BIDDING DOCUMENTS. for. Procurement of. Eastern Peripheral Expressway ITS Installation Project. Invitation for Bids PART 1 - Bidding Procedures

Similar documents
C E Y L O N E L E C T R I C I T Y B O A R D

Section III Evaluation and Qualification Criteria (Revision 1)

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

(e-procurement System)

MUMBAI METRO RAIL CORPORATION LIMITED (MMRC)

Date: 5 th November Loan Agreement Number: [ID-P 268] IFB Number: [MM3-CBS-TVE (P2L1)

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

Section 4 - Bidding Forms

(International Competitive Bidding)

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

Procurement of Works & User s Guide

QUERIES & RESPONSES DATE

Section III - Evaluation and Qualification Criteria (Without Prequalification)

Procurement of Small Works

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT PACKAGE MM3-CBS-RS Addendum No:-16

5.Section 5 - Specimen Forms

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

Construction of MLD Water Treatment Plant at Taba LAP

Procurement of Works & User s Guide

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

INSTRUCTIONS TO BIDDERS EVALUATION AND QUALIFICATION CRITERIA SECTION IV GENERAL CONDITIONS PARTICULAR CONDITIONS

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

4. A bid Security of US $1, must be submitted along with the bid.

ASSAM ELECTRICITY GRID CORPORATION LIMITED

Provision of Janitorial & Related Services

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

Envelop Year Employer Description of Works Amount Contractor s Responsibility (%) Total

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

BIDDING DOCUMENT. For

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENT NATIONAL COMPETITIVE BIDDING (NCB) FOR

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East)

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.

BHUTAN TELECOM LTD. REGISTERED OFFICE IN THIMPHU. Construction of Retaining Wall at RBA, Phuentsholing

Issued on: 28 th November 2017 Tender Closing date: 9 th January 2018 Time: a.m. Local time

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

GOVERNMENT OF NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) TIME AND DATE OF : DATE TIME HOURS PRE-BID CONFERENCE

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Procurement of Goods

Information and Communication Technology Agency of Sri Lanka

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

RFB NO.: KE-DASAR GO-RFQ

MASTER PROCUREMENT DOCUMENTS

Section 4. Bidding Forms

ELECTRICITY ACCESS ROLLOUT PROGRAM (EARP) BE3-EARP Project

Issued in 28 th March, 2018

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

MILLENNIUM CHALLENGE GEORGIA FUND

Master Bidding Documents Procurement of Goods and User s Guide

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

Procurement Approval Form (Refer to OpsPedia for forms appropriate to requested action)

SECTION 4 CONTRACT DATA

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ-02/ For Supply and Delivery Of Optical MODEM November, 2015

Nepal Telecom. (Nepal Doorsanchar Company Limited) Tender No. NDCL/KRD/ST-03/070/71 For Supply and Delivery Of. Cable Network Tools and Accessories

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal)

Request for Quotation (RFQ) for Services Transportation Service in Colombia

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE


documents and evaluation of bids), monitoring of implementation, evaluation of operations and maintenance, and post-commissioning stages of a project.

CHENNAI METRO RAIL LIMITED

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

NEPAL DOORSANCHAR COMPANY LIMITED Wireline and Customer Service Directorate Chhauni, Kathmandu

INTERNATIONAL COMPETITIVE BIDDING INVITATION TO BID

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

DRILLING & DISTRIBUTION OF KISIMUNI, KWA KASILIA, MWANYANI & KITONGUNI BOREHOLES. TENDER No. GMC/W/T/37/2017/2018 FINAL BID DOCUMENT

United Nations Development Programme

W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES

REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS.

KENYA: TRANSPORT SECTOR SUPPORT PROJECT PROJECT ID: CR.4926 KE/CR KE

GOVERNMENT OF ODISHA

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

Nepal Telecom. Nepal Doorsanchar Company Limited Sealed Quotation No. NDCL/DWT-SQ 02/ For Supply and Delivery of Optical MODEM.

Section 2 - Bid Data Sheet

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

RESPONSE TO QUERIES (To Form Part of the Bid Document)

COUNTY GOVERNMENT OF KAJIADO

Employer: Nepal Electricity Authority

BIDDING DOCUMENTS Issued on: 25 th January, 2010

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

S T A N D A R D B I D D I N G D O C U M E N T S. Procurement of Goods. The Inter-American Development Bank

STANDARD BIDDING DOCUMENT (SBD)

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

برنامج األمم المتحدة اإلنمائي/ برنامج مساعدة الشعب الفلسطيني

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

Transcription:

BIDDING DOCUMENTS for Procurement of Eastern Peripheral Expressway ITS Installation Project Invitation for Bids PART 1 - Bidding Procedures June 2017 Employer : National Highways Authority of India Country : India Project : Eastern Peripheral Expressway ITS Installation Project Loan No. : ID-P254

Eastern Peripheral Expressway ITS Installation Project Contents of Bidding Documents Invitation for Bids PART 1 - Bidding Procedures Section I. Instructions to Bidders ITB Section II. Bid Data Sheet BDS Section III. Evaluation and Qualification Criteria EQC Section IV. BF Section V. Eligible Source Countries of Japanese ODA Loans ESC PART 2 - Employer s Requirements Section VI. Employer s Requirements ER Drawings for Reference only separated Volume PART 3 - Conditions of Contract and Contract Forms Section VII. General Conditions (GC) GC Section VIII. Particular Conditions PC Section IX. Contract Forms CF i

