Download as pdf or txt
Download as pdf or txt
You are on page 1of 33

NATIONAL HIGHWAYS AUTHORITY OF INDIA

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

Appointment of Road Safety Auditors/ Consultant for conducting Road safety audit,
detailed survey, investigation, preparation of DPR, RFP documents/cost
estimate/BOQ for long term measures including submission of short term measures
at identified Black spots on National Highways under the jurisdiction of Regional
Office-Kerala-Package-II,III,IV,V-2nd Call

October,2020

Page 1 of 28
REQUEST FOR PROPOSAL

1. Name of the Work: “Appointment of Road Safety Auditors/ Consultant for conducting Road safety audit, detailed
survey, investigation, preparation of DPR, RFP documents/cost estimate/BOQ for long term measures including
submission of short term measures at identified Black spots on National Highways under the jurisdiction of
Regional Office-Kerala”.

2. Proposal invited for prospective bidders for carrying outRoad Safety Audit& Consultancy service for detailed
survey, investigation, preparation of DPR, RFP documents/cost estimate/BOQfor suggesting long term
measures including submission of short term measures at identified Black spots stretches on National Highways
under the jurisdiction of Regional Office-Kerala as tabulated below:

Package-II ( Under PIU Palakkad & PIU Kozhikode) No.ofBlackspots : 32 Nos


1. Kl-02-034 NH213 Malappuram Kondotty Kottappuram
2. Kl-02-035 NH213 Malappuram Kondotty Morayur
Perinthalma
3. Kl-02-037 NH 213 Mankada Ramapuram
nna
4. Kl-02-046 NH 213 Malappuram Malappuram Melmuri
5. Kl-02-062 NH 213 Malappuram Malappuram Alathurpadi
6. Kl-02-063 NH213 Malappuram Kondotty 11th Mile
7. Kl-02-064 NH213 Malappuram Kondotty Kondoty
8. Kl-02-065 NH213 Malappuram Kondotty Pulikkal
9. Kl-02-077 NH 213 Malappuram Malappuram Varangode
10. Kl-02-116 NH 213 Malappuram Malappuram Kizhekkethala
11. Kl-02-117 NH 213 Malappuram Malappuram Koottilangadi
12. Kl-02-118 NH213 Malappuram Manjeri Valluvambram
13. Kl-02-119 NH213 Malappuram Kondotty Mongam
14. Kl-02-133 NH213 Malappuram Kondotty Ayikkarapadi
15. Kl-02-237 NH 213 Malappuram Malappuram Kottappadi
16. Kl-02-238 NH 213 Malappuram Malappuram Machingal
PappinisseriChunga
17. Kl-02-008 NH 66 Kannur Valapattanam
m to Velapuram
Kozhikode
18. Kl-02-010 NH 66 Vatakara Kainatty
Rural
Kozhikode
19. Kl-02-013 NH 66 Koyilandy Koyilandy Town
Rural
Kozhikode
20. Kl-02-019 NH 66 Koyilandy Vengalam
Rural
Kozhikode
21. Kl-02-028 NH 66 Chombala Nadapuram Road
Rural
Kozhikode
22. Kl-02-029 NH 66 Koyilandy Kollam
Rural
23. Kl-02-032 NH 66 Kannur Payyannur Kandoth
Kozhikode
24. Kl-02-038 NH 66 Koyilandy Nandi
Rural
Kozhikode
25. Kl-02-048 NH 66 Koyilandy Chengottukavu
Rural
26. Kl-02-059 NH 66 Kannur Valapattanam Highway Jn. to
Page 2 of 28
Valapattanam old
Toll Booth
Bakkalam Town to
27. Kl-02-060 NH 66 Kannur Taliparamba
Bakkalam Mosque
Kozhikode
28. Kl-02-069 NH 66 Chombala Azhiyur
Rural
Kozhikode
29. Kl-02-070 NH 66 Payyoli Ayanikad
Rural
30. Kl-02-076 NH 66 Kannur Kannur Traffic Pallikunnu
31. Kl-02-113 NH 66 Kannur Taliparamba Kuttikkol
Kozhikode
32. Kl-02-142 NH 66 City Traffic PS Nisaray Jn.
City
Note:The details of suggestive short term measures given at Annex-D.Long term measures given at Annex-E
And indicative sketch showing as per IRC-67 2012 or its latest edition given at Annex-F.

Package-III (under PIU-Thiruvananthapuram): No of Blackspots: 31 Nos


1. Kl-02-011 Nh 47 TVPM RL Mangalapuram CRPF Pallippuram
2. Kl-02-015 NH 47 TVPM RL Parassala Ps Amaravila
3. Kl-02-021 NH 47 TVPM RL Attingal Maamam
TVM CITY,
4. Kl-02-023 NH CTPS CtpsPattom Nemom
Pattom
5. Kl-02-024 NH 47 TVPM RL Attingal Alamcodu
6. Kl-02-030 NH-47 TVPM RL Kallambalam Thattupalam
7. Kl-02-040 NH 47 TVPM RL Kallambalam Kadambattukonam
8. Kl-02-041 NH 47 TVPM RL Mangalapuram Kaniyapuram
Near Nazereth Home
9. Kl-02-042 NH 47 TVPM RL Balaramapuram School,
Mudavoorpara
10. Kl-02-043 NH 47 TVPM RL Parassala Ps Parasuvaikkal
TVM CITY,
11. Kl-02-051 NH CTPS CtpsPattom Pallichal Canal
Pattom
12. Kl-02-052 NH 47 TVPM RL Attingal Poovanpara
13. Kl-02-053 NH-47 TVPM RL Attingal Korani
14. Kl-02-054 NH 47 TVPM RL Kallambalam Kaduvapally
15. Kl-02-055 NH 47 TVPM RL Mangalapuram Vetturoad
16. Kl-02-056 Nh 47 TVPM RL Mangalapuram 16 Th Mile
17. Kl-02-057 NH-47 TVPM RL Neyyattinkara Aralumoodu
TVM CITY,
18. Kl-02-071 NH CTPS CtpsPattom Pravachambalam
Pattom
19. Kl-02-072 NH 47 TVPM RL Kallambalam Veyloor
20. Kl-02-073 NH 47 TVPM RL Parassala Ps Edichakkaplamoodu
21. Kl-02-074 NH-47 TVPM RL Neyyattinkara Pathankallu

Page 3 of 28
22. Kl-02-089 Nh 47 TVPM RL Mangalapuram Kurakkode
23. Kl-02-090 Nh 47 TVPM RL Mangalapuram Alumoodu
24. Kl-02-091 NH 47 TVPM RL Parassala Ps Udiyankulangara
25. Kl-02-092 NH-47 TVPM RL Neyyattinkara Amaravila
26. Kl-02-103 NH-47 TVPM RL Neyyattinkara Gramam Curve
27. Kl-02-104 NH-47 TVPM RL Neyyattinkara Tb Junction
28. Kl-02-105 NH-47 TVPM RL Neyyattinkara Moonukallinmoodu
29. Kl-02-131 NH 47 TVPM RL Parassala Ps Parassala
30. Kl-02-143 Nh 47 TVPM RL Mangalapuram Karikuzhy
31. Kl-02-144 Nh 47 TVPM RL Mangalapuram Thamarakulam
Note:The details of suggestive short term measures given at Annex-D.Long term measures given at Annex-E
andindicative sketch showing as per IRC-67 2012 or its latest edition given at Annex-F.

