 5

NH00xx ABC-DEF 2.000 2.500 Increasing L1 5 5 5 5

NH00xx ABC-DEF 2.500 3.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 3.000 3.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 3.500 4.000 Increasing L1 5 4 3 5

NH00xx ABC-DEF 4.000 4.500 Increasing L1 4 4 4 5

NH00xx ABC-DEF 4.500 5.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 5.000 5.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 5.500 6.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 6.000 6.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 6.500 7.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 7.000 7.500 Increasing L1 5 5 5 5

NH00xx ABC-DEF 7.500 8.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 8.000 8.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 8.500 9.000 Increasing L1 5 5 4 5

NH00xx ABC-DEF 9.000 9.500 Increasing L1 5 5 4 5

NH00xx ABC-DEF 9.500 10.000 Increasing L1 5 5 3 5

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
(table continued…)

Drain Date of
Disintegration Depression Bleeding Patching ShoulderCondition Latitude Longitude
Condition Survey

06-05-
4 4 4 4 2 2 9.98897 78.02671
17

06-05-
4 4 4 4 2 2 9.98444 78.02934
17

06-05-
5 5 5 4 2 2 9.98341 78.03004
17

06-05-
5 5 5 5 2 2 9.98107 78.03078
17

06-05-
5 5 5 5 2 2 9.96328 78.04160
17

06-05-
5 5 5 5 2 2 9.95385 78.05255
17

06-05-
5 5 5 5 2 3 9.93102 78.05648
17

06-05-
4 4 4 4 2 3 9.91229 78.04961
17

06-05-
4 4 4 4 2 2 9.89041 78.03458
17

06-05-
5 5 5 5 2 2 9.88489 78.02995
17

06-05-
5 5 5 5 2 2 9.87474 78.02828
17

06-05-
5 5 5 5 2 2 9.87363 78.02744
17

06-05-
5 5 5 5 2 2 9.84857 78.01535
17

06-05-
5 5 5 5 2 2 9.83764 78.00392
17

06-05-
5 5 5 5 2 2 9.83711 77.98576
17

06-05-
5 5 5 5 1 2 9.83386 77.97729
17

06-05-
5 5 5 5 2 2 9.81804 77.97875
17

06-05-
5 5 5 5 2 2 9.77426 77.98129
17

06-05-
5 4 4 4 2 2 9.73071 77.97999
17

06-05-
5 5 5 3 2 2 9.68686 77.97017
17

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
2.2 Roughness

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


Direction v. Increasing (chainage)
vi. Decreasing (chainage)
LwpIri International roughness index (IRI) of 2.33
left wheel path measured from laser
profilometer
RwpIri International roughness index (IRI) of 1.97
right wheel path measured from
laser profilometer
LaneIri Average of the International roughness 2.15
index (IRI) of left and right wheel
paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YYYY>

Latitude Latitude of survey point 9.98897

Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


NH Section Start End Lane Survey
Direction LwpIri RwpIri LaneIri Speed Latitude Longitude
Number Code Chainage Chainage Number Date

NH00xx ABC-DEF 0.0 0.1 Increasing L1 3.31 5.16 4.24 20 06-05-17 9.98897 78.02671

NH00xx ABC-DEF 0.1 0.2 Increasing L1 2.81 3.54 3.18 37 06-05-17 9.98444 78.02934

NH00xx ABC-DEF 0.2 0.3 Increasing L1 2.31 1.92 2.12 42 06-05-17 9.98341 78.03004

NH00xx ABC-DEF 0.3 0.4 Increasing L1 2.17 2.37 2.27 46 06-05-17 9.98107 78.03078

NH00xx ABC-DEF 0.4 0.5 Increasing L1 2.11 1.72 1.92 42 06-05-17 9.96328 78.04160

NH00xx ABC-DEF 0.5 0.6 Increasing L1 2.33 1.97 2.15 49 06-05-17 9.95385 78.05255

NH00xx ABC-DEF 0.6 0.7 Increasing L1 2.37 2.00 2.19 42 06-05-17 9.93102 78.05648

NH Section Start End Lane Survey


Direction LwpIri RwpIri LaneIri Speed Latitude Longitude
Number Code Chainage Chainage Number Date

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
NH00xx ABC-DEF 0.7 0.8 Increasing L1 2.15 2.17 2.16 33 06-05-17 9.91229 78.04961

NH00xx ABC-DEF 0.8 0.9 Increasing L1 2.45 2.05 2.25 32 06-05-17 9.89041 78.03458

NH00xx ABC-DEF 0.9 1.0 Increasing L1 2.18 2.51 2.35 48 06-05-17 9.88489 78.02995

2.3 Rutting

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


Direction vii. Increasing (chainage)
viii. Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, L1
etc., L1 being 1st lane on the left from
LaneNumber centreline of carriageway, L2 being 2nd
lane on the left from centerline and so
on
RuttingLeft Rut depth in mm, measured from left 20
wheel path
RuttingRight Rut depth in mm, measured from left 18
wheel path
RuttingAvg Average rut depth measured from left 19
and right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YYYY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:

NH Section Start End Lane Rutting Rutting Rutting Survey


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

06-05-
NH00xx ABC-DEF 0.0 0.5 Increasing L1 15 14 15 20 9.98897 78.02671
17

06-05-
NH00xx ABC-DEF 0.5 1.0 Increasing L1 20 18 19 37 9.98444 78.02934
17

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
06-05-
NH00xx ABC-DEF 1.0 1.5 Increasing L1 10 8 9 42 9.98341 78.03004
17

06-05-
NH00xx ABC-DEF 1.5 2.0 Increasing L1 5 6 6 46 9.98107 78.03078
17

06-05-
NH00xx ABC-DEF 2.0 2.5 Increasing L1 10 10 10 42 9.96328 78.04160
17

06-05-
NH00xx ABC-DEF 2.5 3.0 Increasing L1 7 5 6 49 9.95385 78.05255
17

06-05-
NH00xx ABC-DEF 3.0 3.5 Increasing L1 20 18 19 42 9.93102 78.05648
17

06-05-
NH00xx ABC-DEF 3.5 4.5 Increasing L1 5 5 5 33 9.91229 78.04961
17

06-05-
NH00xx ABC-DEF 4.5 5.0 Increasing L1 5 5 5 32 9.89041 78.03458
17

2.4 Texture Depth

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


Direction ix. Increasing (chainage)
x. Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, L1
etc., L1 being 1st lane on the left from
LaneNumber centreline of carriageway, L2 being 2nd
lane on the left from centerline and so
on
TextureLeft Texture depth of pavement in mm, 0.40
measured from left wheel path
TextureRight Texture depth of pavement in mm, 0.30
measured from left wheel path
TextureAverage Average texture depth measured from 0.35
left and right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YYYY>
Latitude Latitude of survey point 9.98897

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
Longitude Longitude of survey point 78.02671

A sample output is shown below for reference:


NH Section Start End Lane Texture Texture Texture Survey
Direction Speed Latitude Longitude
Number Code Chainage Chainage Number Left Right Average Date

06-05-
NH00xx ABC-DEF 0.0 0.5 Increasing L1 0.40 0.30 0.35 20 9.98897 78.02671
17

06-05-
NH00xx ABC-DEF 0.5 1.0 Increasing L1 0.60 0.50 0.55 37 9.98444 78.02934
17

06-05-
NH00xx ABC-DEF 1.0 1.5 Increasing L1 0.80 0.90 0.85 42 9.98341 78.03004
17

06-05-
NH00xx ABC-DEF 1.5 2.0 Increasing L1 0.40 0.40 0.4 46 9.98107 78.03078
17

06-05-
NH00xx ABC-DEF 2.0 2.5 Increasing L1 0.30 0.30 0.3 42 9.96328 78.04160
17

06-05-
NH00xx ABC-DEF 2.5 3.0 Increasing L1 0.70 0.60 0.65 49 9.95385 78.05255
17

06-05-
NH00xx ABC-DEF 3.0 3.5 Increasing L1 0.40 0.50 0.45 42 9.93102 78.05648
17

06-05-
NH00xx ABC-DEF 3.5 4.5 Increasing L1 0.90 0.80 0.85 33 9.91229 78.04961
17

06-05-
NH00xx ABC-DEF 4.5 5.0 Increasing L1 0.40 0.30 0.35 32 9.89041 78.03458
17

2.5 Skid Resistance

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

Field Description Example


NHNumber New National Highway number NH0065

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


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

Direction of survey Increasing


Direction xi. Increasing (chainage)
xii. Decreasing (chainage)
Number of the lane: L1, L2, R1, R2, L1
etc., L1 being 1st lane on the left from
LaneNumber centreline of carriageway, L2 being 2nd
lane on the left from centerline and so
on

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
SkidLeft Skid resistance of pavement measured 25
as skid number, measured from left
wheel path
SkidRight Skid resistance of pavement measured 24
as skid number, measured from left
wheel path
SkidAverage Average skid resistance measured from 24.5
left and right wheel paths
Speed Speed of vehicle in km/h 42
SurveyDate Date of survey in the format <DD-MM- 06-05-17
YYYY>
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:
NH Section Start End Lane Skid Skid Skid Survey
Direction Speed Latitude Longitude
Number Code Chainage Chainage Number Left Right Average Date

NH00xx ABC-DEF 0.0 0.5 Increasing L1 25.0 24.0 24.5 20 06-05-17 9.98897 78.02671

NH00xx ABC-DEF 0.5 1.0 Increasing L1 23.0 23.0 23.0 37 06-05-17 9.98444 78.02934

NH00xx ABC-DEF 1.0 1.5 Increasing L1 23.0 24.0 23.5 42 06-05-17 9.98341 78.03004

NH00xx ABC-DEF 1.5 2.0 Increasing L1 22.0 22.0 22.0 46 06-05-17 9.98107 78.03078

NH00xx ABC-DEF 2.0 2.5 Increasing L1 20.0 21.0 20.5 42 06-05-17 9.96328 78.04160

NH00xx ABC-DEF 2.5 3.0 Increasing L1 24.0 24.0 24.0 49 06-05-17 9.95385 78.05255

NH00xx ABC-DEF 3.0 3.5 Increasing L1 28.0 28.0 28.0 42 06-05-17 9.93102 78.05648

NH00xx ABC-DEF 3.5 4.5 Increasing L1 21.0 21.0 21.0 33 06-05-17 9.91229 78.04961

NH00xx ABC-DEF 4.5 5.0 Increasing L1 25.0 24.0 24.5 32 06-05-17 9.89041 78.03458

2.6 Falling Weight Deflectometer (FWD)

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

Field Description Example


NHNumber New National Highway number NH0065

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


locations of section Vijayawada)
Chainage Chainage of survey point (in km) 0.500

Direction of survey Increasing


Direction xiii. Increasing (chainage)
xiv. Decreasing (chainage)
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
Number of the lane: L1, L2, R1, R2, etc., L1
L1 being 1st lane on the left from
LaneNumber centreline of carriageway, L2 being 2nd
lane on the left from centerline and so
on
AirTemperature Air temperature recorded in °C 33
SurfaceTemperatur Temperature of the pavement surface,
e recorded in °C 39.3
PeakLoad Peak impulse load, measured in kN 45.7
Deflection0 Surface deflection at the test load
center, measured in micron 246
Surface deflection at location 1 from the
Deflection1
test load center, measured in micron 110