IFB-1 Invitation for Bids Date: June 2017 Loan Agreement No: ID-P254 IFB No: Reference Identification No: 1. The President of India has received a loan from Japan International Cooperation Agency (JICA) towards the cost of Eastern Peripheral Expressway ITS Installation Project. It is intended that part of the proceeds of this loan will be applied to eligible payments under the Contract for the Project. 2. Bidding will be conducted through procedures in accordance with the applicable Guidelines for Procurement under Japanese ODA Loans, and is open to all Bidders from eligible source countries, as defined in the Loan Agreement. 3. Eastern Peripheral Expressway is a toll road of dual 3-lane in standard sections with total length of around 136 km. To attain the efficient operation & maintenance of the expressway and to secure the traffic safety, the introduction of Advanced Traffic Management System (ATMS) and Toll Management System (TMS) is crucial. The construction of Eastern Peripheral Expressway has already commenced. The executing agency is the National Highways Authority of India. 4. The National Highways Authority of India now invites sealed Bids from eligible Bidders for the Design, Supply, Installation, Testing, Commissioning of ATMS and TMS of the Eastern Peripheral Expressway ( the Works ). 5. The Works include the Operation & Maintenance of ATMS for a period of Four (4) years from the date of a Taking-Over Certificate of ATMS. ATMS and TMS as described in the Employer s Requirements of the Bid Document consist of, but not limited to, the following: ATMS - Central Processing System - Traffic Monitor Camera System XX sets - Video Incident Detection System XX sets - Automatic Traffic Counter cum Classifier XX sets - Meteorological Observation System XX sets - Environmental Observation System XX sets - Travel Time Measurement System XX sets - Speed Detection System XX sets - Weigh Monitoring System XX sets - Probe Data System - Wireless Communication System - Highway Radio System Invitation for Bids

IFB-2 - Digital Communication System and Fibre Optic Cable - Traffic Management Centre and Sub Centre TMS - ETC Toll Collection System XX sets - Manual Toll Collection System XX sets - Toll Management Centre and Toll Plaza - The Works also include the supply, laying, installation and testing of Fibre Optic Cable along the Eastern Peripheral Expressway on both sides. The Works also include training of NHAI s staff. 6. The Works do not include the construction of traffic control centre buildings, toll plaza/gate office buildings, maintenance of office buildings, supply and installation of air conditioning system, power receiving facility and generator for the building, conduits for Optical Fibre Cable. 7. International Competitive Bidding will be conducted in accordance with JICA's Single- Stage Bidding Procedure. 8. Interested eligible Bidders may obtain further information from and inspect the Bidding Documents at the office of Rajeev Yadav General Manager (Expressways) National Highways Authority of India G-5 & G-6, Sector 10, Dwarka New Delhi 110 075. (Tel:- 011-25074100/4200 Extn. 1407 ) (E-mail: rajeevyadav@nhai.org ) 9. Bids must be delivered to the above address and must be accompanied by a Bid Security of Rs. 4.52 Cr. 10. Bids will be opened in the presence of Bidders representatives who choose to attend at 1100 hours on 23.08.2017 at the office of Rajeev Yadav General Manager (Expressways) National Highways Authority of India G-5 & G-6, Sector 10, Dwarka New Delhi 110 075. (Tel:- 011-25074100/4200 Extn. 1407 ) Invitation for Bids

PART 1 Bidding Procedures

Instructions to Bidders Section I. Instructions to Bidders The Instructions to Bidders governing this bidding process are the Instructions to Bidders included in Option A, Single-Stage Two-Envelope Bidding, Section I, of the Standard Bidding Documents for Procurement of Procurement of Electrical and Mechanical Plant, and for Building and Engineering Works, Designed by the Contractor (Trail Version) published by JICA in July 2015. Those Instructions to Bidders are available on the JICA s web site shown below: http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide /tender/index.html A copy of the Instructions to Bidders is not attached to these Bidding Documents. ITB-1

Bid Data Sheet Section II. Bid Data Sheet A. General ITB 1.1 The number of the Invitation for Bids is : One (1). ITB 1.1 ITB 1.1 ITB 2.1 ITB 2.1 ITB 2.1 ITB 2.2 ITB 3.1(c) ITB 4.5 ITB 7.1 The Employer is: The National Highways Authority of India The name, identification and number of the lot(s) (contract(s)) comprising this ICB is: A Contract for Eastern Peripheral Expressway ITS Installation Project The Borrower is: The President of India The number of the Loan Agreement is: ID-P254 The amount of a Japanese ODA Loan is: 6870 JPY The signed date of the Loan Agreement is: 30.03.2017 The name of the Project is: Eastern Peripheral Expressway ITS Installation Project The applicable Guidelines for Procurement under Japanese ODA Loans are those published in: April 2012 A list of debarred firms and individuals is available at the World Bank s website: www.worldbank.org/debarr This bidding is not subject to prequalification. B. Bidding Documents For clarification purposes only, the Employer s address is: Mr. Rajeev Yadav General Manager (Technical) National Highways Authority of India, G-5 & G-6, Sector-10, Dwarka, New Delhi 110 075 ITB 7.1 Responses to any request for clarification, if any, will be published on the Employer s web page indicated below: https://etenders.gov.in and www. nhai.prg ITB 7.4 A pre-bid meeting will take place at the following date, time and place: Date: 05.07.2017 Time: 1100 hours Mr. Rajeev Yadav General Manager (Technical) National Highways Authority of India, G-5 & G-6, Sector-10, Dwarka, New Delhi 110 075 ITB 8.2 Addenda, if any, be published on the Employer s web page. BDS-1