Package-IV (under PIU-Thiruvananthapuram) : No of Blackspots:14 Nos


1. Kl-02-001 NH 744 Kollam rural Kundara Keralapuram
2. Kl-02-012 NH 744 Kollam rural Kundara Hospital Jn
3. Kl-02-025 NH 47 Kollam City Oachira Pallimukku
4. Kl-02-026 NH744 Kollam rural Ezhukone Ezhukone
5. Kl-02-031 NH 744 Kollam rural Kundara Mukkada
6. Kl-02-044 NH 47 Kollam City Oachira Changankulangara
7. Kl-02-045 NH744 Kollam rural Kottarakara Kizhakketheruvu
8. Kl-02-058 NH 47 Kollam City Oachira Skylab
9. Kl-02-075 NH744 Kollam rural Kottarakara Pulamon
10. Kl-02-093 NH 744 Kollam rural Kundara Mammoodu
11. Kl-02-094 NH 744 Kollam rural Kundara Elampalloor
12. Kl-02-106 NH 47 Kollam City Oachira KalloorMukku
13. Kl-02-107 NH 47 Kollam City Oachira Valiyakulangara
14. Kl-02-108 NH 47 Kollam City Oachira Vavvakkavu
Note:The details of suggestive short term measures given at Annex-D.Long term measures given at Annex-E
andindicative sketch showing as per IRC-67 2012 or its latest edition given at Annex-F.

Package-V (under PIU-Thiruvananthapuram) : No of Blackspots: 35 Nos


Karuvatta-
1. Kl-02-003 NH 66 Alappuzha Haripad
Vazhiyambalam
Madhava Junction-
2. Kl-02-006 NH 66 Alappuzha Haripad
Haripad- KSRTC JN
3. Kl-02-007 NH 66 Alappuzha Kareelakulangara Ramapuram
4. Kl-02-016 NH 66 Alappuzha Alappuzha Traffic Pathirappally
5. Kl-02-017 NH 66 Alappuzha Punnapra Paravoor
6. Kl-02-145 NH 66 Alappuzha Alappuzha Traffic Arattuvazhi
7. Kl-02-146 NH 66 Alappuzha Alappuzha Traffic BernaduJn
Changanassery JN to
8. Kl-02-147 NH 66 Alappuzha Alappuzha Traffic
Kalarcode
9. Kl-02-148 NH 66 Alappuzha Alappuzha Traffic ChudukadJn

Page 4 of 28
10. Kl-02-149 NH 66 Alappuzha Alappuzha Traffic ConvenJn
11. Kl-02-150 NH 66 Alappuzha Alappuzha Traffic Kalappura
12. Kl-02-151 NH 66 Alappuzha Alappuzha Traffic Kommadi
13. Kl-02-152 NH 66 Alappuzha Alappuzha Traffic Poomkavu
14. Kl-02-153 NH 66 Alappuzha Alappuzha Traffic ThiruvampadiJn
15. Kl-02-154 NH 66 Alappuzha Alappuzha Traffic Thumpoli
16. Kl-02-155 NH 66 Alappuzha Alappuzha Traffic Valiyakalavoor
Alappuzha Traffic/Alpy
17. Kl-02-156 NH 66 Alappuzha GH Jn to TD School
North
Alappuzha Traffic/Alpy
18. Kl-02-157 NH 66 Alappuzha PH Bridge
North
Alappuzha Traffic/Alpy
19. Kl-02-158 NH 66 Alappuzha Vazhicherry
North
20. Kl-02-159 NH 66 Alappuzha Ambalappuzha Ambalappuzha
21. Kl-02-160 NH 66 Alappuzha Ambalappuzha Kakkazham
22. Kl-02-161 NH 66 Alappuzha Ambalappuzha Karoor
23. Kl-02-162 NH 66 Alappuzha Ambalappuzha Neerkunnam
24. Kl-02-163 NH 66 Alappuzha Ambalappuzha Ottappana
25. Kl-02-164 NH 66 Alappuzha Ambalappuzha Payalkulangara
26. Kl-02-165 NH 66 Alappuzha Ambalappuzha Pazyayangaadii
27. Kl-02-166 NH 66 Alappuzha Ambalappuzha Purakkad
28. Kl-02-167 NH 66 Alappuzha Ambalappuzha Thottappalli
29. Kl-02-168 NH 66 Alappuzha Ambalappuzha Valanjavazhy
30. Kl-02-170 NH 66 Alappuzha Cherthala Arthunkal By Pass
31. Kl-02-171 NH 66 Alappuzha Cherthala Cherthala PS Jn.
Karthiyayani Bar-
32. Kl-02-172 NH 66 Alappuzha Cherthala
Ottappunna
KVM Hospital JN to
33. Kl-02-173 NH 66 Alappuzha Cherthala
X-Ray Jn
Near byCherthala
34. Kl-02-174 NH 66 Alappuzha Cherthala
Railway station
35. Kl-02-175 NH 66 Alappuzha Cherthala X-Ray Jn
Note:The details of suggestive short term measures given at Annex-D.Long term measures given at Annex-E
andindicative sketch showing as per IRC-67 2012 or its latest edition given at Annex-F.
3. The RFP has been invited through e-tendering portal i.e. https://etenders.gov.in. The interested Firm may
download the RFP document from the e-tendering portal of the Employer. The Firm who downloaded the
RFP document from the website will be required to pay the non-refundable fee of Rs.1,000/- per
packagetowards cost of RFP, online (RTGS/NEFT) in favour of the following.

Sl.No. Particulars Details


1 Name of Beneficiary National Highways Authority of India, Regional
Office, Kerala
2 Beneficiary Bank Account No. 40171010000942
3 Beneficiary Bank Syndicate Bank , KillipalamBranch,

Page 5 of 28
Thiruvananthapuram
4 IFSC Code SYNB0004017

4. The Technical proposal (comprising of RFP, TOR & CA) and Financial Proposal is to be uploaded
separately on e-tendering portal by theRoad Safety Auditors/ Consultant/ firms. No hard copy is required to
be submitted.
5. A consultant firm with team may submit proposal for more than one package (Please note: The Team
proposed for Package 1, 6 & 7 of the tender ID :2020_NHAI_57266_1 shall not proposed again in
Packages 2,3,4 & 5) . However, a consultant is not allowed to bid for a package with more than one team.
For the sake of clarity, it is mentioned that one consultant cannot submit two proposals or bids for the same
package. The packages which consultants with a particular team apply should be clearly mentioned. A
consultant can apply for a particular package with one team only. The consultant firm may submit proposal
for more than one packagewith different team, considering the time constraint for earlier rectification of
Blackspot.
6. Financial proposal will be opened only for the firms of the team who ever found to eligible with the
qualification as mentioned at Annexure -B.
7. Financial proposal for each package are to be submitted separately, financial proposal are only to be
submitted online and no hard copy of the financial proposal should be submitted.
8. In case for a particular package, only one firm is eligible for opening of financial proposal, the financial
proposal shall not be opened considering the single bid in first call and the bids for that package shall be
cancelled. The authority shall invite fresh bids for the package. For financial evaluation, total cost of financial
proposal excluding GST shall be considered. GST Shall be payable extra as per government rules.
9. The evaluation committee will determine whether the financial proposal is complete (i.e whether they have
included cost of all items of the corresponding proposal if not, then their cost will be considered as Nil but
the consultant shall how ever be required to carry out such obligations without any compensation. In case, if
client feels that the work cannot be carried out with in overall cost of financial proposal, the proposal can be
rejected.
10. The financial quote per each blackspot shall be inclusive of all direct/indirect expenses and remuneration for the
team, his /her accommodation, transportation, equipment, printing of document, detailed survey and
investigation(i.e Topo Survey, Geo-technical survey and Turning Movement Count etc.), detailed designs &
drawings and preparation of Reports, Technical Schedules for RFP documents as per standard NHAI guidelines
etc and no amount other than financial quote shall be paid by NHAI except GST.
11. The work shall be award to L1 bidder on least cost basis.
12. Lowest bidder(L-1):
For particular packages the consultant with the particular team having the lowest financial value shall be
declared as lowest bidder.