Distance of location 1 from the test load


Distance1 center 300

Surface deflection at location 2 from the


Deflection2
test load center, measured in micron 153

Distance of location 2 from the test load


Distance2
center 600

Surface deflection at location 3 from the


Deflection3
test load center, measured in micron 110

Distance of location 3 from the test load


Distance3
center 900

Deflection4 Surface deflection at location 4 from the


test load center, measured in micron 76
Distance4 Distance of location 4 from the test load
center 1200
Deflection5 Surface deflection at location 5 from the
test load center, measured in micron 59
Distance5 Distance of location 5 from the test load
center 1500
Deflection6 Surface deflection at location 6 from the
test load center, measured in micron 44
Distance6 Distance of location 6 from the test load
center 1800
Deflection7 Surface deflection at location 7 from the
test load center, measured in micron 35
Distance7 Distance of location 7 from the test load
center 2100
Deflection8 Surface deflection at location 8 from the
test load center, measured in micron 28
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
Distance8 Distance of location 8 from the test load
center 2400
ElasticModulusBitu Elastic modulus of bituminous layer,
minousE1 backcalculated in MPa 3359

ElasticModulusGran Elastic modulus of granular layer,


ularE2 backcalculated in MPa 396

ElasticModulusSubG Elastic modulus of subgrade,


radeE3 backcalculated in MPa 90

CorrectedElasticMo Corrected elastic modulus of bituminous


dulusBituminousE1 layer in MPa 3424

CorrectedElasticMo Corrected elastic modulus of granular


dulusGranularE2 layer in MPa 300
CorrectedElasticMo Corrected elastic modulus of subgrade in
dulusSubGradeE3 MPa 69

BituminousLayer Thickness of bituminous layer in mm 105


BaseLayer Thickness of base layer in mm 230
GSBLayer Thickness of GSB layer in mm 200
Subgrade CBR CBR of subgrade 0.08
BituminousLayerCo
Layer coefficient of the bituminous layer
efficientA1 0.36
BaseLayerCoefficie
Layer coefficient of the base layer
ntA2 0.17
GranularBaseLayer
Layer coefficient of the GSB layer
CoefficientA3 0.17
StructuralNumber Structural number of the pavement 3.86
ModifiedStructural Modified structural number including
Number contribution from subgrade 4.85
SurveyDate Date of survey in the format <DD-MM-YY> 06-05-17
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:

Section Location
NHNumber Chainage Direction LaneNumber AirTemperature SurfaceTemperature PeakLoad Deflection0 Deflection1 Deflection2
Code 1

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
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…)

Location Location Location Location Location Location


Deflection3 Deflection4 Deflection5 Deflection6 Deflection7 Deflection8
2 3 4 5 6 7

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…)

Location
ElasticModulusBituminousE1 ElasticModulusGranularE2 ElasticModulusSubGradeE3 CorrectedElasticModulusBituminousE1 CorrectedElasti
8

2400 6213 185 100 6447 135

2400 5356 195 100 5295 143

2400 3359 396 90 3424 300

2400 4830 226 100 4770 169

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
2400 4570 137 97 4781 93

2400 8454 135 100 8374 91

2400 4394 165 100 4590 117

2400 7817 139 96 7762 95

2400 7666 123 95 7847 81

(table continued…)

BituminousLayerCoefficientA1BaseLayerCoefficientA2 GranularBaseLayerCoefficientA3 StructuralNumber ModifiedStructuralNumber SurveyDate

0.45 0.13 0.13 3.68 4.82 01-07-16

0.42 0.13 0.13 3.56 4.70 23-06-16

0.36 0.17 0.17 3.86 4.85 01-07-16

0.41 0.14 0.14 3.65 4.79 23-06-16

0.41 0.11 0.11 3.24 4.34 01-07-16

0.49 0.11 0.11 3.58 4.72 23-06-16

0.40 0.12 0.12 3.34 4.48 01-07-16

0.48 0.12 0.12 3.67 4.75 23-06-16

0.48 0.11 0.11 3.53 4.59 01-07-16

2.7 Falling Weight Deflectometer (FWD) Rigid

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

Field Description Example


NHNumber New National Highway number NH0065

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


locations of section Vijayawada)
Chainage Chainage of the point (in km) 0.500

Direction of survey Increasing


xv. Increasing (chainage)
Direction
xvi. Decreasing (chainage)

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
LaneNumber Number of the lane: L1, L2, R1, R2, etc. L2
AirTemperature Air temperature recorded in °C 30.1
SurfaceTemperat Temperature of the pavement surface,
ure recorded in °C 39.4
PeakLoad 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
Deflection2 test load center, measured in micron 121

Surface deflection at 600 mm from the


Deflection3 test load center, measured in micron 108

Surface deflection at 900 mm from the


Deflection4 test load center, measured in micron 101

ConcreteSlabThic Thickness of concrete slab, measured in


knessh mm 300
AreaofDeflection Area of deflection basin, calculated
Basin from measured deflections, in cm2 761
RadiusofRelativeS Radius of relative stiffness, calculated in
tiffness mm 823
NormalizedDeflec Normalized deflection at location 1, in 3.1
tiond1 mm
NormalizedDeflec Normalized deflection at location 2, in 2.9
tiond2 mm
NormalizedDeflec Normalized deflection at location 3, in 2.4
tiond3 mm

NormalizedDeflec Normalized deflection at location 4, in 1.9


tiond4 mm

ModulusofSubgrad Modulus of subgrade reaction, measured 131


eReactionk in MPa/m

ElasticModulusofC Elastic modulus of concrete, calculated 26118


oncreteEc in MPa

CubeStrengthofCo Cube strength of concrete, calculated 27


ncretefck inMPa
Flexuralstrenghto Flexural strength of concrete, calculated 3.7
fconcretefmr in MPa

DateOfTesting Date of testing in the format <DD-MM- 06-05-17


YY>
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
Field Description Example
Latitude Latitude of survey point 9.98897
Longitude Longitude of survey point 78.02671
A sample output is shown below for reference:
Chain- Concrete
Section Lane Air Surface Peak Deflection Deflection Deflection Deflection
NH No Direction Slab
Code No. Temperature Temperature Load 1 2 3 4
-age Thicknessh

ABC-
NH00xx 0.0 LHS L2 29.0 34.9 104.1 167 143 130 119 300
DEF

ABC-
NH00xx 0.5 RHS R2 30.5 38.1 104.4 141 130 122 115 300
DEF

ABC-
NH00xx 1.0 LHS L1 30.0 35.6 105.2 147 111 100 91 300
DEF

ABC-
NH00xx 1.5 RHS R1 28.9 38.3 102.4 140 126 116 107 300
DEF

ABC-
NH00xx 2.0 LHS L2 30.1 39.4 103.7 140 121 108 101 300
DEF

ABC-
NH00xx 2.5 RHS R2 29.0 37.5 104.6 150 134 126 117 300
DEF

ABC-
NH00xx 3.0 LHS L1 30.6 38.9 102.7 124 109 104 92 300
DEF

ABC-
NH00xx 3.5 RHS R1 29.3 39.1 105.9 149 136 128 119 300
DEF

ABC-
NH00xx 4.5 RHS R2 30.3 41.0 104.9 138 127 121 114 300
DEF

(table continued…)

Elastic Cube Flexural


Modulus
Area of Radius of Normalized Normalized Normalized Normalized Modulus Strength strength Date
of
Deflection RelativeS Deflection Deflection Deflection Deflection of of of Of Latitude Longitude
Subgrade
Basin tiffness d1 d2 d3 d4 Concrete Concrete concrete Testing
Reactionk
Ec fck fmr

25-06-
759 816 3 3 2 2 112 21590 19 3 9.98897 78.02671
16

28-06-
821 1214 3 3 3 2 62 58161 135 8 9.98444 78.02934
16

Elastic Cube Flexural


Modulus
Area of Radius of Normalized Normalized Normalized Normalized Modulus Strength strength Date
of
Deflection RelativeS Deflection Deflection Deflection Deflection of of of Of Latitude Longitude
Subgrade
Basin tiffness d1 d2 d3 d4 Concrete Concrete concrete Testing
Reactionk
Ec fck fmr

25-06-
684 580 3 3 2 1 246 12051 6 2 9.98341 78.03004
16

28-06-
796 1014 3 3 3 2 87 39783 63 6 9.98107 78.03078
16

25-06-
761 823 3 3 2 2 131 26118 27 4 9.96328 78.04160
16

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
28-06-
800 1040 3 3 3 2 79 39908 64 6 9.95385 78.05255
16

25-06-
789 971 3 3 3 2 107 41290 68 6 9.93102 78.05648
16

28-06-
814 1150 3 3 3 2 66 50086 100 7 9.91229 78.04961
16

28-06-
826 1257 3 3 3 2 59 64082 164 9 9.89041 78.03458
16

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
SECTION 7. DRAFT FORM OF CONTRACT

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

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
CONTRACT FOR CONSULTANT’S SERVICES

Between

(Name of Client)

And

(Name of Consultant)

Dated:

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km.
192+400 in MP
National Highways Authority of India RFP for SCduring O&M Period

CONTENTS
Page No.

I. FORM OF CONTRACT ……………………………………..


II GENERAL CONDITIONS OF CONTRACT ……………….