Bid Data Sheet ITB 10.1 ITB 11.2 (l) ITB 11.3 (d) ITB 13.1 ITB 16.1 (b) ITB 18.1 ITB 18.7 ITB 19.1 ITB 20.1 ITB 20.3 (a) ITB 20.3 (b) ITB 21.1 ITB 21.2 (d) C. Preparation of Bids The language of the Bid is: English The Bidder shall submit with its Technical Bid the following additional documents: None. The Bidder shall submit with its Price Bid the following additional documents: None. Alternative Bids are not permitted. The period following completion of the Works during which spare parts, special tools etc. shall be available, is 2 years. Bidders shall quote for the entire Works on a single responsibility basis. The taxes and other levies shall be reimbursed. Custom Duty Exemption is applicable for Toll Collection & Traffic Control Equipment imported for project of National Highways Authority of India (Ministry of Road, Transport & Highways) under NHDP program as per Government of India Ministry of Finance (Department of Revenue) Notification No. 12/2012 dated 17th March, 2012 and other relevant notifications. Relevant Custom Duty Exemption Certificate required to be submitted to the Customs Department shall be issued by the NHAI, however the undertaking required as per the Customs Department policy shall be submitted by the contractor. The currency(ies) of the Bid shall be as described below: The unit rates and prices shall be quoted by the Bidder in the Price Schedule separately in the following currencies: (i) for those inputs to the Works that the Bidder expects to supply from within the Employer s country, in Indian Rupee, and further referred to as the local currency ; and (ii) for those inputs to the Works that the Bidder expects to supply from outside the Employer s country (referred to as the foreign currency requirements ), in Japanese Yen and/or United State Dollar (USD). The Bid validity period shall be 120 days. The Bid Price shall be adjusted by the following factor: Not Applicable. The fixed portion of the Bid Price shall be adjusted by the following factor: - Labour cost - Material cost - Exchange rate of fluctuations - Equipment Cost - Consumer Price Index The amount and currency of the Bid Security Rs. 4.52 Cr. Other types of acceptable securities: None. BDS-2

Bid Data Sheet ITB 22.1 In addition to the original of the Bid, the number of copies is: 2 ITB 22.2 ITB 24.1 The written confirmation of authorization to sign on behalf of the Bidder shall consist of: Power of Attorney with appropriate notarization D. Submission and Opening of Bids For Bid submission purposes only, the Employer s address is: Mr. Rajeev Yadav General Manager (Technical) National Highways Authority of India, G-5 & G-6, Sector-10, Dwarka, New Delhi 110 075 ITB 27.1 ITB 37.1 The Technical Bid opening shall take place at: Date: 23.08.2017 Time: 1130 hours E. Evaluation, and Comparison of Bids The currency that shall be used for Bid evaluation and comparison purposes to convert all Bid Prices expressed in various currencies into a single currency is: United States Dollar (USD) The source of exchange rate shall be: The Reserve Bank of India The date for the exchange rate shall be: Twenty eight (28) days before the date for Technical Bid opening, specified in ITB 27.1. BDS-3

Evaluation and Qualification Criteria Section III. Evaluation and Qualification Criteria 1. Evaluation 1.1 Technical Evaluation In addition to the criteria listed in ITB 35.1 (a) (b) the following factors shall apply: 1.1.1 Personnel The Bidder must demonstrate that it has the personnel for the key positions that meet the following requirements: No. Position Total Work Experience (years) Experience in Similar Works (years) As Manager of Similar Works (Years) 1 Project Manager (to be Contractor s Representative under GC 4.3) 15 10 5 2 Chief ATMS Engineer 15 7 2 3 Chief TMS Engineer 15 7 2 4 Chief Manager for Operation and Maintenance 5 Chief Manager for Installation Engineering 6 Team Leader for construction drawings 15 7 2 10 5 2 10 5 2 7 Quality Control Manager 10 7-8 Quantity Control Manager* 10 5-9 Electrical Work Engineer* 10 5-10 Structural/Civil work Engineer* 10 5-11 Accident Prevention Officer 10 5 - Note: All positions shall be the international staff, except the positions with asterisk (*) which shall be the international staff or local staff. The Bidder shall provide details of the proposed personnel and their experience records in Forms PER-1 and PER-2 in Section IV,. 1.1.2 Equipment The Bidder must demonstrate that it has the key construction equipment and facilities listed hereafter: No. Equipment Type and Characteristics Minimum Number required 1 Track 1 EQC-1