13. The Terms of Reference of work are mentioned at Annexure –A.

14. The required qualifications are mentioned at Annexure-B.

15. The Firm or any Person by name should be registered under applicable law. The relevant documents
indicating the same shall be submitted along with the bid.
16. Each page of Original Curriculum Vitae (CV) needs to be recently signed in blue ink by the proposed key
personnel and also by an authorized official of the Firm. The Key Personnel shall mandatorily register
Page 6 of 28
themselves on the MoRTH Portal ‘INFRACON’ and submit the CV from the Infracon portal along with
experience certificate.Unsigned copies of CVs shall be rejected.Considering the no. of fatalities and causality
in road accidents, the safety of road users is the prime concern therefore; the good and practical approach work
within time limit is the expected from the Road Safety Auditorsand appropriate team to be deployed at site to
complete the road safety audit within scheduled time.

17. The Bidder shall furnish Bid Security, in the amount as specified below. Bank guarantee (as per the
format given in Annexure C) must be in favour of National Highways authority of India, Regional
Office,Thiruvananthapuram. The Bid Security shall, at the Bidder’s option, be in the form of Bank
Guarantee only as per format attached (the other form will not be acceptable)of any scheduled
commercial bank approved by RBI having a net worth of not less than Rs. 500 croreas per the latest
annual report of the bank. In case of foreign bank (issued by a branch in India) the net worth in respect
of the Indian operations shall only be taken into account. It shall be valid for 45 days beyond the
validity of the bid. Any bid having bid security for lesser value shall be treated as non-responsive.
Any bid not accompanied by an acceptable Bid Security, shall be rejected by the Employer as non-
responsive.
A. Bank Guarantee, in the name of the Employer, from following banks would be accepted: -
i. State Bank of India or its subsidiaries,

ii. Any Indian Nationalised Bank

iii. IDBI / ICICI Bank

iv. A Foreign Bank (issued by a branch outside India) with a counter guarantee from
SBI or its subsidiaries or any Indian Nationalised Bank.

v. Any Scheduled Commercial Bank approved by RBI having a net worth of not less
than Rs. 500 crores as per the 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 the Indian operations shall
only be taken into account.

B. The acceptance of the guarantees shall also be subject to the following conditions: -

i. The capital adequacy of the Bank shall not be less than the norms prescribed by
RBI (presently 9, with effect from 31st March, 2003,).
ii. The bank guarantee issued by a Cooperative Bank shall not be accepted.

Sr.No. Package No. Bid Security in (Rs.)


1 Package-II (Under PIU Palakkad & PIU Kozhikode) No of Blackspot : 32 Nos Rs. 4,80,000/-
2 Package-III ( Under PIU Thiruvananthapuram) No.ofBlackspots : 31 Nos Rs. 4,65,000/-
3 Package-IV ( Under PIU Thiruvananthapuram) No.ofBlackspots : 14 Nos Rs. 2,10,000/-
4 Package-V ( Under PIU Thiruvananthapuram) No.ofBlackspots : 35 Nos Rs. 5,25,000/-

The Bank Guarantee shall be linked with the Regional Office, Kerala account as mentioned in Annexure C
through SFMS for online verification of Bid Security (BG). If the bidder has failed to link the bid security with
SFMS system of NHAI bank account, their bid shall be rejected & disqualified technically.

18. In case the consultant is applying for more than one package in accordance with clause no.5, the bid
securitiescorresponding to that package shall be furnished. Bid security will be returned to the bidder (not L1)
Page 7 of 28
immediately within 10 days after declaration of result except for L1. The L1, bid security will be released in a
week time after submission of Performance Security.
19. Bid Security in the form of Bank guarantee shall be uploaded online in the E-tender portal and no hard copy is
to be submitted.However, as per NHAI guidelines no.9.1.11/2019 dated 06.06.2019, Technical and Financial
evaluation of bid and declaration of result shall be done based on the documents received online after
confirmation of Bid Security BG from the issuing bank and payment for cost of tender in Authority’s Account.
The L1 bidder will be asked to submit originals of all documents listed in the RFP after declaration of bid
evaluation result by Authority. In case L1 Bidder fails to submit the originals, the bidder shall be unconditionally
debarred from bidding in NHAI projects for a period of 5 years and the bidding process shall be annulled and
Tender shall be re invited.

Page 8 of 28
ANNEXURE-A

Terms of Reference for Road Safety Audit Consultancy Services (ToR)

I) Project Stretches

Consultancy Services/ Road Safety Audit for the following projects:-

i) Preparation of proposals for carrying out of Road Safety Audit / Consultancy service for conducting Road
safety audit, detailed survey, investigation, preparation of DPR, RFP documents/cost estimate/BOQ for long
term measures including submission of short term measures on identified Black spots on National Highways
under the jurisdiction of Regional Office-Kerala.

Package-II ( Under PIU Palakkad & PIU Kozhikode)No.ofBlackspots : 32 Nos


1. Kl-02-034 NH213 Malappuram Kondotty Kottappuram
2. Kl-02-035 NH213 Malappuram Kondotty Morayur
Perinthalma
3. Kl-02-037 NH 213 Mankada Ramapuram
nna
4. Kl-02-046 NH 213 Malappuram Malappuram Melmuri
5. Kl-02-062 NH 213 Malappuram Malappuram Alathurpadi
6. Kl-02-063 NH213 Malappuram Kondotty 11th Mile
7. Kl-02-064 NH213 Malappuram Kondotty Kondoty
8. Kl-02-065 NH213 Malappuram Kondotty Pulikkal
9. Kl-02-077 NH 213 Malappuram Malappuram Varangode
10. Kl-02-116 NH 213 Malappuram Malappuram Kizhekkethala
11. Kl-02-117 NH 213 Malappuram Malappuram Koottilangadi
12. Kl-02-118 NH213 Malappuram Manjeri Valluvambram
13. Kl-02-119 NH213 Malappuram Kondotty Mongam
14. Kl-02-133 NH213 Malappuram Kondotty Ayikkarapadi
15. Kl-02-237 NH 213 Malappuram Malappuram Kottappadi
16. Kl-02-238 NH 213 Malappuram Malappuram Machingal
PappinisseriChunga
17. Kl-02-008 NH 66 Kannur Valapattanam
m to Velapuram
Kozhikode
18. Kl-02-010 NH 66 Vatakara Kainatty
Rural
Kozhikode
19. Kl-02-013 NH 66 Koyilandy Koyilandy Town
Rural
Kozhikode
20. Kl-02-019 NH 66 Koyilandy Vengalam
Rural
Kozhikode
21. Kl-02-028 NH 66 Chombala Nadapuram Road
Rural
Kozhikode
22. Kl-02-029 NH 66 Koyilandy Kollam
Rural
23. Kl-02-032 NH 66 Kannur Payyannur Kandoth
Kozhikode
24. Kl-02-038 NH 66 Koyilandy Nandi
Rural

Page 9 of 28
Kozhikode
25. Kl-02-048 NH 66 Koyilandy Chengottukavu
Rural
Highway Jn. to
26. Kl-02-059 NH 66 Kannur Valapattanam Valapattanam old
Toll Booth
Bakkalam Town to
27. Kl-02-060 NH 66 Kannur Taliparamba
Bakkalam Mosque
Kozhikode
28. Kl-02-069 NH 66 Chombala Azhiyur
Rural
Kozhikode
29. Kl-02-070 NH 66 Payyoli Ayanikad
Rural
30. Kl-02-076 NH 66 Kannur Kannur Traffic Pallikunnu
31. Kl-02-113 NH 66 Kannur Taliparamba Kuttikkol
Kozhikode
32. Kl-02-142 NH 66 City Traffic PS Nisaray Jn.
City
Note:The details of suggestive short term measures given at Annex-D.Long term measures given at Annex-E
andindicative sketch showing as per IRC-67 2012 or its latest edition given at Annex-F.