1. General Provisions ……………………………………….


1.1 Definitions
1.2 Relation between the Parties
1.3 Law Governing Contract
1.4 Language
1.5 Headings
1.6 Notices
1.7 Location
1.8 Authority of Member in charge
1.9 Authorized Representatives
1.10 Taxes and Duties

2. Commencement, Completion, Modification and Termination of Contract

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


2.2 Termination of Contract for Failure to Become Effective
2.3 Commencement of Services
2.4 Expiration of Contract
2.5 Entire Agreement
2.6 Modification
2.7 Force Majeure
2.8 Suspension…………………………………………………
2.9 Termination ………………………………………..

3. Obligations of the Consultants ……………………


3.1 General
3.2 Conflict of Interests ……………………….
3.3 Confidentiality ………………………………..
3.4 Liability of the Consultants …………………..
3.5 Insurance to be Taken out by the Consultants …
3.6 Accounting, Inspection and Auditing ………….
3.7 Consultant’s Actions requiring Client’s prior Approval
3.8 Reporting Obligations …………………………..
3.9 Documents prepared by the Consultants To Be the Property of the Client …..
3.10 Equipment and Materials Furnished by the Client

4. Consultants’ Personnel and Sub-consultants and or Associates………………..


4.1 General …………………………………………………
4.2 Description of Personnel …………………………
4.3 Approval of Personnel ……………………………
4.4 Working Hours, Overtime, Leave etc.
4.5 Removal and /or Replacement of Personnel ……………
SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for SCduring O&M Period

4.6 Resident Team Leader and Coordinator ………………………….

5. Obligations of the Client ………………………………….


5.1 Assistance and Exemptions …………….
5.2 Access to Land ………………………….
5.3 Change in the Applicable Law ………….
5.4 Services, Facilities and Property of the Client
5.5 Payment …………………………………
5.6 Counterpart Personnel………………….

6. Payments to the Consultants ……………………………..


6.1 Cost Estimates, Ceiling Amount ……………….
6.2 Remuneration and Reimbursable Expenditures…
6.3 Currency of Payment …………………………..
6.4 Mode of Billing and Payment ………………….

7. Fairness and Good Faith


7.1. Good Faith
7.2. Operation of the Contract

8. Settlement of Disputes
8.1. Amicable Settlement
8.2. Dispute Settlement

9. Fake CV

III SPECIAL CONDITIONS OF CONTRACT ……………………

IV APPENDICES

Appendix A : Description of the Services ……………..


Appendix B : Reporting Requirements…………………
Appendix C : Key Personnel and Sub-consultants
Appendix D : Medical Certificate ……………………….
Appendix E : Hours of Work for Key Personnel ……….
Appendix F : Duties of the Client ………………………
Appendix G: Cost Estimates in Foreign Currency……
Appendix H: Cost Estimates in Local Currency……
Appendix I : Form of Performance Security………..
Appendix J : Form of Bank Guarantee for Advance Payments…….
Appendix K : Letter of invitation……….
Appendix L : Letter of Award…….
Appendix M : Minutes of pre-bid meeting ……………
Appendix-N : Memorandum of Understanding (in case of JV)
Appendix-O : Penal actions in case of lapses of Supervision Consultant
and concerned key personnel on their part/deficiencies in services provided

V ANNEXURES..…………………………………………

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

I FORM OF CONTRACT

COMPLEX TIME BASED ASSIGNMENTS

This CONTRACT (hereinafter called the “Contract”) is made the ______ day of the
______________________________________________________________________ Month of ______, 200 ______,
between, on the one hand ___________________ (hereinafter called the “Client) and, on the other
hand, ___________________ (hereinafter called the “Consultants”).

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

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

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

(b) the Consultants, having represented to the Client that they have the required
processional skills, and personnel and technical resources, have agreed to
provide the Services on the terms and conditions set forth in this Contract;
NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part
of this Contract:

(a) The General Conditions of Contract (hereinafter called “GC”)’

(b) The Special Conditions of Contract (hereinafter called “SC”);

(c) The following Appendices:

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

Appendix A: Description of the Services……………..


Appendix B: Reporting Requirements……………..
Appendix C: Key Personnel and Sub-

178

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

consultants……………..
Appendix D: Medical Certificate……………..
Appendix E: Hours of Work for Key Personnel……
Appendix F: Duties of the Client……………..
Cost Estimates in Local
Appendix G:
Currency………
Appendix H: Form of Performance Security………
Form of Bank Guarantee for
Appendix I:
Advance Payments……………
Appendix J: Letter of invitation……………..
Appendix K: Letter of Award……………..
Minutes of pre-bid
Appendix L:
meeting……………..
Appendix M: Memorandum of Understanding…

2. The mutual rights and obligations of the Client and the Consultants shall be as set
forth in the Contract; in particular

(d) The Consultants shall carry out the Services in accordance with the provisions of
the Contract; and

(e) The Client shall make payments to the Consultants in local currency only in
accordance with the Provisions of the Contract.

179

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
FOR AND ON BEHALF OF
[NAME OF THE CLIENT]
By
(Authorized Representative)
FOR AND ON BEHALF OF
[NAME OF THE CONSULTANTS]
By
(Authorized Representative)

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

FOR AND ON BEHALF OF EACH OF THE


MEMBERS OF THE CONSULTANTS
[Name of the Member]
By
(Authorized Representative)
[Name of the Member]
By
(Authorized Representative)
etc.

180

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

GENERAL CONDITIONS OF CONTRACT

1. General Provisions

1.1. Definitions

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

a) “Applicable Law” means the laws and any other instruments having the
force of law in the Government’s country [or in such other country as may
be specified in the Special Conditions of Contract (SC)], as they may be
issued and in force from time to time.

b) “Contract means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed
in Clause 1 of such signed Contract;

c) “Effective Date’ means the date on which this Contract comes into force
and effect pursuant to Clause GC 2.1;

d) ‘foreign currency’ means any currency other than the currency of the
Government;

e) ‘GC means these General Conditions of Contract;

f) “Government” means the Government of Client’s Country;

g) ‘Local currency’ means the Indian Rupees;

h) “Consultant” wherever mentioned in this Contract Agreement means the


“Supervision Consultant (SC)” and includes and sub-consultants or Associates
engaged by the primary consultant.

i) “Member”, in case the Consultants consist of a joint venture of more than


one entity, means any of these entities, and “Members” means all of these
entities;

j) “Party’ means the Client or the Consultants, as the case may be, and
Parties means both of them.

k) “Personnel” means persons hired by the Consultants or by any Sub-


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

l) "SC" means the Special Conditions of Contract by which these General


Conditions of Contract may be amended or supplemented.
181

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

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 Supervision
Consultant may be modified depending on the site requirements and work
Programme of the Concessionaire after mutual discussions with NHAI, the
Concessionaire and the Supervision Consultant. The work plan as indicated
by the Consultant may be modified accordingly to the site requirements.

n) "Sub-consultant and or Associates " means any entity to which the


Consultants subcontract any part of the Services in accordance with the
provisions of Clause GC 3.7; and

o) "Third Party" means any person or entity other than the Government, the
Client, the Consultants or a Sub-consultant.

1.2. Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of master


and servant or of principal and agent as between the Client and the Consultants.
The Consultants, subject to this Contract, have complete charge of Personnel and
Sub- consultants, if any, performing the Services and shall be fully responsible for
the Services performed by them or on their behalf hereunder.

1.3. Law Governing Contract

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

1.4. Language

This Contract has been executed in the language specified in the SC, which shall be
the binding and controlling language for all matters relating to the meaning or
interpretation of this Contract.

1.5. Headings

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

1.6. Notices

1.6.1. Any notice, request or consent required or permitted to be given or made pursuant
to this Contract shall be routed through NHAI Data Lake only unless the law requires
such notice, request, etc. through physical/any other specified mode only. Any such
notice, request or consent shall be deemed to have been given or made when
delivered when given or made on the NHAI Data Lake to an authorized
representative of the party specified in the SC.

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


182

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

1.6.3. A Party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SC with respect to
Clause GC 1.6.2.

1.7. Location

The Services shall be performed at such locations as are specified in Appendix A


hereto and, where the location of a particular task is not so specified, at such
locations. Whether in Government's Country or elsewhere, as the Client may
approve.

1.8. Authority of Member in Charge

In case the Consultants consist of a joint venture of more than one entity, the
Members hereby authorize the entity specified in the SC to act on their behalf in
exercising all the Consultants' rights and obligations towards the Client under this
Contract, including without limitation the receiving of instructions and payments
from the Client.

1.9. Authorized Representatives

Any action required or permitted to be taken, and any document required or


permitted to be executed, under this Contract by the Client or the Consultants may
be taken or executed by the officials specified in the SC.

1.10. Taxes and Duties

Unless otherwise specified in the SC, the Consultants, Sub-consultants and


Personnel shall pay such taxes, duties, fees and other impositions as may be levied
under the Applicable Law. NHAI shall reimburse only Goods and service tax on
production of project specific proof of payment of Goods and service tax.

2. Commencement, Completion, Modification and Termination of Contract

2.1. Effectiveness of Contract

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

2.2. Termination of Contract for Failure to Become Effective

If this Contract has not become effective within such time period after the date of
the Contract signed by the Parties as shall be specified in the SC, either Party may,
by not less than four (4) weeks' written notice to the other Party, declare this
Contract to be null and void, and in the event of such a declaration by either Party,
neither Party shall have any claim against the other Party with respect hereto.

183

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

2.3. Commencement of Services

The Consultants shall begin carrying out the Services at the end of such time period
after the Effective Date as shall be specified in the SC.

2.4. Expiration of Contract

Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall
expire when services have been completed and all payments have been made at
the end of such time period after the Effective Date as shall be specified in the SC.

2.5. Entire Agreement

This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and the
Parties shall not be bound by or be liable for, any statement, representation,
promise or agreement not set forth herein.

2.6. Modification

Modification of the terms and conditions of this Contract, including any


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

2.7. Force Majeure

2.7.1. Definition

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

b. Force Majeure shall not include (i) any event which is caused by the negligence
or intentional action of a party or such Party’s Sub-consultants or agents or
employees, nor (ii) any event which a diligent party could reasonably have been
expected to both (A) take into account at the time of the conclusion of this
Contract and (B) avoid or overcome in the carrying out of its obligations hereunder.

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

2.7.2. No Breach of Contract

184

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such
inability arises from an event of Force Majeure, provided that the Party affected by
such an event has taken all reasonable precautions, due care" and reasonable
alternative measures, all with the objective of carrying out the terms and
conditions of this Contract.