Evaluation and Qualification Criteria 2 Crane 1 3 Excavator 1 4 Power Generator 1 5 Mobile Elevating Work Platform 1 The Bidder shall provide further details of proposed items of equipment using Form EQU in Section IV,. 1.1.3 Technical Documents to be submitted with Bid (a) (b) Each item of the technical documents with Bid in Form TCD will be checked and reviewed for compatibility with Employer s Requirement (Section VI). The maximum point for each item for the technical documents is shown in the following table; Summary of Evaluation Items and Points for Technical Documents No. Technical Documents Maximum Points 1. Design Concept of Central Processing System 3 2. Event Generation Method and Event List 3 3 Event Management Method 7 4. Exchange Information Method with linked Different Highway Operator 5. Layout of Operation Room in Traffic Management Centre 3 6. Contents Image of Large Display 3 7. Process of Distance based RFID ETC & HHT System for TTO 3 8. Operation and Maintenance Service Plan for ATMS 6 Total 31 3 Bidders must achieve a minimum 80% points. The bidder who does not achieve such minimum total points will be rejected. (c) Each item of the technical documents will be checked and reviewed from following point of view. No.1 Design Concept of Central Processing System Evaluation Item Point Yes No 1.1 Is the document clearly understandable? 1.0 0.0 1.2 Is the approach of concept understandable and suitable? 1.0 0.0 1.3 Is the methodology covering almost all functions? 1.0 0.0 Maximum Point 3.0 EQC-2

Evaluation and Qualification Criteria No.2 Event Generation Method and Event List Evaluation Item Point Yes No 2.1 Is the document clearly understandable? 1.0 0.0 2.2 Is the method event generation is suitable? 1.0 0.0 2.3 Is the event list covering almost all events? 1.0 0.0 Maximum Point 3.0 No.3 Event Management Method Evaluation Item Point Yes No 3.1 Is the document clearly understandable? 1.0 0.0 3.2 Is the event flow suitable? 1.0 0.0 3.3 Is the event priority management method suitable? 1.0 0.0 3.4 Is the event associate method suitable? 1.0 0.0 3.5 Is the completion of missing data method suitable? 1.0 0.0 3.6 Is the tuning of setting covering all items? 1.0 0.0 3.7 Is the supporting function suitable? 1.0 0.0 Maximum Point 7.0 No.4 Exchange Information Method with linked Different Highway Operator Evaluation Item Yes Point 4.1 Is the document clearly understandable? 1.0 0.0 4.2 Is the method and technology for exchange information suitable? 4.3 Is the expandable method for exchange information with linking different operator suitable? Maximum Point 3.0 No 1.0 0.0 1.0 0.0 No.5 Layout of Operation Room in Traffic Management Centre Evaluation Item Point Yes No 5.1 Is All important Equipment descried in the Layout? 1.0 0.0 5.2 Is the layout technically suitable? 1.0 0.0 5.3 Is the layout suitable for operating work? 1.0 0.0 Maximum Point 3.0 EQC-3

Evaluation and Qualification Criteria No. 6 Contents Image of Large Display Evaluation Item Point Yes No 6.1 Is all the important item descried in the contents? 1.0 0.0 6.2 Is the contents provision technically feasible? 1.0 0.0 6.3 Is the contents layout effective for operation? 1.0 0.0 Maximum Point 3.0 No.7 Process of Distance based RFID ETC & HHT System for TTO Evaluation Item Point Yes No 7.1 Is the method of normal process suitable? 1.0 0.0 7.2 Is the method of abnormal process at low balance suitable? 1.0 0.0 7.3 Is the method of abnormal process at black listed suitable? 1.0 0.0 Maximum Point 3.0 No.8 Operation and Maintenance Service Plan for ATMS Evaluation Item Point Yes No 8.1 Is the organization of operation team suitable? 1.0 0.0 8.2 Is the operation procedure suitable? 1.0 0.0 8.3 Is the operation manual suitable? 1.0 0.0 8.4 Is the organization of maintenance team suitable? 1.0 0.0 8.5 Is the checking list for preventive maintenance tasks suitable? 1.0 0.0 8.6 Is the maintenance manual suitable? 1.0 0.0 Maximum Point 6.0 1.2 Economic Evaluation In addition to the criteria listed in ITB 38.2 (a) (c) the following criteria shall apply. 1.2.1 Quantifiable nonmaterial nonconformities Pursuant to ITB 34.3 and ITB 38.2 (d), the cost of all quantifiable nonmaterial nonconformities or omissions (minor omissions or missing items) shall be evaluated. The Employer may make its own assessment of the cost of any nonmaterial nonconformities and omissions for the purpose of ensuring fair comparison of Bids. 1.2.2 Other Factors The following factors and methods will apply under ITB 38.2 (f): EQC-4