Package-III (under PIU-Thiruvananthapuram): No of Blackspots: 31 Nos


1. Kl-02-011 Nh 47 TVPM RL Mangalapuram CRPF Pallippuram
2. Kl-02-015 NH 47 TVPM RL Parassala Ps Amaravila
3. Kl-02-021 NH 47 TVPM RL Attingal Maamam
TVM CITY,
4. Kl-02-023 NH CTPS CtpsPattom Nemom
Pattom
5. Kl-02-024 NH 47 TVPM RL Attingal Alamcodu
6. Kl-02-030 NH-47 TVPM RL Kallambalam Thattupalam
7. Kl-02-040 NH 47 TVPM RL Kallambalam Kadambattukonam
8. Kl-02-041 NH 47 TVPM RL Mangalapuram Kaniyapuram
Near Nazereth Home
9. Kl-02-042 NH 47 TVPM RL Balaramapuram School,
Mudavoorpara
10. Kl-02-043 NH 47 TVPM RL Parassala Ps Parasuvaikkal
TVM CITY,
11. Kl-02-051 NH CTPS CtpsPattom Pallichal Canal
Pattom
12. Kl-02-052 NH 47 TVPM RL Attingal Poovanpara
13. Kl-02-053 NH-47 TVPM RL Attingal Korani
14. Kl-02-054 NH 47 TVPM RL Kallambalam Kaduvapally
15. Kl-02-055 NH 47 TVPM RL Mangalapuram Vetturoad
16. Kl-02-056 Nh 47 TVPM RL Mangalapuram 16 Th Mile
17. Kl-02-057 NH-47 TVPM RL Neyyattinkara Aralumoodu
TVM CITY,
18. Kl-02-071 NH CTPS CtpsPattom Pravachambalam
Pattom
19. Kl-02-072 NH 47 TVPM RL Kallambalam Veyloor
Page 10 of 28
20. Kl-02-073 NH 47 TVPM RL Parassala Ps Edichakkaplamoodu
21. Kl-02-074 NH-47 TVPM RL Neyyattinkara Pathankallu
22. Kl-02-089 Nh 47 TVPM RL Mangalapuram Kurakkode
23. Kl-02-090 Nh 47 TVPM RL Mangalapuram Alumoodu
24. Kl-02-091 NH 47 TVPM RL Parassala Ps Udiyankulangara
25. Kl-02-092 NH-47 TVPM RL Neyyattinkara Amaravila
26. Kl-02-103 NH-47 TVPM RL Neyyattinkara Gramam Curve
27. Kl-02-104 NH-47 TVPM RL Neyyattinkara Tb Junction
28. Kl-02-105 NH-47 TVPM RL Neyyattinkara Moonukallinmoodu
29. Kl-02-131 NH 47 TVPM RL Parassala Ps Parassala
30. Kl-02-143 Nh 47 TVPM RL Mangalapuram Karikuzhy
31. Kl-02-144 Nh 47 TVPM RL Mangalapuram Thamarakulam
Note:The details of suggestive short term measures given at Annex-D.Long term measures given at Annex-E
andindicative sketch showing as per IRC-67 2012 or its latest edition given at Annex-F.

Package-IV (under PIU-Thiruvananthapuram) : No of Blackspots:14 Nos


1. Kl-02-001 NH 744 Kollam rural Kundara Keralapuram
2. Kl-02-012 NH 744 Kollam rural Kundara Hospital Jn
3. Kl-02-025 NH 47 Kollam City Oachira Pallimukku
4. Kl-02-026 NH744 Kollam rural Ezhukone Ezhukone
5. Kl-02-031 NH 744 Kollam rural Kundara Mukkada
6. Kl-02-044 NH 47 Kollam City Oachira Changankulangara
7. Kl-02-045 NH744 Kollam rural Kottarakara Kizhakketheruvu
8. Kl-02-058 NH 47 Kollam City Oachira Skylab
9. Kl-02-075 NH744 Kollam rural Kottarakara Pulamon
10. Kl-02-093 NH 744 Kollam rural Kundara Mammoodu
11. Kl-02-094 NH 744 Kollam rural Kundara Elampalloor
12. Kl-02-106 NH 47 Kollam City Oachira KalloorMukku
13. Kl-02-107 NH 47 Kollam City Oachira Valiyakulangara
14. Kl-02-108 NH 47 Kollam City Oachira Vavvakkavu
Note:The details of suggestive short term measures given at Annex-D.Long term measures given at Annex-E
andindicative sketch showing as per IRC-67 2012 or its latest edition given at Annex-F.

Package-V (under PIU-Thiruvananthapuram) : No of Blackspots: 35 Nos


Karuvatta-
1. Kl-02-003 NH 66 Alappuzha Haripad
Vazhiyambalam
Madhava Junction-
2. Kl-02-006 NH 66 Alappuzha Haripad
Haripad- KSRTC JN
3. Kl-02-007 NH 66 Alappuzha Kareelakulangara Ramapuram
4. Kl-02-016 NH 66 Alappuzha Alappuzha Traffic Pathirappally
5. Kl-02-017 NH 66 Alappuzha Punnapra Paravoor
6. Kl-02-145 NH 66 Alappuzha Alappuzha Traffic Arattuvazhi
7. Kl-02-146 NH 66 Alappuzha Alappuzha Traffic BernaduJn
8. Kl-02-147 NH 66 Alappuzha Alappuzha Traffic Changanassery JN to

Page 11 of 28
Kalarcode
9. Kl-02-148 NH 66 Alappuzha Alappuzha Traffic ChudukadJn
10. Kl-02-149 NH 66 Alappuzha Alappuzha Traffic ConvenJn
11. Kl-02-150 NH 66 Alappuzha Alappuzha Traffic Kalappura
12. Kl-02-151 NH 66 Alappuzha Alappuzha Traffic Kommadi
13. Kl-02-152 NH 66 Alappuzha Alappuzha Traffic Poomkavu
14. Kl-02-153 NH 66 Alappuzha Alappuzha Traffic ThiruvampadiJn
15. Kl-02-154 NH 66 Alappuzha Alappuzha Traffic Thumpoli
16. Kl-02-155 NH 66 Alappuzha Alappuzha Traffic Valiyakalavoor
Alappuzha Traffic/Alpy
17. Kl-02-156 NH 66 Alappuzha GH Jn to TD School
North
Alappuzha Traffic/Alpy
18. Kl-02-157 NH 66 Alappuzha PH Bridge
North
Alappuzha Traffic/Alpy
19. Kl-02-158 NH 66 Alappuzha Vazhicherry
North
20. Kl-02-159 NH 66 Alappuzha Ambalappuzha Ambalappuzha
21. Kl-02-160 NH 66 Alappuzha Ambalappuzha Kakkazham
22. Kl-02-161 NH 66 Alappuzha Ambalappuzha Karoor
23. Kl-02-162 NH 66 Alappuzha Ambalappuzha Neerkunnam
24. Kl-02-163 NH 66 Alappuzha Ambalappuzha Ottappana
25. Kl-02-164 NH 66 Alappuzha Ambalappuzha Payalkulangara
26. Kl-02-165 NH 66 Alappuzha Ambalappuzha Pazyayangaadii
27. Kl-02-166 NH 66 Alappuzha Ambalappuzha Purakkad
28. Kl-02-167 NH 66 Alappuzha Ambalappuzha Thottappalli
29. Kl-02-168 NH 66 Alappuzha Ambalappuzha Valanjavazhy
30. Kl-02-170 NH 66 Alappuzha Cherthala Arthunkal By Pass
31. Kl-02-171 NH 66 Alappuzha Cherthala Cherthala PS Jn.
Karthiyayani Bar-
32. Kl-02-172 NH 66 Alappuzha Cherthala
Ottappunna
KVM Hospital JN to
33. Kl-02-173 NH 66 Alappuzha Cherthala
X-Ray Jn
Near byCherthala
34. Kl-02-174 NH 66 Alappuzha Cherthala
Railway station
35. Kl-02-175 NH 66 Alappuzha Cherthala X-Ray Jn
Note:The details of suggestive short term measures given at Annex-D.Long term measures given at Annex-E
andindicative sketch showing as per IRC-67 2012 or its latest edition given at Annex-F.