2.7.3. Measures to be Taken

(a) A Party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party's inability to fulfill its obligations hereunder
with a minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other Party of
such event as soon as possible, and in any event not later than fourteen (14)
days following the occurrence of such event, providing evidence of the nature
and cause of such event, and shall similarly give notice of the restoration of
normal conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimize the consequences of
any event of Force Majeure.

2.7.4. Extension of Time

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

2.7.5. Payments

During the period of their inability to perform the Services as a result of an event
of Force Majeure, the Consultants shall be entitled to be reimbursed for additional
costs reasonably and necessarily incurred by them during such period for the
purposes of the Services and in reactivating the Services after the end of such
period.

2.7.6. Consultation

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

2.8. Suspension

The Client may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of
their obligations under this Contract, including the carrying out of the Services,
provided that such notice of suspension (i) shall specify the nature of the failure,
and (ii) shall request the Consultants to remedy such failure within a period not
exceeding thirty (30) days after receipt by the Consultants of such notice of
suspension.
185

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

2.9. Termination

2.9.1. By the Client

The Client may, by not less than thirty (30) days' written notice of termination to
the Consultants (except in the event listed in paragraph (f) below, for which
there shall be a written notice of not less than sixty (60) days), such notice to be
given after the occurrence of any of the events specified in paragraphs (a)
through (h) of this Clause GC 2.9.1, terminate this Contract.

a) If the Consultants fail to remedy a failure in the performance of their


obligations hereunder, as specified in a notice of suspension pursuant to
Clause GC 2.8 hereinabove, within thirty (30) days of receipt of such
notice of suspension or within such further period as the Client may
have subsequently approved in writing;

b) If the Consultants become (or, if the Consultants consist of more than


one entity, if any of their Members becomes) insolvent or bankrupt or
enter into any agreements with their creditors for relief of debt or take
advantage of any law for the benefit of debtors or go into liquidation or
receivership whether compulsory or voluntary;

c) If the Consultants fail to comply with any final decision reached as a


result of arbitration proceedings pursuant to Clause GC 8 hereof;

d) if the Consultants submit to the Client a statement which has a material


effect on the rights, obligations or interests of the Client and which the
Consultants know to be false;

e) If, as the result of force majeure, the consultants are unable to perform
a material portion of the services for a period of not less than sixty (60)
days; or

f) If the client, in its sole discretion and for any reason whatsoever,
decides to terminate this contract.

g) If the consultant, in the judgment of the client has engaged in corrupt


or fraudulent practices in competing for or in executing the contract.
For the purpose of this clause:

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


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

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


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

186

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

h) If Concessionaire represents to NHAI that the Consultant is not


discharging his duties in a fair, efficient and diligent manner and if the
dispute remains unresolved, NHAI may terminate this contract.

2.9.2. By the Consultants

The Consultants may, by not less than thirty (30) days' written notice to the Client,
such notice to be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this Clause GC 2.9.2, terminate this Contract:

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

b) If the Client is in material breach of its obligations pursuant to this


Contract and has not remedied the same within forty-five (45) days (or
such longer period as the Consultants may have subsequently approved
in writing) following the receipt by the Client of the Consultants' notice
specifying such breach;

c) If, as the result of Force Majeure, the Consultants are unable to


perform a material portion of the Services for a period of not less than
sixty (60) days; or

d) If the Client fails to comply with any final decision reached as a result
of arbitration pursuant to Clause GC 8 hereof.

2.9.3. Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clauses GC 2.2 or GC 2.9 hereof, or


upon expiration of this Contract pursuant to Clause GC 2.4 hereof, all rights and
obligations of the Parties hereunder shall cease, except:

(i) Such rights and obligations as may have accrued on the date of termination or
expiration;
(ii) The obligation of confidentiality set forth in Clause GC 3.3 hereof;
(iii) The Consultants' obligation to permit inspection, copying and auditing of their
accounts and records set forth in Clause GC 3.6 (ii) hereof; and
(iv) Any right which a Party may have under the Applicable Law

2.9.4. Cessation of Services

Upon termination of this Contract by notice of either Party to the other pursuant to
Clauses GC 2.9.1 or GC 2.9.2 hereof, the Consultants shall, immediately upon
dispatch or receipt of such notice, take all necessary steps to bring the Services to
a close in a prompt and orderly manner and shall make every reasonable effort to
keep expenditures for this purpose to a minimum. With respect to documents
prepared by the Consultants and equipment and materials furnished by the Client,
the Consultants shall proceed as provided, respectively, by Clauses GC 3.9 or GC
3.10 hereof.
187

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

2.9.5. Payment upon Termination

Upon termination of this Contract pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof,


the Client shall make the following payments to the Consultants (after offsetting
against these payments any amount that may be due from the Consultant to the
Client}:

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


performed prior to the effective date of termination;
(b) reimbursable expenditures pursuant to Clause GC 6 hereof for expenditures
actually incurred prior to the effective date of termination; and
(c) except in the case of termination pursuant to paragraphs (a) through (d) of
Clause GC 2.9.1 hereof, reimbursement of any reasonable cost incident to
the prompt and orderly termination of the Contract including the cost of the
return travel of the Consultants' personnel and their eligible dependents.

2.9.6. Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through (e) of Clause
GC 2.9.1 or in Clause GC 2.9.2 hereof has occurred, such Party may, within forty-five (45)
days after receipt of notice of termination from the other Party, refer the matter to
arbitration pursuant to Clause GC 8 hereof, and this Contract shall not be terminated on
account of such event except in accordance with the terms of any resulting arbitral
award.

3. Obligation of the Consultants

3.1. General

3.1.1. Standard of Performance

The Consultants shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance with
generally accepted professional techniques and practices, and shall observe sound
management practices, and employ appropriate advanced technology and safe and
effective equipment, machinery, materials and methods" The Consultants shall
always" act, in respect of any matter relating to this Contract or to the Services, as
faithful advisers to the Client, and shall at all times support and safeguard the
Client's legitimate interests in any dealings with Sub-consultants or Third Parties.

3.1.2. Law Governing Services

The Consultants shall perform the Services in accordance with the Applicable Law
and shall take all practicable steps to ensure that any Sub- consultants and or
Associates, as well as the Personnel of the Consultants and any Sub- consultants
and or Associates, comply with the Applicable Law. The Client shall advise the
Consultants in writing of relevant local customs and the Consultants shall, after
such notifications, respect such customs.

188

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

3.1.3. Penal Actions in case of lapses of Supervision Consultant and concerned


key personnel on their part/deficiencies in services provided:

In case of lapses on their part/deficiencies in services provided under this contract,


the penal actions against Supervision Consultant and concerned key personnel,
shall be taken in accordance with the provisions as stipulated under ‘Appendix-O’.

3.2. Conflict of Interests

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

The Remuneration of the Consultants pursuant to Clause GC 6 hereof shall


constitute the Consultants' sole remuneration in connection with this
Contract or the Services and, subject to Clause GC 3.2.2 hereof, the
Consultants shall not accept for their own benefit any trade commission,
discount or similar payment in connection with activities pursuant to this
Contract or to the Services or in the discharge of their obligations
hereunder, and the Consultants shall use their best efforts to ensure that
any Sub- consultants and or Associates, as well as the Personnel and agents
of either of them, similarly shall not receive any such additional
remuneration.

3.2.2. If the Consultants, as part of the Services, have the responsibility of


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

3.2.3. Consultants and Affiliates Not to engage in Certain Activities

The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and any entity affiliated with the Consultants,
as well as any Sub- consultant and or Associates and any entity affiliated
with such Sub- consultant and or Associates, shall be disqualified from
providing goods, works or services (other than the Services and any
continuation thereof) for any project resulting from or closely related to the
Services.

3.2.4. Prohibition of Conflicting Activities

The Consultants shall not engage, and shall cause their Personnel as well as
their Sub-consultants and or Associates and their Personnel not to engage,
either directly or indirectly, in any of the following activities:

189

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

(a) during the term of this Contract, any business or professional


activities in the Government's country which would conflict with the
activities assigned to them under this Contract; and

(b) after the termination of this Contract, such other activities as may
be specified in the SC.

3.3. Confidentiality

The Consultants, their Sub-consultants and the Personnel of either of them shall
not, either during the term or within two (2) years after the expiration of this
Contract, disclose any proprietary or confidential information relating to the
Project, the Services, this Contract or the Client's business or operations without
the prior written consent of the Client.

3.4. Liability of the Consultants

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

3.5. Insurance to be Taken Out by the Consultants

The Consultants (i) shall take out and maintain, and shall cause any Sub-consultants
to take out and maintain, at their ( or the Sub-consultants', as the case may be)
own cost but on terms and conditions approved by the Client, insurance against the
risks, and for the coverages, as shall be specified in the SC, and (ii) at the Client's
request, shall provide evidence to the Client showing that such insurance has been
taken out and maintained and that the current premiums therefore have been
paid.

3.6. Accounting, Inspection and Auditing

The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Services, hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as will clearly identify all
relevant time charges and cost, and the bases thereof (including such bases as may
be specifically referred to in the SC); (ii) shall permit the Client or its designated
representative periodically, and up to one year from the expiration or termination
of this Contract, to inspect the same and make copies thereof as well as to have
them audited by auditors appointed by the Client; and (iii) shall permit the client
to inspect the Consultant's accounts and records relating to the performance of the
Consultant and to have them audited by auditors appointed by the client.

3.7. Consultants' Actions Requiring Client's Prior Approval

The Consultants shall obtain the Client's prior approval in writing before taking any
of the following actions:

(a) Appointing such members of the Personnel as are listed in Appendix C


("Consultants' Sub-consultants' Key Personnel") merely by title but not by name;

190

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

(b) Entering into a subcontract for the performance of any part of the Services, it
being understood (i) that the selection of the Sub-consultant and the terms and
conditions of the subcontract shall have been approved in writing by the Client
prior to the execution of the subcontract, and (ii) that the Consultants shall
remain fully liable for the performance of the Services by the Sub- consultant
and its Personnel pursuant to this Contract; and
(c) Any other action that may be specified in the SC

3.8. Reporting Obligations

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

3.9. Documents Prepared by the Consultants to Be the Property of the Client

All plans, drawings, specifications, designs, reports, other documents and software
prepared by the Consultants for the Client under this Contract shall become and
remain the property of the Client, and the Consultants shall, not later than upon
termination or expiration of this Contract, deliver all such documents to the Client,
together with a detailed inventory thereof. The Consultants may retain a copy of
such documents and software. Restrictions about the future use of these
documents and software, if any, shall be specified in the SC.