Evaluation and Qualification Criteria (a) Operating and Maintenance Costs Since the operating and maintenance costs of the facilities being procured form a major part of the life cycle cost of the facilities, these costs will be evaluated according to the principles given hereafter, including the cost of spare parts for the initial period of operation stated below and based on prices furnished by each Bidder in Price Schedule Nos. 1 and 2, as well as on past experience of the Employer or other employers similarly placed. Such costs shall be added to the Bid Price for evaluation. The operating and maintenance costs factors for calculation of the life cycle cost are: (i) number of years for life cycle: 10 years (ii) annual operating costs, including the cost of fuel, electric, telecommunication and staffing. (iii) annual maintenance costs, including the cost of spare parts, consumable material, and maintenance check for the initial period of operation, and (iv) a rate of twelve (12) percent, to be used to discount to present value all annual future costs calculated under (ii) and (iii) above for the period specified in (i). 2. Qualification (i) Exchange Rate for Qualification Criteria Wherever a Form in Section IV,, requires a Bidder to state a monetary amount, Bidders should indicate the USD equivalent using the rate of exchange determined as follows: (a) For turnover or financial data required for each year - Exchange rate prevailing on the last day of the respective calendar year. (b) Value of single Contract - Exchange rate prevailing on the date of the Contract. Exchange rates shall be taken from the publicly available source identified in BDS 37.1 or, in case such rates are not available in the source identified above, any other publicly available source acceptable to the Employer. Any error in determining the exchange rates may be corrected by the Employer. EQC-5

EQC-6 Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub-Factor Requirement Single Entity 2.1 Eligibility 2.1.1 Nationality 2.1.2 Conflict of Interest 2.1.3 JICA Ineligibility Nationality in accordance with ITB 4.3. No conflicts of interests as described in ITB 4.2. Not having been declared ineligible by JICA as described in ITB 4.4. Must meet requirement Must meet requirement Must meet requirement Joint Venture (existing or intended) All Parties Combined N/A N/A N/A Each Member Must meet requirement Must meet requirement Must meet requirement One Member N/A N/A N/A Submission Requirements Form ELI 1.1 and 1.2, with attachments Letter of Bid Letter of Bid Form ACK

Evaluation and Qualification Criteria EQC-7 Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub-Factor Requirement Single Entity 2.2 Historical Contract Non-Performance 2.2.1 History of nonperforming Contracts 2.2.2 Pending Litigation 2.2.3 Litigation History Notes for the Bidder (i) Non-performance of a Contract (i) did not occur as a result of Contractor s default since last 3 years. All pending litigation shall in total not represent more than fifty percent (50%) of the Bidder s net worth and shall be treated as resolved against the Bidder. No consistent history of court/ arbitral award decisions against the Bidder (iii) since lat 3 years. Must meet requirement (ii) Must meet requirement (ii) Must meet requirement (ii) Non-performance, as decided by the Employer, shall include all Contracts: Joint Venture (existing or intended) All Parties Combined N/A N/A N/A Each Member One Member Must meet requirement (ii) Must meet requirement (ii) Must meet requirement (ii) N/A N/A N/A Submission Requirements Form CON Form CON Form CON (a) where non performance was not challenged by the Contractor, including through referral to the dispute resolution mechanism under the respective Contract, and (b) that were so challenged but fully settled against the Contractor. Non-performance shall not include Contracts where Employers decision was overruled by the dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective Contract and where all appeal instances available to the Applicant have been exhausted. (ii) This requirement also applies to Contracts executed by the Bidder as a JV member.

EQC-8 Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub-Factor Requirement Single Entity 2.2 Historical Contract Non-Performance Joint Venture (existing or intended) All Parties Combined Each Member One Member Submission Requirements (iii) The Bidder shall provide accurate information on the related Bidding Form about any litigation or arbitration resulting from Contracts completed or ongoing under its execution over the last three (3) years. A consistent history of awards against the Bidder or any member of a joint venture may result in rejection of the Bid.

Evaluation and Qualification Criteria EQC-9 Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub-Factor Requirement Single Entity Joint Venture (existing or intended) All Parties Combined Each Member One Member Submission Requirements 2.3 Financial Situation 2.3.1 Financial Performance The audited balance sheets or, if not required by the law of the Bidder s country, other financial statements acceptable to the Employer, for the last 3 years shall be submitted and must demonstrate the current soundness of the Bidder s financial position and its prospective long term profitability. Must meet requirement N/A Must meet requirement N/A Form FIN 1 with attachments As the minimum requirement, a Bidder s net worth calculated as the difference between total assets and total liabilities should be positive. 2.3.2 Average Annual Turnover Minimum average annual turnover of USD 15 million equivalent, calculated as total certified payments received for Contracts in progress and/or completed, within the last 3 years divided by 3 years. Must meet requirement Must meet requirement Must meet twenty five percent (25%) of the requirement Must meet forty percent (40%) of the requirement Form FIN 2

EQC-10 Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub-Factor Requirement Single Entity Joint Venture (existing or intended) All Parties Combined Each Member One Member Submission Requirements 2.3 Financial Situation 2.3.3 Financial Resources (i) The Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the cash flow requirements estimated as USD 8 million for the subject Contract(s) net of the Bidder s other commitments. Must meet requirement Must meet requirement Form FIR - 1 (ii) The Bidder shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in progress and for future contract commitments. Must meet requirement Must meet requirement N/A N/A Form FIR 1 and Form FIR - 2