Note: The locations mentioned in the above table are as per the report submitted by the Police department to the
MoRT&H. However, the road safety auditor / firm shall identify the exact location of Blackspot at which the rectification
measures are required as per the actual site conditions and in consultation with Concerned Project Director &local
police authorities.

II) Objective:
Carrying out detailed Road Safety Audit of the above mentioned stretches and furnish the safety measures to
improve the Black spot / road safety audit report giving the road safety concerns identified and the recommendations
Page 12 of 28
for addressing the safety concerns with necessary justification for each recommendations for each balckspot along
with detailed survey, investigation, DPR & RFP Documents/cost estimate/BOQ/detailed drawings &designto enable
road authority to take decisions on implementation of the audit recommendations.Considering the no. of fatalities and
causality in road accidents (consultation with local police authorities is also required for which NHAI will facilitate) .,
the safety of road users is the prime concern therefore; the good and practical approach work within time limit is the
expected from the Road Safety Auditors.

III) Scope of Services:

The road safety auditor / firm shall identify the exact location of blackspot at which the rectification measures
are required as per the actual site conditions and in consultation with Concerned Project Director &local police
authorities. The accident data has to be verified with the local Police station records. The road safety audit shall be
carried out mainly as per IRC publication IRC SP-88- 2019 or its latest edition and Ministry’s guidelines especially the
guidelines issued vide No. RW/NH/29012/2015- P&M(RSCE) dated 14.01.2016 and its sub-sequent amendments. The
details and data related to the project stretch relevant to road safety audit / improvement of black spot i.e scope of DPR
for the proposed improvement of the stretch if any, the base map, traffic / other details to the extent available will be
provided by the Client / TS police department. These are to be reviewed by auditors and further supplementary data /
details are to be collected and formulated by auditors to cross check the available data and to get the missing details
which are required to carry out comprehensive & objective road safety audits as per guidelines. Where base maps of the
existing stretch and other basic details are not available, the same are to collected / prepared thorough survey
investigations as part of the road safety audit. On the base map,all the features of road / road environment, available
land width, all installations and establishment etc. are to be indicated through accurate survey investigations. Relevant
IRC codes, Ministry’s guidelines, best industry practices and international practices are to be followed approximately.
After completion of Road Safety Audit, the Auditor shall submit Audit report.

IV) Carrying out audit, preparation of report for Short term measures& preparation of DPR for long
term measures :

(a) Road Safety audit of project stretch / black spots shall be carried out with due diligence km by km through
repeated visits to project stretches, observations of the traffic conditions in different times during day and
night, local enquires, collection of accident data from police authorities and studying base maps and other
details. Safety concerns in each km are to be identified and feasible redressed options are to be brought out
keeping in view the context of project stretch. Preliminary report has be submitted within 20 days from
the commencement of Services which shall include the short term measures required at site as
mentioned in Annex -D along with detailed drawing and cost estimate.Road Safety Audit report is to be
prepared in a concise and crisp manner giving the safety concerns, recommendations for addressing them
and justification for their recommendationalong with detailed project report after carrying out the detailed
survey and investigation(i.e., Topo Survey, Geo-technical survey and Turning Movement Count etc. The
Road safety auditor / firm is required to obtain atleast one no of Geo Investigations and sub soil exploration to
know the nature and properties of existing strata in bed, banks and approaches etc. The investigations shall
be carried out as per relevant IRC guidelines.
(b) The Detailed project report to include the
(i) Detailed designs of proposed rectification of black spots
(ii) Detailed Cost estimates for taking up including the work based on current SOR of Kerala State
(iii) Details of Trees to be felled due to proposed rectification i.e Service Road/Slip roads/widening of
Main Carriageway etc .
Page 13 of 28
(iv) Details of existing utilities which are required to be shifted if any, should also be mentioned.
(c) The Audit Report should follow the road chainage in term of km, meters i.e. after X km stone. 225m point is
X.225 km and so on. Locations are to be indicated in term of existing road chainage. The audit Report should
be duly certified and signed by Team Leader/Authorized representative of firm/Audit Members are per
guidelines and initialled on each page.

Note :The Road Safety Auditors/ Consultant/ firm shall see it to it that the above tests are carried out
wherever necessary and sought by the client. The financial quote of the applicant shall also include the
cost towards carrying out the above tests and also carrying out the analysis of the test results from the
concerned experts, Bridge engineer/ geotechnical expert/ Quantity surveyor/ Road safety experts who are
eligible experiences for preparation of DPR as MoRT&H standards. The Road safety auditor / firm is
expected to submit the test results duly furnishing specific remarks.

V) CompletionMeeting
After getting prepared and submitting the Road Safety Audit Report / measures to improve black spot to the
Authority/ Client, a completion meeting with the participation of the Auditors will be organized in which the safety
concerns, observation and perceptive of the auditors could be explained and discussed to understand the constraints
and view of the client on these safety concerns, observation and recommendations.

VI) Auditors response on client observations on auditrecommendation

Client will furnish the auditors with their observation/views on audit recommendation within 10 days of
submission of Audit Report. The auditors shall furnish to the client within 10 days of furnishing the observation /view
of client on audit/recommendation, a supplementary audit report incorporating auditor’s response on observation/
view of client on recommendation. Final audit report shall be sum of originally submitted audit report (auditor’s
recommendations) and supplementary audit report.

VII) Deliverables

The final Audit Report shall consist of the following: -


(i) Safety audit Report duly signed by the Team Leader/Authorized representative of firm/auditors (Five copies)
as per IRC:SP:88-2019& DPR as per latest IRC Guidelines.
(ii) Base maps along with survey data, detail design & drawings, s, other supplementary details/data collected
through survey investigations in soft form (amenable to digital terrain model commonly used by Highway
Design software like Moss/MX-Q or equivalent) and hard copies in a form that can be for preparation of
further proposals of remedial actions.
(iii) Supplementary Audit Report covering client’s observation on audit recommendation and Auditor’s response
on client observation (Five copies)
(iv) Drawings of final long-term measures (Five copies), detailed estimate & Technical Schedules as per NHAI
Guidelines Time Schedules& IRC guidelines.

Page 14 of 28
(ix). Time lines for the assignment

1 Commencement of services within 3 days after signing agreement.

Submission of Preliminary Report with detailed short-term


Payment milestone –I
2 improvement options along with the detailed drawing &cost estimates
within 20 days from the day of commencement of services.

Submission of Audit Report with long-term measures consisting of


3 schematic improvement options with broad costing&detailed drawing Payment milestone –II
within 40 days from the day of commencement of services.

Clients Observation/View if any within 10 days from date of


4
submission of Audit Report.
Submission of supplementary Audit Report along with detailed drawing Payment milestone –III
5 & cost estimate within 10 days submission of client’s
observations/view.
Submission of draft bid documentas per NHAI Guidelines for tendering
6 Payment milestone –IV
the long term improvement work within 15 days

Note: The above timelines shall be strictly adhered to by the Road safety auditor / applicant failing which
penalty will be levied by the authority for delay in completion of services (Penalty will be 0.2% of Contract Price
for each day delay Maximum Penalty upto 10 %of Contract Price, however delay due to third party or Clause 1.6
will not attribute any penalty and corresponding days will be extended without any revision in
Payment/Contract Price as no change in scope)

Page 15 of 28
DRAFT FORMAT OF CONTRACT AGREEMENT FOR ROAD SAEFTY AUDIT/ CONSULANT
SERVICES

Name of work:-Appointment of Road Safety Auditors/ Consultant for conducting Road safety audit, detailed survey,
investigation, preparation of DPR, RFP documents for long term measures including submission of short term
measuresat identified Black spots on National Highways under the jurisdiction of Regional Office-Kerala

Agreement No…of 2020-21


This Contract (herein after called the” Contract”‟) is made on the day of……the month of 2020

Between on the one hand, The Regional Officer, Kerala, NHAI, On behalf of National Highways Authority of India,
Called ‘The Client’ and on the other hand M/S……………………….. (here in after called the Road Safety
Auditors/ Consultant which expression shall include their Respective successors and permitted assigns) WHEREAS

(A) The client has requested the Road Safety Auditors/ Consultant to provide certain consulting services as
defined in the General Conditions attached to this Contract (hereinafter call the“Service‟).