3.10. Equipment and Materials Furnished by the Client

Equipment and materials made available to the Consultants by the Client, or


purchased by the Consultants with funds provided by the Client, shall be the
property of the Client and shall be marked accordingly. Upon termination or
expiration of this Contract, the Consultants shall make available to the Client an
inventory of such equipment and materials and shall dispose of- such equipment
and materials in accordance with the Client's instructions. While in possession of
such equipment and materials, the Consultants, unless otherwise instructed by the
Client in writing, shall insure them at the expense of the Client in an amount equal
to their full replacement value.

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

4.1. General

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

4.2. Description of Personnel

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

191

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

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

4.3. Approval of Personnel

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

4.4. Working Hours, Overtime, Leave, etc.

(a) Working hours and holidays for Key Personnel are set forth in Appendix E hereto.
To account for travel time, foreign Personnel carrying out Services inside the
Government's country shall be deemed to have commenced (or finished) work in
respect of the Services such number of days before their arrival in (or after their
departure from) the Government's country as is specified in Appendix E hereto.

(b) The Personnel of all types engaged by Consultant to provide Services on this
Contract shall not be entitled to be paid for overtime nor to take paid sick leave
or vacation leave except as specified in Appendix E hereto, and except as
specified in such Appendix, the Consultants' remuneration shall be deemed to
cover these items. All leave to be allowed to the Personnel is included in the
staff-months of service set for in Appendix C. Any taking of leave by Personnel
shall be subject to the prior approval by the Client and the Consultants shall
ensure that absence for leave purposes will not delay the progress and adequate
supervision of the Services.

192

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

(c) All Key Personnel and sub professional staff of the Supervision Consultant shall
use the Aadhaar based Biometric attendance/ Geo-tagged selfSCbased
attendance system for marking their daily attendance. Aadhaar based
attendance shall be marked at least once a day and anytime during the day. 01
Aadhaar based Biometric attendance/ Geo-tagged selfiebased attendance
system shall be installed by the Supervision Consultant at its own cost at the site
office in order to facilitate the attendance marking. More systems can be
installed near the project highway upto a maximum of 1 system per 50 km in
order to encourage frequent visits of project highway by key personnel and sub
professional staff. A copy of monthly Aadhaar Biometric attendance/ Geo-tagged
selfie-based based Biometric attendance/ Geo-tagged selfie-based attendance
records shall be attached with Monthly Status Report. Proper justification shall
be provided for cases of absence of key personnel/ sub professional staff which
do not have prior approval from Project Director of concerned stretch.
Supervision Consultant have to provide a certificate that all key personnel as
envisaged in the Contract Agreement has been actually deployed in the project.

(d) Supervision Consultant will intimate concerned Project Director/ Project In-
charge immediately after establishing its site office regarding installation of
Aadhaar based Biometric attendance/ Geo-tagged selfie based attendance
system and complete address of its site office.

4.5. Removal and/or Replacement of Personnel

(a) Except as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultants,
it becomes necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications.

(b) If the Client (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action, or (ii)
has reasonable cause to be dissatisfied with the performance of any of the
Personnel, then the Consultants shall, at the Client's written request specifying
the grounds therefore, forthwith provide as a replacement a person with
qualifications and experience acceptable to the Client.

(c) Any of the Personnel provided as a replacement under Clauses (a) and (b) above,
the rate of remuneration applicable to such person as well as any reimbursable
expenditures (including expenditures due to the number of eligible dependents)
the Consultants may wish to claim as a result of such replacement, shall be
subject to the prior written approval by the Client. Except as the Client may
otherwise agree, (i) the Consultants shall bear all additional travel and other
costs arising out of or incidental to any removal and/or replacement, and (ii)
the remuneration to be paid to any of the Key Personnel provided as a
replacement shall be 90% of the remuneration which would have been payable
to the Key Personnel replaced. However, for the reason other than
death/extreme medical ground, (i) for total replacement upto 33% of key
personnel, remuneration shall be reduced by 5% (ii) for total replacement upto
193

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

between 33% to 50%, remuneration shall be reduced by 10% and (iii) for total
replacement upto between 50% to 66%, remuneration shall be reduced by 15%
(iv) For total replacements beyond 66% of the key personnel the client shall
initiate action of higher penalty/termination/debarment upto 2 years as
considered appropriate.

(d) In order to prevent the tendency of the personnel and consulting firm to submit
incorrect and inflated CV, they should sign every page of CV before submission
in order to authenticate that CV furnished by them is correct. The consulting
firm and the personnel through consulting firm should be informed by NHAI
while accepting CV of the new personnel that if CV is found in correct and
inflated at a later date, the personnel accepted would be removed from his
assignment and debarred from further NHAI works for 3 years and the new
proposed personnel in place of removed personnel would be paid 15% less salary
than the original personnel. 15% reduction in the salary will be imposed as a
penalty for submitting the incorrect information. This penalty will be imposed
only once. If the same consulting firm submits incorrect information again
second time, necessary action will be taken by NHAI to black-list that firm.

(e) In case of extension of contract, the Consultant can propose one time
replacement of each key personnel without attracting any penalty or reduction
in remuneration, subject to approval of the authority taking into consideration
the progress of work at site. Qualifications of replacements shall be better or
equivalent to the original key personnel. Any further replacement will be
governed as per contract provisions.

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

4.6. Resident Project Manager

If required by the SC, the Consultants shall ensure that at all times during the
Consultants' performance of the Services in the Government's country a resident
project manager, acceptable to the Client, shall take charge of the performance of
such Services.

5. Obligations of the Client

5.1. Assistance and Exemptions

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

194

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

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

5.2. Access to Land

The Client warrants that the Consultants shall have, free of charge, unimpeded
access to all land in the Government's country in respect of which access is
required for the performance of the Services. The Client will be responsible for any
damage to such land or any property thereon resulting from such access and will
indemnify the Consultants and each of the Personnel in respect of liability for any
such damage, unless such damage is caused by the default or negligence of the
Consultants or any Sub-consultant or the Personnel of either of them.

5.3. Change in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law with
respect to taxes and duties which increases or decreases the cost or reimbursable
expenses incurred by the Consultants in performing the Services, then the
remuneration and reimbursable expenses otherwise payable to the Consultants
under this Contract shall be increased or decreased accordingly by agreement
between the Parties hereto, and corresponding adjustments shall be made to the
ceiling amounts specified in Clause GC 6.1(b).

5.4. Services, Facilities and Property of the Client


195

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

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

5.5. Payment

In consideration of the Services performed by the Consultants under this Contract,


the Client shall make to the Consultants such payments and in such manner as is
provided by Clause GC 6 of this Contract.

5.6. Counterpart Personnel

(a) If so provided in Appendix F hereto, the Client shall make available to the
Consultants, as and when provided in such Appendix F, and free of charge, such
counterpart personnel to be selected by the Client, with the Consultants' advice,
as shall be specified in such Appendix F. Counterpart personnel shall work
under the exclusive direction of the Consultants. If any member of the
counterpart personnel fails to perform adequately any work assigned to him by
the Consultants which is consistent with the position occupied by such -
member, the Consultants may request the replacement of such member, and
the Client shall not unreasonably refuse to act upon such request.

(b) If counterpart personnel are not provided by the Client to the Consultants as and
when specified in Appendix F, the Client and the Consultants shall agree on (i)
how the affected part of the Services shall be carried out, and (ii) the additional
payments, if any, to be made by the Client to the Consultants as a result thereof
pursuant to Clause GC 6.1(c) hereof.

6. Payments to the Consultants

6.1. Cost Estimates; Ceiling Amount

(a) An estimate of the cost of the Services payable in local currency is set forth in
Appendix H.

(b) Except as may be otherwise agreed under Clause GC 2.6 and subject to Clause
GC 6.1(c), payments under this Contract shall not exceed the ceilings in foreign
currency and in local currency specified in the SC. The Consultants shall notify
the Client as soon as cumulative charges incurred for the Services have reached
80% of either of these ceilings.

(c) Notwithstanding Clause GC 6.l(b) hereof, if pursuant to clauses GC 5.3,5.4 or 5.6


hereof, the Parties shall agree that additional payments in local and/or foreign
196

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

currency, as the case may be, shall be made to the Consultants in order to cover
any necessary additional expenditures not envisaged in the cost estimates
referred to in Clause GC 6.1(a) above, the ceiling or ceilings, as the case may
be, set forth in Clause GC 6.1 (b) above shall be increased by the amount or
amounts, as the case may be, of any such additional payments.

6.2. Payment mechanism

(a) Payment of an Supervision Consultant shall be based on the monthly reports.


Report shall be approved by the Authority only if it includes all the sections
prescribed in the format and submitted as per specified timelines. For 2 months
per year, the report shall be considered to be completed only if the detailed
equipment-based inspection report is attached with the monthly report.

(b) Payment shall be based on the following criteria.

% of annual contract Total % of annual


Payment dependent on
value per report contract value

Monthly reports which do not contain


equipment-based inspection report (For 10 7.5% 75%
months in a year)

Monthly Status reports which contain


equipment-based inspection report (For 2 12.5% 25%
months in a year)

Note: Annual contract value shall be calculated as = Total contract value divided by
number of years of original contract period

For avoidance of doubt, for 60 months tenure of Consultant, Monthly Reports


without equipment-based inspection report shall be submitted for 50 months.
Submission of these 50 reports will provide 75% of the contract’s value. Actual
payment will be in accordance with Payment’s section in General Conditions of
Contract and Special Conditions of Contract. Monthly Status Reports with equipment-
based inspection report shall be submitted for 10 months. Submissions of these 10
reports will provide 25% of the contract’s value.

(c) It is 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 the following table. The key personnel and sub-professional shall
be considered to be inadequately deployed if he / she is not present for at least
90% of the time stipulated in the month, as per the Man-months input in the
Terms of Reference and the deployment schedule proposed by the firm.

Sr. No Personnel % reduction in monthly payment

197

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

1 Team Leader-cum-Highway 25%


Engineer/Team Leader

2 Highway Maintenance – cum – 30%


Resident Engineer

3 Other Key Personnel 25%

4 Sub-Professional Staff 20%

For avoidance of doubt, in case of Team Leader-cum-Highway Engineer/Team


Leader has not been made available for 90% of the stipulated time in the month,
then only 75% of the monthly payment shall be released. In the case of “Other
Key Personnel (Sl.No.3)” and “Sub-Professional Staff (Sl.NO.4)”, the average
availability across the group shall be considered for calculation.