Evaluation and Qualification Criteria EQC-11 Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub-Factor Requirement Single Entity Joint Venture (existing or intended) All Parties Combined Each Member One Member Submission Requirements 2.4 Experience 2.4.1 General Experience 2.4.2 (a1) 2.4.2 (a2) Specific Experience in TMS Specific Experience in ATMS Experience under contracts in the role of prime contractor (single entity or JV member), Subcontractor, management company (v) or management contractor (i) for at least the last 5 years. - Minimum Experience (iv) of Distance Based Toll Management System with more than five (5) toll plazas, forty (40) lanes and ten (10) ETC lanes on one (1) stretch that have been satisfactorily and substantially (ii) completed as a prime contractor (single entity or JV member) (iii), management company (v) or management contractor (i) in last 5 years. - Minimum Experience (iv) of Advanced Traffic Management System with at least one (1) Management Centre for the highway of more than one Must meet requirement Must meet requirement Must meet requirement N/A NA Must meet requirement Form EXP - 1 Must meet requirements N/A N/A Form EXP - 2(a1) Must meet requirements N/A N/A Form EXP - 2(a2)

EQC-12 Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub-Factor Requirement Single Entity Joint Venture (existing or intended) All Parties Combined Each Member One Member Submission Requirements 2.4 Experience hundred (100) km length that have been satisfactorily and substantially (ii) completed as a prime contractor (single entity or JV member) (iii), management company (v) or management contractor (i) in last 5 years. 2.4.2 (b) Experience in Key Activities Minimum Experience (vi) in the following key activities that have been satisfactorily and substantially (ii) completed as prime contractor (single entity or JV member), management company (v),management contractor (i) or Subcontractor (v) in last 5 years, Must meet requirements ) Must meet requirements N/A N/A Form EXP - 2(b) - ETC System - Camera Monitoring System with, at least, 25 cameras - ATCC system - VMS Dissemination System with, at least, 5 VMS - Internet dissemination System 2.4.2 (c) Experience in Operation and Minimum Experience (vi) as prime N/A N/A Form EXP - 2(c)

EQC-13 Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub-Factor Requirement Single Entity Joint Venture (existing or intended) All Parties Combined Each Member One Member Submission Requirements Eastern Peripheral Expressway ITS Installation Project Evaluation and Qualification Criteria 2.4 Experience Maintenance contractor (single entity or JV member), management company (v),management contractor (i) or Subcontractor (v) for a period of three years in Operation and Maintenance of Advanced Traffic Management System of Highway with one (1) Management Centre and more than one hundred (100) km length as a Highway Operator in last 5 years. Must meet requirement Must meet requirements Notes for the Bidder (i) A management contractor is a firm which takes on the role of contract management as a general contractor. It does not normally perform directly the work(s) associated with the Contract, rather, it manages the work of other (sub) contractors while bearing full responsibility and risk for price, quality, and timely performance of the contract. (ii) Substantial completion shall be based on 80% or more works completed under the Contract. (iii) For contracts under which the Bidder participated as a JV member, only the Bidder s share, by value, shall be considered to meet this requirement. (iv) In case of a JV, for Specific Experience Contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single Contract has been met. Instead, Contract performed by one member shall satisfy the minimum value of a single Contract as required for single entity. In determining whether the JV meets the requirement of total number of Contracts, only the number of Contracts completed by all members each of value equal or more than the minimum value required shall be aggregated. (v) Management Company is an organisation/authority which is responsible for Order and Construction Supervision of ITS project and Operations

EQC-14 Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation No. Factor/Sub-Factor Requirement Single Entity 2.4 Experience Joint Venture (existing or intended) All Parties Combined Each Member One Member Submission Requirements & Management of the Highways/Expressways. Such company is responsible for getting the execution done of all the works related to the Highways/Expressways including ITS works. It manages the work of contractors while bearing full responsibility and risk for price, quality, and timely performance of the contract. (vi) The minimum experience requirement can be the sum of individual Contracts 2.4.2 dummy

Evaluation and Qualification Criteria 2.4.3 Evaluation of specific experience for Operation & Maintenance (a) Each item of the specific experience with Bid in Form EXP 2(c)/EOM will be checked and reviewed for judgement of capability of operation and maintenance with compatibility with Employer s requirement (Section VI). (b) The point for each specific experience is shown in the following table; Point will be calculated for each item by rating the degree of satisfaction to the maximum point of each evaluation item; Summary of Evaluation Items and Points for Specific Experience of O&M No. 1. 2. 3. 4 5. 6. 7. 8. 9 10 Evaluation Items Traffic Monitor Camera System (sets) Video Incident Detection System (sets) VMS System on Main Highway (sets) VMS System on the Crossing Highway (sets) Internet Dissemination System Total Length of Highway under O&M Traffic Volume of Highway under O&M Traffic volume to/from the linked highway Information Exchange with linked Highway of Different Operator Traffic Management Centre & Sub Centre Total Point 0 4 7 10 Less than 15 15 ~ 49 50 ~ 99 More than 100 Less than 5 5 ~ 15 20 ~ 29 More than 30 Less than 3 4 ~ 9 10 ~ 14 More than 15 Less than 3 4 ~ 9 10 ~ 14 More than 15 No Experience Less than 20km Less than 1,000/hour Less than 10,000 No information exchange no - - Experienced 20km ~ 49km 50km ~ 99km 1,000 ~ 2,999/hour 10,000 ~ 99,999/day Telephone Control Centre 3,000 ~ 4,999/hour 100,000 ~ 299,999/day Data Collection system Control Centre & 1 Sub Centre More than 100km More than 5,000/hour More than 300,000/day Data Collection/ Dissemination system (VMS) Control Centre & 2 Sub Centres Bidders must achieve a total point of at least eighty (80) points. The bidder who does not achieve such minimum total points will be rejected. EQC-15