(B) The Road Safety Auditors, having represented to the client that they have the required professional skills,
personnel and technical resources and have agreed to provide the Services on the term and conditions
set forth in thisContract.

NOW THEREFORE the parties hereto hereby agree as follow.

1. The following documents attached hereto shall be deemed to form an integral part of theContract.

(a) Term of reference containing the description of services and reporting requirements

2. The mutual rights and obligations of the Client and Road Safety Auditors/ Consultant shall be set forth in the
contract inparticular

(a) The Road Safety Auditors/ Consultant shall carry out the services in accordance with the provisions of the
Contractand

(b) Client shall make payments timely to Road Safety Auditors/ Consultant in accordance with the provision of the
Contract.
A) GENERAL CONDITIONS OF CONTRACT

1. General Provisions 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
India, as they may be issued and in force from time totime.

(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 signedContract;

Page 16 of 28
(c) “Effective Date‟ means the date on which this Contract comes intoforce

(d) GC means these General Conditions ofContract

(e) “Government” means the Government of Client’s Country i.eIndia

(f) Local currency‟ means the IndianRupees;

(g) “Consultant” wherever mentioned in this Contract Agreement means the Road Safety Auditor or “Authority
Engineer (AE)” and includes sub-consultants or Associates engaged by the primary consultant.

(h) 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 theseentities.

(i) “Party‟ means the Client or the Consultants, as the case may be, and Parties means both ofthe

(j) Relation between theParties

Nothing contained herein shall be constructed as establishing a relation or master and servant or of agent and principal
as between the client and consultant (Road Safety Auditors). The Road Safety Auditors/ Consultant subject to this
Contract have complete charge of personnel performing the Services and shall be fully responsible for the services
performed by the, or on their behalf here under

(k) Law Governing theContract

The Contract as meaning and interpretation and the relation between the Parties shall be governed by the Applicable
Law in India.

Language This Contract has been executed in the English language, which shall be binding and controlling language
for all matters relating to the meaning or interpretation
(l) Heading

The Heading shall not limit, after or affect the meaning of the Contract.

(m) Notices

Any Notice, request or consent required or permitted to be given much pursuant to this contract shall be in writing. Any
such notice, request to consent shall be deemed to have been given or made when delivered person to an authorized
representative of the Party to whom the communication is addressed or when sent by registered mail or e-mail
(ElectronicMail)

1. Commencement, Completion, Modification And Termination OfContract

1.1 Effectiveness of Contract

(a) This Contract shall come into force and effect on the date of signing the Agreement by client and the
Consultancy/Road Safety Auditors/Expertto carry out the services may be called effective date hereinafter. The
Commencement date of service will be the date of mobilisation at site by the Consultancy/Road Safety

Page 17 of 28
Auditors/Expert but within three days from issuance of Work order.

1.2 Termination of Contract for Failure to become Effective

1.2.1 If the Contract has not become effective within ten days time period after the date of the Contract signed by the
Parties, either Party may, by not less one (1) than week (1) written notice after expiry of above specified period to the
other Party, declare this Contract to be null and void and in the event of such a declaration by either Party without any
Claim against the other party with respect hereto.

1.3 Commencement of Services

The Road Safety Auditors/ Consultant shall begin carrying out the Services within such time period after
Effective Date. Unless otherwise specified stipulated as para 1.6 below the work shall be completed within stipulated
time period i.e75 daysfrom commencement date.

1.4 Expiration of Contract

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 para 4 in this contract agreement.

1.5 Modification

Modification of the term and conditions of this Contract, including any modification of the scope of the services,
may only be made by written agreement between the Parties, however, each party shall give due consideration to any
proposals to modification made by the other party.
1.6 Force Majeure

For the purpose of this Contract ‟Force Majeure‟ means an event which is beyond the reasonable control of a
Party, and which make a party’s performance of its obligations hereunder impossible or so impractical as reasonably to
be considered such as war notes, civil disorder , earthquake, fire, explosion, storm, flood and other adverse weather
condition strike, lockout other industrial action which are not within the power of the Party invoking Force Majeure to
prevent) confiscation or any action by government agencies.

a. Force Majeure shall not (i) any event which in caused by the negligence or intentional action of a party or such party
sub Road Safety Auditors/ Consultant or agent or employees nor (ii) any event which a diligent Party could reasonable
have been expected to both (A) take into account at the time of the conclusion of the Contract and (B) avoid or
overcome in the carrying out of its obligationhereunder.

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

The failure of a Party to fulfill any of as 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 condition of this Contract.

Page 18 of 28
1.7 Measures to betaken

i. A party affected by an event of Force Majeure shall take all reasonable, measure to remove such Party’s inability to
fulfill its obligations hereunder with a minimum ofdelay.

ii. A party affected by an event Force Majeure shall notify the other party of event as soon as possible and in any event
within than seven (7) days following the occurrence of such event, and shall also give similar notice after restoration of
normal condition as soon as possible within 3days.

iii. The Parties shall take all reasonable measures to minimize the consequence of any event Force Majeure

1.8 Consultation

Not later that fifteen (15) days after the Road Safety Auditors/ Consultants the result of any 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 inCircumstances.

1.9 Extension of Time:


Any period within which a party shall, pursuant to this Contract, complete any action to 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.Any other extension due to the delay attributed to the Consultant will be with Penalty as mentioned in clause
5.2. Any delay accepted for a stage by the authority/NHAI will carry over to the next stages including the completion
date.

1.10 Payments:

During the period of inability to perform the Service as a result of event of Force Majeure, The Consultant/ Road
Safety Auditors/ Consultant shall be entitled to be reimbursed for additional costs reasonably and necessarily incurred
by them during such period for the purpose of the Services and in reactivating the Services after the end of such
periodsubjected to the condition that the consultant has done additional work beyond the scope specified in the
Agreement.

1.11 Termination:

The client/authority may terminate the agreement if the client/authority is not satisfied with the methodology of
working of the consultant in commencement meeting or at any period. However the client shall inform giving the reason
of dissatisfaction in working methodology of the consultant/ road safety auditor within seven (7) days by a letter/notice
to the consultant, the consultant/road safety auditor within seven (7) days after receipt of such letter from the client may
submit their explanation to satisfy the client. The client after being not satisfied by the explanation submitted by
consultant may finally terminate the agreement.

If the consultant is not able to commence the work within 3 days of issue of work order, the client may terminate the
contract upon its discretion.

2. OBLIGATIONS OF THE ROAD SAFETYAUDITORS / Consultants

Page 19 of 28
2.1 Standard of performance

The Road Safety Auditors/ Consultant 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 apply appropriate advanced technology and safe and
effective equipment, machinery, materials and methods. The Road Safety Auditors/ Consultant shall always act, in
respect of any manner relating to this Contract or to the Services as faithful advisors to the Client, and shall at all times
support the client.