Note: Consultant have to provide a certificate that all key personnel as


envisaged in the Contract Agreement has been actually deployed in the project.
They have to submit the proof of Aadhaar based biometric attendance/ geo –
tagged selfSC– based attendance system at the time of submission of bills to the
National Highways Authority of India.

(d) It is mandatory to use all the equipment mentioned in Section 6.4 of TOR for
road inspection surveys. Non-use of equipment in the survey month as
specified in Annexure- IV (Month of survey for equipment based road condition
assessment) can be considered only in unavoidable circumstances. However,
non-use of equipment shall lead to deduction in monthly payment as per the
following table

Payment to be released (as % of


S No Equipment to be used monthly payment linked to
equipment-based report)

Network Survey Vehicle and laser


1 50%
profilometer (NSV)

3 Falling Weight Reflectometer (FWD) 15%

4 Mobile Bridge Inspection Unit (MBIU) 15%

5 Retro-reflectometer 5%

6 ATCC 15%

Total 100%

198

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

For avoidance of doubt, in case no equipment is used in the survey month, then no
monthly payment shall be released. In the case that only Network Survey Vehicle is
used then 50% of monthly payment (which is 50% of 12.5% of annual contract value)
shall be released. Payment linked to equipment based report shall be released only on
completion of equipment based road inspection and submission of equipment based
report.

(e) The consultant can use the equipment during the next 3 months of survey
month. However, 10% penalty per month shall be imposed for delay in use of
equipment. Thus, payment linked to the specific equipment shall be released
after deducting 10% penalty per month. In case 1 or more equipment is not used
during next 3 months of survey month, then this shall be treated as Breach of
Contract and performance security shall be liable to be forfeited.
(f) If any of the reports is found to be misleading or containing incorrect
information as determined by the Authority, 10% of payment linked to that
report shall be deducted as penalty.
(g) Payment during Extension of services- In case of extension of contract,
payment shall be governed by the similar criteria as applicable for contract
duration i.e., 7.5% for monthly reports which do not include equipment-based
inspection and 12.5% for monthly reports which include equipment based
inspection.

6.3. Currency of Payment

(a) Local currency payments shall be made in the currency of the Government.

6.4. Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:

(a) The Client shall cause to be paid to the Consultants an interest-bearing advance
payment as specified in the SC, and as otherwise set forth below. The advance
payment will be due after provision by the Consultants to the Client of a bank
guarantee by a bank acceptable to the Client in an amount (or amounts) and in a
currency ( or currencies) specified in the SC, such bank guarantee (I) to remain
effective until the advance payment has been fully set off as provided in the SC,
and (ii) to be in the form set forth in Appendix I hereto or in such other form as
the Client shall have approved in writing.
(b) As soon as practicable and not later than fifteen (15 days) after the end of each
calendar month during the period of the Services, the Consultants shall submit
to the Client, in duplicate, itemized statements, accompanied by copies of
receipted invoices, vouchers and other appropriate supporting materials, of the
amounts payable pursuant to Clauses GC 6.3 and 6.4 for such month. Separate
monthly statements shall be submitted in respect of amounts payable in foreign
currency and in local currency.
(c) The Client shall cause the payment of the Consultants periodically as given in
the schedule of payment above within thirty (30) days after the receipt by the
Client of bills with supporting documents.

199

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

(d) The final payment under this Clause shall be made only after the final report
and a final statement, identified as such, shall have been submitted by the
Consultants and approved as satisfactory by the Client. The Services shall be
deemed completed and finally accepted by the Client and the final report and
final statement shall be deemed approved by the Client as satisfactory ninety
(90) calendar days after receipt of the final report and final statement by the
Client unless the Client, within such ninety (90)-day period, gives written notice
to the Consultants specifying in detail deficiencies in the Services, the final
report or final statement. The Consultants shall thereupon promptly make any
necessary corrections, and upon completion of such corrections, the foregoing
process shall be repeated. Any amount which the Client has paid or caused to be
paid in accordance with this Clause in excess of the amounts actually payable in
accordance with the provisions of this Contract shall be reimbursed by the
Consultants to the Client within thirty, (30) days after receipt by the
Consultants of notice thereof. Any such claim by the Client for reimbursement
must be made within twelve (12) calendar months after receipt by the Client of
a final report and a final statement approved by the Client in accordance with
the above.
(e) All payments under this Contract shall be made to the account of the
Consultants specified in the SC.

7. Fairness and Good Faith

7.1. Good Faith

The Parties undertake to act in good faith with respect to each other's rights under
this Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.

7.2. Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby
agree that it is their intention that this Contract shall operate fairly as between
them, and without detriment to the interest of either of them, and that, if during
the term of this Contract either Party believes that this Contract is operating
unfairly, the Parties will use their best efforts to agree on such action as may be
necessary to remove the cause or causes of such unfairness, but no failure to agree
on any action pursuant to this Clause shall give rise to a dispute subject to
arbitration in accordance with Clause GC 8 hereof.

8. Settlement of Disputes

8.1. Amicable Settlement

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

8.2. Dispute Settlement

200

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Any dispute between the Parties as to matters arising pursuant to this Contract
which cannot be settled amicably within thirty (30) days after receipt by one Party
of the other Party's request for such amicable settlement may be submitted by
either Party for settlement in accordance with the provisions specified in the SC.

9 Fake CV

If any information is found incorrect/fake/inflated in the CV, at any stage, debarment of


the key personnel from future National Highways Authority of India projects upto 2 years
may be taken by National Highways Authority of India. Further, in case, the information
contained in the CV for the duration in which the key personnel:

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


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

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


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

(C) was not employed by the firm, proposing his candidature is found
incorrect/fake/inflated at any stage, the consultancy firms will have to refund the twice
of salary and perks drawn in respect of the person.

201

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

III. SPECIAL CONDITIONS OF CONTRACT

GC Clause

A. Amendments of, and Supplements to, Clauses in the General Conditions of


Contract

1.1(a) The words “in the Government’s country” are amended to read “in INDIA”

1.4 The language is: English

1.6.1 The addresses are:

Client: The Regional Officer Bhopal,


National Highways Authority of India,
E-6/47, Smriti Parisar , Near Sai Board ,
Arera Colony , Bhopal (MP) -462016
Phone No.0755-2426638
Email robhopal@nhai.org

Attention:

Cable address:

Telex:-

Fax:-

Consultants: Attention:

Cable address:

Telex

Facsimile

[Note’: Fill in the Blanks]

1.6.2 Notice will be deemed to be effective as follows:

(a) In the case of personal delivery or registered e-mail, on delivery;


(b) In the case of telexes, 24 hours following confirmed transmission;
202

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

(c) In the case of telegrams, 24 hours following confirmed transmission ; and


(d) In the case of facsimiles, 24 hours following confirmed transmission.

1.8 The Member in Charge is:

(Note: If the Consultants consist of a joint venture of more than one entity, the name of
the entity whose address is specified in SC 1.6.1 should be inserted here. If the
Consultants consist of one entity, this Clause 1.8 should be deleted from the SC)

1.9 The Authorized Representative are:

For the Client:

For the Consultants:

1.10 The Consultants, Sub-consultants and the Personnel shall pay the taxes, duties,
fees, levies and other impositions levied under the existing, amended or enacted
laws during life of this contract and the client shall perform such duties in regard
to the deduction of such tax as may be lawfully imposed.

2.1 The effectiveness conditions are the following:

(i) Approval of the Contract by the client

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

2.3 The time period shall be 15 days or such other time period as the Parties may agree
in writing.

2.4 The time period shall be 60 months.

3.4 Limitation of the Consultants' Liability towards the Client

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.

203

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

(III) The policy should be issued only from an Insurance Company operating in
India.
(IV) The policy must clearly indicate the limit of indemnity in terms of “Any One
Accident” (AOA) and “Aggregate limit on the policy period” (AOP) and in no
case should be for an amount less than stated in the contract.
(V) If the Consultant enters into an agreement with NHAI in a joint venture or
‘in association’, the policy must be procured and provided to NHAI by the
joint venture/in association entity and not by the individual partners of the
joint venture/association.
(VI) The contract may include a provision thereby the Consultant does not
cancel the policy midterm without the consent of NHAI. The insurance
company may provide an undertaking in this regard.

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 three years. PLI shall be uniformly taken for
a period of three years.

3.5 The risks and the coverage shall be as follows.

a. Third Party motor vehicle liability insurance as required under Motor


Vehicles Act, 1988 in respect of motor vehicles operated in India by the
Consultants or their Personnel or any Sub-consultants or their Personnel for
the period of consultancy.

b. Third Party liability insurance with a minimum coverage of Rs.1.0 million for
the period of consultancy.

c. Professional liability insurance as per 3.4 (a) (ii) of SC of the consultancy,


with a minimum coverage equal to estimated remuneration and
reimbursable.

d. Employer's liability and workers' compensation insurance in respect of the


Personnel of the Consultants and of any Sub-consultant, in accordance with
the relevant provisions of the Applicable Law, as well as, with respect to
such Personnel, any such life, health, accident, travel or other insurance as
may be appropriate; and

e. Insurance against loss of or damage to (i) equipment purchased in whole or


in part with funds provided under this Contract, (ii) the Consultants'
property used in the performance of the Services, and (iii) any documents
prepared by the Consultants in the performance of the Services.

204

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

3.7(c) The other actions are.

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

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

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

6.1(b) The amount payable in foreign currency or currencies is:__________________

The ceiling in local currency is: __________________

6.1(c) "Payments made in accordance with Clause GC 6:2(a) in local currency shall be
adjusted as follows:

i. Annual contract value shall be adjusted every twelve (12) months (and, the
first time, applicable for the Annual contract value to be computed in the
13th calendar month after the date of the contract) by 5% per annum. Thus,
Annual contract value in second year shall be 105% of Annual contract value
in first year, so on and so forth.

Notwithstanding any other provisions in the agreement in this regard, this


provision will prevail and over ride any other provision to the contrary in this
agreement.

6.2 Payment shall be released as per rates quoted in Appendix C3 – Breakup of Local
currency costs.

However, the proof of remuneration paid to professional staffs in previous month shall
be submitted along with current month’s bill. The remuneration to professional staff
shall be paid by the Supervision Consultant after adjusting overhead charges as
mentioned in Appendix-C-1 “Financial proposal submission form”.