2.2 Law Governing Services


The Road Safety Auditors/ Consultant shall perform the Services in accordance with the Applicable Laws in
India and shall take all practicable steps to ensure that any Sub-Road Safety Auditors, as well as the Personnel and
agents of the Road Safety Auditors/ Consultant and any Road Safety Auditors, comply with the Applicable Law. The
Client shall advice the Road Safety Auditors/ Consultant in writing of relevant local customs and the Road Safety
Auditors/ Consultant shall, after such notifications, respect suchcustoms.

2.3 Confidentiality

The Road Safety Auditors, their Sub-Road Safety Auditors/ Consultant and the personnel of either of the shall
not, either during the tenurewithin two (2) years after the expiration of this Contract, disclose any proprietary or
confidential information in relation to the project, the services this Contract, the Client’s business or operations without
the prior written consent of the Client.

2.4 Liability of the Road Safety Auditors

Subject to additional provisions, if any, the Road Safety Auditors/ Consultant liability under this Contract shall
be as provided by the application Laws.

2.5 Accounting, Inspection and Auditing

The Road Safety Auditor (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 the bases of the Road Safety Auditors/
Consultant costs and charges) and (ii) shall permit the Client or its designated representative periodically, and up to
one year from the expiration or termination of this contact , to inspect the same and make copies thereof as well as to
have them audited by auditors appointed by the Client.

2.6 Road Safety Auditors/ Consultant Actions requiring Client’s prior Approval
The Road Safety Auditors/ Consultant 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 inAnnexure-B.

b) entering into subcontract for the performance of any part of the Services, it beingunderstood
(i) that the selection of the Sub-Road Safety Auditor 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

Page 20 of 28
(ii) that the Road Safety Auditors/ Consultant shall remain fully liable for the performance of the Services by the
Sub-Road Safety Auditor and its Personnel pursuant to thisContract.

The Road Safety Auditors/ Consultant shall submit to the Client the reports and documents specified in
Annexure thereto, in the form, in the manner and within the time periods set forth in the said Annexure.

2.7 Documents prepared by the Road Safety Auditors/ Consultant to be the property of the client.
All plans, drawings specification, designs reports and other documents prepared by the Road Safety Auditors/
Consultant in soft and hard copies in performing the services shall become and remain the property of the Client and
the Road Safety Auditors/ Consultant shall not later than upon termination or expiration of this Contract, deliver all such
documents to the client together with a detailed inventory thereof.

2.8 Equipment and Materials furnished by the Client

Equipment and materials made available to the Road Safety Auditors/ Consultant by the Client. Upon termination
or expiration of this Contract, the Road Safety Auditors/ Consultant shall make available to the Client an inventory of
such equipment and materials and shall dispose of such equipment and material in accordance with the
Client’sinstruction.

2.9 Dispute

The parties shall attempt to resolve any dispute arising out of or in connecting with this Agreement by mutual
consultation, failing which such dispute shall be referred to and finally resolved by arbitration in India under the
auspices and governed by the provisions to the Arbitration and Conciliation Act, 1996

3. ROAD SAFETY AUDITORS’PERSONNEL


General

The Road Safety Auditors/ Consultant shall employ and provide such qualified and experienced Personnel as
are required to carry out the Services.

3.1 Description of Personnel

(a) The minimum qualification and estimated periods of engagement in the carrying out of the Services of each of
the Road Safety Auditors/ Consultant Key Professional and/ or Sub Professional Personnel are described
inAnnexure-B.
(b) If additional work is required beyond the scope of the Services specified in Annexure-A, the estimated periods
of engagement of the Key Personnel set forth in Annexure-B may be increased by agreement in writing
between the Client and the Road Safety Auditors/ Consultant provided that any such increase shall not except
as otherwise agreed cause payments under this Contract to exceed the ceilings set forth inContract.
(c) Approval of personnel

The Key Personnel listed by title as well as by name in Annexure-B are hereby approved by the Client. The
Road Safety Auditors/ Consultant shall furnish to the client the biographical data of sub- professionals proposed to
be used in carrying out the services, if the Client does not object in writing (stating the reasons for the objection)

Page 21 of 28
within fifteen (15) calendar days from the date of receipt of such biographical data, such sub-professional shall be
deemed to have been approved by TheClient.

3.2 Removal and/or replacement of Personnel.

3.2.1. During an assignment, if substitution is unavoidable, the Road Safety Auditors/ Consultant shall forthwith
provide as the replacement. Person of equivalent or better qualification and experience which would be
judged on the basis of evaluation criteria specified in the data sheet of letter of invitation.
3.2.2. If the employer (i) finds that any of the personnel has committed serious misconduct or has been charged
with having committed a criminal action or (ii) has responsible ground to be dissatisfied with the
performance of any of the Personnel, then the road safety auditor shall, at the employers written request
specifying the ground thereof, forthwith provide the replacement of qualifications and experience
acceptable to him.
4. Payment To The Road SafetyAuditors

4.1 Currency of payment

a) The payment shall be made in Indian Rupees

4.2 Mode of Billing and Payment


4.2.1. The consultant shall furnish a bank guarantee of 10 % of the contract amount as performance
security which shall be released after 60 days of completion of consultancy services.
4.2.2. Performance Security:

The consultant will furnish within 7 days of issue of LOA, an unconditional Bank Guarantee from the
Bank, for an amount equivalent to 10% of the total contract value towards Performance Security valid for a
period of 60 days beyond the date of Completion of service. The Bank Guarantee will be released by NHAI
(RO-Kerala) up on expiry of 60 days beyond the date of completion of service provided rectification of
errors, if any, found and satisfactory report by NHAI (RO-Kerala) in this regard is issued.
4.2.3. Additional performance security:

Further, in cases where the bid of the successful consulting firm is less than 85% of the average of
all bids received, the successful consultant firm shall have to submit an Additional Performance Security
(APS) in the form of a Bank Guarantee for 30% of the differential value between the successful bid and
average of all bids received. The BG shall be valid for a period of 4 months i.e., upto1 months beyond the
expiry of the contract of 3 months. The other requirements of APS are same as those Performance
securities.

4.3 Payment Schedule

a) The Road Safety Auditor will be paid by the client stage-wise as a percentage of the contract value as per the
schedule given below:

S. No Description Running Payment (%)


Submission of Preliminary Report with detailed short-
1 30%
term improvement options along with the detailed

Page 22 of 28
drawing & cost estimates within 20 days from the day
of commencement of services
Submission of Audit Report with long-term measures
consisting of schematic improvement options with
2 25%
broad costing &detailed drawing within 40 days from
the day of commencement of services.
Submission of supplementary Audit Report along with
3 detailed drawing & cost estimate within 10 days 10%
submission of client’s observations/view.
Submission of draft bid document as per NHAI
4 Guidelines for tendering the long term improvement 35%
work within 15 days
Total 100%
4.4. Retention Money: - An amount equal to 5% bill amount shall be deducted as retention money from each bill and
the same shall be refundable after of final bill.
Note:
(a) Taxes shall be deducted as per applicable law
(b) No payment shall become eligible for the next stage till the road safety auditor completes to the satisfaction
of the client the work pertaining to the preceding stage.
(c) The final payment under this clause shall made only after the final report has been submitted by the Road
Safety Auditors/ Consultant and approved as satisfactory by the client.

4.5. The Release of payment

(a) No payment shall become eligible for the next stage till the road safety auditor completes to the satisfaction of the
client the work pertaining to the precedingstage

(b) The client shall cause the payment to the Road Safety Auditors/ Consultantas given in schedule of payment within
Seven (7) days after the receipt by the client of billssubject to no observation from the Client within the said period, an
interest at Bank rate + 2% rate shall become payable as from the above due date on an amount of thebill.

(c) The final payment under this clause shall be made only after the final report has been submitted by the Road
Safety Auditors/ Consultantand approved as satisfactory by the client.

(d) In case, if the outcome of the Road safety audit report identifies only short term to be carry out in respect of the
concerned black spot location, then the deliverable of road safety auditor shall be restricted to only milestone–II as
mentioned in the payment schedule and accordingly proportionate payment only shall be made towards the said
black spots location.

(e) In case of any issues not attributable to the Consultant in finalising the project deliverables for a set of Blackspot,
pro rata payment can be released against the work done subject to the condition that the pending deliverables are
limited to 15% of total blackspots.

(f) At least 25% of attendance should be at site for the Key Personnel on completion of each stage and the same shall
be intimated to the concerned Project director of the Client. The confirmation from Project Director shall be a
prerequisite for release of payment in each stage.

(g) Offer validity/bid validity is for 60 days from the date of last date of submission

Page 23 of 28
5. Responsibility for accuracy of ProjectDocuments

5.1 General

The road safety auditor shall be responsible for accuracy of the data collected, by him or the design drawing,
estimates and all other details prepared by him as part of these services.The road safety auditor shall indemnify the
client against any inaccuracy / deficiency in the design documents and drawings by notice and the client shall bear no
responsibility for accuracy of design/documents and drawings submitted by the road safety auditors.The survey control
points established by the Road Safety Auditors/ Consultant shall be protected by the Road Safety Auditors/ Consultant
till the completion of road safety services.

5.2 Penalty

Penalty for delay in case of delay of completion of services, a penalty equal to 0.2% of the contract price per day
subject to maximum of 10% of the contract value shall be imposed and shall be recovered from the payments due /
security deposit, however in case of delay due to reason beyond control of the road safety auditor suitable extension of
time will be granted and no penalty shall be imposed for such delay inservices.

6. Insurance

The firm will be responsible for appropriate insurance coverage. In this regard, the firm shall maintain workers
compensation, employment liability insurance for their staff on the assignment etc as per industry practices. The firm shall
also maintain comprehensive general liability insurance including contractual liability coverage adequate to cover the
indemnity of obligation against all damages, costs, and charges and expenses for injury to any person or damage to any
property arising out of or in connection with, the services which result from the fault of the firm or its staff. The firm shall
provide the NHAI with certification thereof upon request.

7. Variation

There shall be no variation in contract price for variation upto(+/-) 10% of no of blackspots per package. However for
variation beyond 10% of no of blackspots per package, the rate per blackspot shall be taken as the average of quoted rate
of blackspots for the package.
Signature ofClient Signature ofConsultant

Witness Witness

1. 1.

2. 2.

Page 24 of 28
Annexure – B
Composition of Team

S.No Team Members


A. Key Personnel
1 Road safety Expert cum Team Leader (1 No)
2 Traffic & Transportation Expert (1 No)
3 Quantity Surveyor (1 No)
B. Sub Professional Staff
1 AutoCAD Specialist(1 No)

Note: In addition to above, any additional Key personnels /sub-professional staffs required (if any)by the
Consultant to complete the Scope of Work as per TOR shall not be eligible for any additional payment..

Qualification

I. Road Safety Expert cum Team Leader:

a) Graduate in civil engineer with more than seven years of experience in design construction and
maintenance ofroad. And should have completed an approved road safety audit/ engineering
training program of at leasttwo(2) Weeks duration from CRRI/IIT/IAHE
(OR)
Post graduate in Traffic &Transportation Engineering and has completed training program of at least two (2)
week from CRRI/IIT/IAHE including Road SafetyEngineering/Audit. And should have a minimum of two
years practical experience in road safety.

b) Should have completed at least three road safety audits/engineering.

II. Traffic & Transportation Expert


Graduate in Civil Engineering having Min.7 years of professional experience as Traffic & Transportation
Expert in highways projects.

III. Quantity Surveyor


He should be graduate in Civil Engineering having Min.5 years of professional experience in preparation of
highway project estimates.

Qualification of Sub Professional:-

1. The Sub professional should have minimum 3 year experience in their relevant field

Note:
1. In addition to above mandatory Team members; other relevant Key personnel/sub-professionals shall be
deployed by the Consultant required to complete the Scope of Work as per TOR.
2. All required key personnel should be available from beginning of the project till completion (At least 25% of
attendance should be at site and the same shall be intimated to the Project director)and should be in
soundhealth.

Page 25 of 28
3. Upper age limit for key personnel is 65 years as on due date of bid submission. The proof of age and
qualification of the key personnel must be furnished in the technicalproposal.
4. A good working language in English is essential for all key personnel staff on thisassignment.

Page 26 of 28
Annexure – C

FORM OF BANK GUARANTEE FOR BID SECURITY

To,
National Highways Authority of India
Regional Office-Kerala

Whereas_______________ (Name of Tenderer) (hereinafter called the Tenderer) wishes to submit


his tender for _____ (to mention name of work &Pkg No.) in the state of Keralaherein after called
“the Tender” KNOW ALL MEN by these present that we _______________________ (Name of
Bank) of ______________________ (Name of country) having our registered office at (
___________________________ ) (hereinafter called the ‘Bank’) are bound unto the National
Highways Authority of India (hereinafter called “the Employer”) in the sum of the Rs.
__________________ (Rupees _________________________________) *for which payment can
truly be made to the said Employer. The Bank bind themselves, their successors and assigns by
these present with the common seal of the Bank this day __________ of ________ and undertake to
pay the amount of ______________ Rs. ____________ to the employer upon receipt of his first
written demand without the employer having to substantiate his demand.
The conditions of this obligation are:
(i) If the tenderer withdraws his tender during the period of Tender validity specified in the Form of
Tender.
Or
(ii) If the Tenderer having been notified of the acceptance of his Tender by the Employer during the
period of tender validity.
(a) fails or refuses to execute the Form of Agreement in accordance with the instructions to bidders,
if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with the Instruction to
Bidders.
We undertake to pay to the Employer upto the above amount upon receipt of his first written
demand, without the employer having to substantiate his demand, provided that in his demand the
Employer will note that the amount claimed by him is due to him owing to the occurrence of any
one of the above conditions, specifying the occurred condition or conditions.
This guarantee will remain in force upto and including the date 45 days beyond the validity of the
bid as stated in the Instructions to Bidders or as it may be extended by the Employer, at any time
prior to the closing date for submission of the Tenders Notice of which extension to the Bank is
hereby waived. Any demand in respect of this guarantee should be made on the Bank on or before
the date of expiry of this guarantee.
This guarantee shall also be operatable at our …………..….. branch at Thiruvananthapuram, 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
Page 27 of 28
thereunder claimed, the said branch shall accept such invocation letter and make payment of
amounts so demanded under the said invocation
The Guarantee/bank hereby confirms that it is on the SFMS (Structural Finance Messaging
Systems) platform & shall invariably send an advice of this bank guarantee to the designated bank
of NHAI after obtaining details thereof from NHAI.

Sl.No. Particulars Details

1 Name of Beneficiary National Highways Authority of India, Regional


Office, Kerala

2 Beneficiary Bank Account No. 40171010000942

3 Beneficiary Bank Syndicate Bank , Killipalam Branch,


Thiruvananthapuram

4 IFSC Code SYNB0004017

Notwithstanding anything contained herein before, our liability under this guarantee is restricted to
Rs. ________________ (Rs._________in words) and the guarantee shall remain valid till
___________________. Unless a claim or a demand in writing is served upon us on or before
____________ all our liability under this guarantee shall cease.

SIGNATURE OF AUTHORISED REPRESENTATIVE OF THE BANK _________


NAME AND DESIGNATION ______________________ EMPLOYEE CODE NUMBER
SEAL OF THE BANK _____________________________________________
SIGNATURE OF THE WITNESS (IF THIS IS TO BE WITNESSED AS PER BANK’S POLICY)
___________________________________
NAME OF THE WITNESS ______________________________________
ADDRESS OF THE WITNESS ____________________________________

Page 28 of 28

You might also like