6.4(a) The following provisions shall apply to the interest-bearing advance payment
and the advance payment guarantee:

a. An advance payment. of 10% of the contract price in proportion to the quoted


Indian currency (INR) & foreign currency (US dollar) in the bid shall be made within
60 days after receipt and verification of advance payment bank guarantee. The
advance payment will be set off by the Client in equal instalments against the
statements for the first 12 months of the Service until the advance payment has
been fully set off.

b. The bank guarantee shall be in the amount and in the currency of the foreign and
local currency portion of the advance payment.

205

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

c. Interest rate shall be 10% per annum (on outstanding amount) for local currency
including converted foreign component into local currency.

6.4(c) The interest rate is 6% per annum for local currency.

6.4(e) The accounts are:

For foreign currency:

For local currency:

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

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

8.2.1 Selection of Arbitrators

Each dispute submitted by a Party to Arbitration shall be heard by a sole


arbitrator. NHAI shall within 30 days propose names of five (5) Arbitrators from the
list of Arbitrators maintained by SAROD (Society for Affordable Redressal of
Disputes) and Consultant shall within 30 days select one name from the list of five
and the name so selected by the Consultant shall be the Sole Arbitrator for the
matter in dispute. In case NHAI delays in providing the list of 5 names, President,
SAROD will provide 5 names within 30 days of receipt of reference from aggrieved
party in this regard. In case the Consultant fails in selecting one from the list of
five, President, SAROD shall select one from the list of five provided by NHAI within
30 days of receipt of reference from aggrieved party in this regard.

8.2.2 Rules of Procedure

Arbitration proceedings shall be conducted in accordance with the procedures of


the Arbitration and Conciliation (Amendment) Act, 2015 of India unless the
Consultant is a foreign national/ firm, where arbitration proceedings shall be
conducted in accordance with the rules of procedure of arbitration of the United
Nations Commission on International Trade Law (UNCITRAL) as in force on the
date of this Contract.
8.2.3 Substitute Arbitrators

If for any reason an arbitrator is unable to perform his function, a substitute shall
be appointed in the same manner as the original arbitrator.

8.2.4 Qualifications of Arbitrators

The list of five and the sole arbitrator selected pursuant to Clause 8.2.1 hereof
shall be expert(s) with extensive experience in relation to the matter in dispute.

8.2.5 Miscellaneous

In any arbitration proceeding hereunder:

206

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

(a) Proceedings shall, unless otherwise agreed by the parties be held in Delhi.
(b) The English language shall be the official language for all purposes;
(c) The decision of sole arbitrator shall be final and binding and shall be
enforceable in any court of competent jurisdiction, and the Parties hereby
waive any objections to or claims of immunity in respect of such enforcement;
and
(d) Fee structure shall be as given below:

Particulars of fee and other Schedule Amount payable per Arbitrator / per
S. No.
charges case
1. Arbitrator fee Rs.25,000/- per day
Or
Rs.7 lakhs (lump-sum) subject to publishing the
Award within 6 months.
Or
Rs.5 lakhs (lump-sum) subject to publishing the
Award after 6 months but before 12 months.
Note:- The amount of fees already paid for the days
of hearing @ Rs.25,000/- would be adjusted in the
lump- sum payment.
2. Reading Charges Rs.25,000/- per Arbitrator per case including
counter claim.
3. Secretarial Assistance and Rs.20,000/-
Incidental Charges
(telephone, fax, postage
etc.)
4. Charges for Publishing / Rs.35,000/-
declaration of the Award
5. Other expenses (As per actuals against bills subject to maximum of the prescribed
ceiling given below)
Traveling Expenses Economy class (by air), First class AC (by train) and
AC car (by road)
Lodging and Boarding (a) Rs.15,000/- per day (Metro cities)
(b) Rs.7,000/- per day (in other cities)
(c) Rs.3,000/- per day, if any Arbitrator makes
own arrangement.
6. Local Travel Rs.1,500/- per day
7. Extra charges for days other Rs.5,000/- per day for outstation Arbitrator
than hearing / meeting days
(maximum for 2 days)
Note: 1. Lodging, boarding and travelling expenses shall be allowed only for those
members who are residing 100 kms. away from place of meeting.
2. Delhi, Mumbai, Chennai, Kolkata, Bangalore and Hyderabad shall be
considered as Metro Cities.

207

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

APPENDICES

208

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

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

209

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

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

210

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix C: Key Personnel and Sub-consultants

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

C-2 Same information as C-l for Key local Personnel.

C-3 Same as C-l for Key foreign Personnel to be assigned to work outside India.

C-4 List of approved Sub-consultants [if already available]; same information


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

211

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

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.

212

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix E: Hours of Work for Key Personnel

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

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

In addition, casual leave for 12 days shall be permitted in a year to each key personnel /
Sub Professional with prior intimation to the Authority. Out of this, a maximum of 03 CLs
can be availed either separately or together in a quarter and the periods of CLs would be
counted as key personnel / Sub Professional being on duty.

Please refer TOR

213

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix F: Duties of the Client

a. Access to the quality control laboratory for performing various types of tests,
which will be provided by the concessionaire including the testing personnel.

b. RFQ, RFP, Concession Agreement, Bid submission, Site Data and information for
field surveys and investigations

c. Detailed Work plan and Programme for Operation and Maintenance of Project
Highway from Concessionaire.

d. Quality Assurance Plan and Quality Control Procedures from the Concessionaire.

e. All the reports and necessary data as per the reporting obligation of
concessionaire under the concession Agreement.

f. Necessary letters, which will be required for Visa’s of foreign personnel and
procuring other services by the consultant for performing project services.

Please refer TOR

214

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix G: Cost Estimates in Foreign Currency

List here under cost estimates in foreign currency:

2. Monthly rates for foreign Personnel (Key Personnel and other Personnel)

1. Reimbursable / Rental / Fixed expenditures:

a. Per diem allowances.

b. Air transport for foreign Personnel.

c. Air transport for departments.

d. Transport of personal effects.

e. International communications.

f. Pricing of documents specified in Appendix A and B hereof

g. Acquisition of specified equipment and materials to be imported by the


Consultants and to be paid for the by the Client for by the Client(including
transportation to India).

h. Other foreign currency expenditures, like use of computers, foreign


training of Client’s staff, various tests, etc.

215

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix H: Cost Estimates in Local Currency

List hereunder cost estimate in local currency:

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

2. Reimbursable / Rental / Fixed expenditures as follows:

a. Per diem rates for subsistence allowance for foreign short-term Personnel
plus estimated totals.

b. Living allowances for long-term foreign Personnel, plus estimated totals.

c. Cost of local transportation.

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

216

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix I: FORM OF PERFORMANCE SECURITY

(PERFORMAMANCE BANK GUARANTEE)

(Clause-20 of TOR)

To

The Chairman,

National Highways Authority of India, G-5 & 6, Sector-10,

Dwarka,

New Delhi –110 075

India

WHEREAS __________________________________________________________ [Name and


address of Consultants]1 (hereinafter called “the consultants”) has undertaken in
pursuance of Contract No. __________________ dated ______________ to provides the
services on terms and conditions set forth in this Contract ___________________________
[Name of contract and brief description of works) (hereinafter called the “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Consultants shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee;

NOW THEREOF we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Consultants up to a total of ___________________________ [amount of
Guarantee]2 ___________________________ [in words], such sum being payable in the
types and proportions of currencies in which the Contract Price is payable, and we
undertake to pay you, upon your first written demand and without cavil or argument, any
sum or sums within the limits of [amount of Guarantee] as aforesaid without your needing
to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Consultants
before 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.

217

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

The liability of the Bank under this Guarantee shall not be affected by any change in the
constitution of the consultants or of the Bank.

This guarantee shall also be operatable at our ____________________ Branch at Bhopal,


from whom, confirmation regarding the issue of this guarantee or extension / renewal
thereof shall be made available on demand. In the contingency of this guarantee being
invoked and payment there under claimed, the said branch shall accept such invocation
letter and make payment of amounts so demanded under the said invocation.

Notwithstanding anything contained herein before, our liability under this guarantee is
restricted to Rs. ___________ (Rs. _____________) and the guarantee shall remain valid
till ______________. Unless a claim or a demand in writing is made upon us on or before
______________ all our liability under this guarantee shall cease.

This guarantee shall be valid for a period of 62 months i.e. upto 2 months beyond the
expiry of contract of 60 months.

…………[Name of Consultants] on whose behalf this guarantee has been given Bank hereby
confirms that it is on the SFMS (Structural Finance Messaging System) platform and shall
invariably send an advice of this Bank Guarantee to the designated bank of NHAI after
obtaining details thereof from NHAI.

S. No. Description Remarks


1 Name of Beneficiary National Highways Authority of India
2 Name of Bank Canara Bank
3 Address of Bank Branch Arera Colony Branch, Bhopal
4 Account No. 1471201001629
5 IFSC Code CNRB0001471

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

218

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

1.
Give names of all partners if the Consultants is a Joint Venture.

219

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix J: Form of Bank Guarantee for Advance Payments

(Reference Clause 6.4 (a) of Contract)

(To be stamped in accordance with Stamp Act, if any, of the country of issuing bank)
Ref: ___________________________

Bank Guarantee: ___________________________

Date: ___________________________

Dear Sir,

In consideration of M/s. ___________________________ (hereinafter referred as the


"Client", which expression shall, unless repugnant to the context or meaning thereof
include it successors, administrators and assigns) having awarded to M/s.
_________________________ (hereinafter referred to as the "Consultant" which
expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators, executors and assigns), a contract by issue of client's Contract
Agreement No. ____________ dated ______________ and the same having been
unequivocally accepted by the Consultant, resulting in a Contract valued at
________________ for ________________ Contract (hereinafter called the "Contract")

(scope of work)

and the Client having agreed to make an advance payment to the Consultant for
performance of the above Contract amounting to (in words and figures) as an advance
against Bank Guarantee to be furnished by the Consultant.

We ___________________________

(Name of the Bank) having its Head Office at ___________________________ (hereinafter


referred to as the Bank), which expression shall, unless repugnant to the context or
meaning thereof, include its successors, administrators executors and assigns) do hereby
guarantee and undertake to pay the client immediately on demand any or, all monies
payable by the Consultant to the extent of ___________________________ as aforesaid at
any time upto___________________________ @ ___________________________ without
any demur, reservation, contest, recourse or protest and/or without any reference to the
consultant. Any such demand made by the client on the Bank shall be conclusive and
binding notwithstanding any difference between the Client and the Consultant or any
dispute pending before any Court, Tribunal, Arbitrator or any other authority. we agree
that the Guarantee herein contained shall be irrevocable and shall continue to be
enforceable till the Client discharges this guarantee.

The Client shall have the fullest liberty without affecting in any way the liability of the
Bank under this Guarantee, from time to time to vary the advance or to extend the time
for performance of the contract by the Consultant. The Client shall have the fullest
liberty without affecting this guarantee, to postpone from time to time the exercise of
any powers vested in them or of any right which they might have against the Client and
220

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

to exercise the same at any time in any manner, and either to enforce or to forebear to
enforce any covenants, contained or implied, in the Contract between the Client and the
Consultant any other course or remedy or security available to the Client. The bank shall
not be relieved of its obligations under these presents by any exercise by the Client of its
liberty with reference to the matters aforesaid or any of them or by reason of any other
act or forbearance or other acts of omission or commission on the part of the Client or
any other indulgence shown by the Client or by any other matter or thing whatsoever
which under law would but for this provision have the effect of relieving the Bank.

The Bank also agrees that the Client at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without proceeding
against the Consultant and notwithstanding any security or other guarantee that the
Client may have in relation to the Consultant's liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is
limited to ___________________________ and it shall remain in force upto and including
___________________________ and shall be extended from time to time for such period
(not exceeding one year), as may be desired by M/s. ___________________________ on
whose behalf this guarantee has been given.

…………[Name of Consultants] on whose behalf this guarantee has been given Bank hereby
confirms that it is on the SFMS (Structural Finance Messaging System) platform and shall
invariably send an advice of this Bank Guarantee to the designated bank of NHAI after
obtaining details thereof from NHAI.

S. No. Description Remarks


1 Name of Beneficiary National Highways Authority of India
2 Name of Bank Canara Bank
3 Address of Bank Branch Arera Colony Branch, Bhopal
4 Account No. 1471201001629
5 IFSC Code CNRB0001471

Dated this __________________ day of _____________ 200 _____________ at

WITNESS

___________________________ (signature)

(Signature)

___________________________

(Name)

(Name)

___________________________

221

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

___________________________

___________________________

___________________________

(Official Address) Designation (with Bank stamp) Attorney as per Power of

Attorney No. ___________________________

Dated

_____________

Strike out, whichever is not applicable.

Note 1: The stamp papers of appropriate value shall be purchased in the name of bank
who issues the "Bank Guarantee”.

Note 2: The bank guarantee shall be from a Nationalized Indian Bank or reputed foreign
commercial Bank acceptable to client for Foreign Consultant with counter guarantee from
Nationalized Bank. Bank guarantee furnished by Foreign consultant shall be confirmed by
any Nationalized Bank in India.

222

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix K: Letter of invitation

223

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix L: Letter of Award

224

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix M: Minutes of pre-bid meeting

225

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix N: Memorandum of Understanding between

___________________________

And

___________________________

Whereas National Highways Authority of India (hereinafter called NHAI) has invited
proposal for appointment of Supervision Consultant for (Name of project) hereinafter
called the Project.

And Whereas ___________________ (Lead Partner) and __________________JV


partner/s have agreed to form a Joint Venture to provide the said services to NHAI as
Supervision Consultant; and

Now, therefore, it is hereby agreed by and on behalf of the partners as follows:

(i) ___________ will be the lead partner and ____________ will be the other JV partner/s and
percentage share* will be as under:-

Lead Partner - _________________________% (in words)


Other JV Partner - _________________________% (in words)
(ii) ______________ (lead partner) shall be the incharge of overall administration of contract
and shall be authorised representative of all JV partners for conducting all business for
and on behalf of the JV during the bidding process and subsequently, represent the joint
venture for and on behalf of the JV for all contractual matters for dealing with the
Employer/EPC Contractor if Consultancy work is awarded to JV.

(iii) All JV partners do hereby undertake to be jointly and severely responsible for all the
obligation and liabilities relating to the consultancy work and in accordance with the
Terms of Reference of the Request for Proposal for the Consultancy Services.

For____________________ (Name of Lead partner)

_______________________

Managing Director/Head of the Firm

Address

For____________________ (Name of JV partner/s)

_______________________

Managing Director/Head of the Firm

Address
226

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Note: *The bidder cannot revise their share among Lead/JV partner which was declared at the
time of bidding of respective consultancy assignments.

227

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

Appendix-O:

Penal actions in case of lapses of Supervision Consultant and concerned key personnel on their
part/deficiencies in services provided:

1.1 Following penal actions shall be taken against Supervision Consultant in case of lapses on
their part/ deficiencies in services provided under this contract:

Type of Deficiency Action to be taken against Consultant (IE)


engaged during construction &
maintenance.

Key Firm
personnel

Failure to detect design/quality For first i) For first three


deficiency in Non-key Components* three instances, to be kept
instances, on watch list.
key
personnel
Failure to issue follow-up notices to may be
contractor/ concessionaire for delays in ii) Thereafter, a
kept on
closure of NCRS, delays in furnishing monetary penalty of
“watch list”.
detail of time & cost claims/COS/revised 1% of the
Thereafter,
work programmes/work methodologies, consultancy fee (the
the
etc. aggregate of such
concerned
penalties in a
key
Delays or submission of improper contract would not
personnel
MPRS, improper review of exceed the
& Team
methodologies, temporary works, QA Performance
Leader to
plan/manual, O&M plan/manual etc. Guarantee amount)
be
and/or declaring the
removed
consultant as Non-
from the
Performer upto 6
project and
months or till
debarred
rectification of
up to 06
deficiencies# and
months.
taking adequate
measures not to
repeat such
instances in future,
whichever is earlier.

Failure to detect design/quality The Declaring the


deficiency in key Component** not concerned consultant as Non-

228

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

having substantial cost (below 1% of key Performer up to 1


civil work (cost) and/or time implication personnel year or till rectification
(below 5% cost or project completion & Team of deficiencies# and
period) Leader to taking adequate
be measures not to
Failure to detect deficiency in quantity removed repeat such
executed vis-à-vis design not having from the instances in future,
substantial financial implication (below project and whichever is earlier.
1% of civil work cost). debarred
up to 1
Failure to conduct/witness tests as
year.
prescribed in the consultancy contract
agreement.

Delay in processing EOT/COS


proposals, inaccurate assessment of
COS proposals, not issuing NCRs,
delays/improper review of
design/drawings/work programme or
failure to submit completion/provisional
completion certification as prescribed in
contact.

Failure to detect deficiency in quantity The In addition to


executed vis-à-vis design having concerned rectification of
substantial financial implication (1% of key deficiencies and
civil work cost or more) personnel taking adequate
& Team measures not to
Failure to detect design/quality Leader to repeat such
deficiency in Key Component having be instances in future,
substantial cost (1% of civil implication removed the consultant to be
(5% of project completion period or from the debarred up to 2
more) project and years.
debarred
Failure to detect deficiency/not
up to 2
reviewing design (including temporary
years.
works) and construction (including
methodology) of structural components
of
flyover/bridges/underpasses/overpasses
/ROB/RUB etc.

Failure to propose action (like cure


period notice, levy of damages, etc.) on
contractor/concessionaire as per
contract agreement for their default/poor

229

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

progress having material adverse effect


on the project implementation in terms
of cost (1% of civil work cost or more)
and/time (5% of project completion
period or more).

Improper/wrong interpretation of
provision in contract agreement; or
wrong certification of payment/COS
value/cost & time claims; or poor
performance of services leading to cost
(1% of civil work cost) and/or time (5%
of project completion period) claims
against NHAI awarded by
DRB/CCIE/Arbitration/Court.

Note** Key Components are specified as under:

(i) Foundation, sub-structure and super-structure of flyovers, road over bridges, road under
bridges, vehicular under passes, vehicular over passes, major bridges and minor bridges
etc.
(ii) Tunnels
(iii) Expansion joint and bearings
(iv) RE wall/Retaining walls
(v) The crust layers of flexible pavements
(vi) The crust layers of rigid pavements
(vii) Embankment and slope protection
(viii) Issues affecting Road Safety
(ix) Any other work endangering/impacting/stability/reliability/ durability/performance of
pavement/structures

*The items not covered in above list shall be in the category of Non-Key Components.

# excluding the delay solely attributable to the contractor beyond stipulated time.

1.2 The following penal actions shall be taken in case of any reports on failure of structures after
ensuing proper investigation:

S. Type of Failure Consultant

230

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

No. Firm Key Personnel

(i) Minor failure of structures/highway due Token penalty of Rs. 5 lakhs on The key personnel may be kept
to design/construction/maintenance consultancy firm engaged on watch list for any future
defect wherein no casualties are during recurrence besides issuing
reported. construction/maintenance written warning.
besides issuing written warning.

(ii) Major failure of structures/highway due Monetary penalty of Rs. 20 Debarment of concerned key
to design/construction/maintenance lakhs on consultancy firm personnel up to 2 years in NHAI
defect wherein no casualties are engaged during works.
reported. construction/maintenance
and/or debarment up to 1 year

(iii) Major failure of structures/highway due Monetary penalty of Rs. 40 Debarment up to 3 years.
to construction/maintenance defect lakhs on consultancy firm
leading to loss of human lives besides engaged during
loss of reputation etc. construction/maintenance
and/or debarment up to 2 years

Note:

i. The term Consultant refers to Supervision Consultant, Design Consultant, Proof Consultant &
Safety Consultant.
ii. In case of delayed failure i.e., failure due to construction but reported during maintenance
period after the defaulting consultant has been demobilized, action shall be taken against the
concerned consultant only.
iii. For each repeated lapse by the firm, the penalty for the subsequent offence shall be
enhanced by an additional 50% as compared to penalty imposed in the previous instance
applicable against the category of penalty under consideration.
iv. In case the outcome of investigation is unclear or on the basis of conjectures, no action on
debarment shall be taken and only suitable monetary penalty shall be imposed on all
consulting firms engaged in construction/maintenance.

231

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

232

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP
National Highways Authority of India RFP for appointment of SC during O&M Period

DISCLAIMER
The Applicant must read all the instructions in the RFP and submit the same accordingly.

233

SC during O&M for 2L+PS section of Mandla-Chilpi section of NH-30 from Ch. Km. 89+600 to Ch. Km. 192+400
in MP

You might also like