Evaluation and Qualification Criteria 2.5 Subcontractors/manufacturers Subcontractors/manufacturers for the following major items of supply or services must meet the following minimum criteria, herein listed for that item: Item No. Description of Item Minimum Criteria to be met 1 Traffic Monitor Camera System 2 Video Incident Detection System 3 Automatic Traffic Counter cum Classifier 4 Meteorological Observation System 5 Environmental Observation System 6 Travel Time Measurement System 7 Central Processing System 8 Variable Message Sign System 9 Digital Transmission System 10 Wireless Communication System 11 Probe Data System 12 Highway Radio System 13 Toll Collection System 14 Weigh Monitoring System 15 Speed Detection System 16 Facility Monitoring System 17 Power Supply work 18 O&M work of ATMS Subcontractor and manufacturers shall have at least two similar contract experiences within 5 years. Manufacturers shall be certified for ISO 9001. Failure to comply with this requirement will result in rejection of the Subcontractor. In the case of a Bidder who offers to supply and install major items of supply under the Contract that the Bidder did not manufacture or otherwise produce, the Bidder shall provide the manufacturer s authorization, using Form MAN provided in Section IV,, showing that the Bidder has been duly authorized by the manufacturer or producer of the related plant and equipment or component to supply and install that item in the Employer s country. The Bidder is responsible for ensuring that the manufacturer or producer complies with the requirements of ITB 4 and ITB 5 and meets the minimum criteria listed above for that item. EQC-16

Section IV. Table of Forms Section IV....i Letter of Technical Bid... 1 Letter of Price Bid... 3 Schedule of Adjustment Data... 5 Price Schedules... 7 Preamble... 7 Schedules of Rates and Prices... 9 Schedule 1: General Items... 9 Schedule 2: Design of Advanced Traffic Management System... 10 Schedule 3: Design of Toll Management System... 11 Schedule 4: Plant and Equipment of Advanced Traffic Management System... 12 Schedule 5: Plant and Equipment of Toll Management System... 13 Schedule 6: Transportation of Advanced Traffic Management System... 14 Schedule 7: Transportation of Toll Management System... 15 Schedule 8: On-Site Construction, Installation and Testing of Advanced Traffic Management System... 16 Schedule 9: On-Site Construction, Installation and Testing of Toll Management System... 17 Schedule 10: Training for Advanced Traffic Management System... 18 Schedule 11: Training for Toll Management System... 19 Schedule 12: Operation and Maintenance for Advanced Traffic Management System... 20 Schedule 13: Spare Parts of Advanced Traffic Management System... 21 Schedule 14: Spare Parts of Toll Management System... 22 Schedule 15: Miscellaneous Work... 23 Schedule 16: Specified Provisional Sums... 24 Grand Summary... 25 Schedule of Payment... 26 Technical Proposal... 27 Site Organization... 28 Method Statement... 29 Mobilization Schedule... 30 Construction Schedule... 31 BF-i

Form TCD: Technical Documents to be submitted with Bid... 32 Safety Plan... 33 Form SOG: Schedule of Guarantee... 34 Form PER - 1: Proposed Personnel... 35 Form PER - 2: Resume of Proposed Personnel... 36 Form EQU: Equipment... 38 Form SUB: Proposed Subcontractors for Major Items of Plant and Installation Services... 39 Form MAN: Manufacturer's Authorization... 40 Form SPA: Spare Parts... 41 Bidder s Qualification... 42 Form ELI - 1: Bidder Information... 43 Form ELI - 2: Bidder s Party Information... 44 Form CON: Historical Contract Non-Performance... 45 Form FIN - 1: Financial Situation... 48 Form FIN - 2: Average Annual Turnover... 50 Form FIR - 1: Financial Resources... 51 Form FIR - 2: Current Contract Commitments... 52 Form EXP - 1: General Experience... 53 Form EXP - 2(a): Specific Experience... 54 Form EXP - 2(b): Experience in Key Activities... 55 Form EXP - 2(c): Experience in Operation and Maintenance... 57 Form ACK... 59 Form of Bid Security (Bank Guarantee)... 61 Form of Bid Security (Bid Bond)... 63 BF-ii

Letter of Technical Bid Date: [insert date of Bid submission] Loan Agreement No.: [insert number] IFB No.: [insert number] Alternative No.: [insert identification No. if this is a Bid for an alternative] To: [insert full name of Employer], We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB 8): [insert the number and issuing date of each Addendum]; (b) We, including any Subcontractors/manufacturers, for any part of the Contract, meet the eligibility requirements in accordance with ITB 4 and ITB 5; (c) We, including any Subcontractors/manufacturers, for any part of the Contract, have no conflict of interest in accordance with ITB 4; (d) We offer to design, supply, installation, testing, and commissioning, in conformity with the Bidding Documents, the following Works: the Design, Supply, Installation, Testing, Commissioning of Advanced Traffic Management System (ATMS) and Toll Management System (TMS) of the Eastern Peripheral Expressway inclusive the Operation & Maintenance of ATMS for a period of two (2) years; (e) Our Bid shall be valid for a period of 120 days from the date fixed for the Bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; (f) We are not participating, as a Bidder or as a Subcontractor/manufacturers, in more than one Bid in this bidding process in accordance with ITB 4.2 (c), other than alternative Bids submitted in accordance with ITB 13; and (g) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in any type of fraud and corruption. Name of the Bidder*[insert complete name of the Bidder] BF-1

Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name of person duly authorized to sign the Bid] Title of the person signing the Bid [insert complete title of the person signing the Bid] Signature of the person named above [insert signature of person whose name and capacity are shown above] Date signed [insert date of signing] day of [insert month], 2016 * : In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder ** : Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the Bid. BF-2

Letter of Price Bid Date: [insert date of Bid submission] Loan Agreement No.: [insert number] IFB No.: [insert number] Alternative No.: [insert identification No. if this is a Bid for an alternative] To: [insert full name of Employer], We, the undersigned, declare that: (a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (ITB 8): [insert the number and issuing date of each Addendum]; (b) We offer to design, supply, installation, testing, and commissioning, in conformity with the Bidding Documents, the following Works: the Design, Supply, Installation, Testing, Commissioning of Advanced Traffic Management System (ATMS) and Toll Management System (TMS) of the Eastern Peripheral Expressway inclusive the Operation & Maintenance of ATMS for a period of two (2) years; (c) The total price of our Bid, excluding any discounts offered in item (d) below is: In case of only one lot, total price of the Bid [insert the total price of the Bid in words and figures, indicating the various amounts and the respective currencies] (d) The discounts offered and the methodology for their application are: The discounts offered are: [specify in detail each discount offered] The exact method of calculations to determine the net price after application of discounts is shown below: [specify in detail the method that shall be used to apply the discounts]; (e) Our Bid shall be valid for a period of [specify the number of calendar days] days from the date fixed for the Bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period; (f) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the Bidding Documents; (g) We understand that this Bid, together with your written acceptance thereof included in your Letter of Acceptance, shall constitute a binding Contract between us, until a formal Contract is prepared and executed; and BF-3

(h) We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that you may receive. Name of the Bidder*[insert complete name of the Bidder] Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name of person duly authorized to sign the Bid] Title of the person signing the Bid [insert complete title of the person signing the Bid] Signature of the person named above [insert signature of person whose name and capacity are shown above] Date signed [insert date of signing] day of [insert month], 201 * : In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder ** : Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the Bid. BF-4

Schedule of Adjustment Data Table A. Local Currency (a) (b) (c) (d) (e) (f) Index code L P M F Index description Source of index Base value and date Bidder s related currency amount Bidder s proposed weighting Nonadjustable A: 0.1 Labour Plant and Machinery and Spares Materials Fuel and Lubricants See Note 1 See Note 2 See Note 2 See Note 2 242 April 2016 135.0 April 2016 179.3 April 2016 175.4 April 2016 B: 0.3~0.4 C: 0.2~0.3 D: 0.2~0.25 E: 0.05~0.1 Total 1.00 Note: 1 Labour Bureau, Government of India (http://labourbureau.nic.in/indnum.htm#cw). 2 Wholesale Price Index (WPI) Data, provided by Office of the Economic Adviser (OEA), the Ministry of Commerce & Industry (http://www.eaindustry.nic.in/home.asp). The Bidder shall fill in column (e) and specify a value within the ranges given by the Employer in B, C, D and E of column (f), so that the total weighting equals 1.00. BF-5

Table B. Foreign Currency (FC) Currency: [Insert name of currency; if the Bidder wishes to quote in more than one foreign currency then this table should be repeated for each foreign currency.] (a) (b) (c) (d) (e) (f) (g) Index code Index description Source of index Base value and date Bidder s related source currency in type/amount Equivalent in FC for payment Bidder s proposed weighting Nonadjustable A: 0.1 L Labour B: 0.3~0.4 P Plant and Machinery and Spares C: 0.2~0.3 M Materials D: 0.2~0.25 F Fuel and Lubricants E: 0.05~0.1 Total 1.00 The Bidder shall indicate the type of currency and columns (c), (d), (e) and (f), and specify a value within the ranges given by the Employer in B, C, D and E of column (g), so that the total weighting equals 1.00. BF-6

Price Schedules Preamble 1. The Price Schedules shall be read in conjunction with the Instructions to Bidders, General and Particular Conditions of Contract and the Employer s Requirement. In general, the Contract is generally carried out a lump-sum price basis on which payment to the Contractor will be according to achieved milestones unless otherwise specified in Contract. The Schedules may not generally give a full description of the works to be performed and the plant or equipment to be supplied under each item. Bidders shall be deemed to have read the Employer s Requirements and other sections of the Bidding Documents and reviewed the Drawings to ascertain the full scope of the requirements included in each item to filling the rates and prices. 2. A rate or price shall be entered against each item in the priced Price Schedules, whether quantities are stated or not. The cost of Items against which the Bidder has failed to enter a rate or price shall be deemed to be covered by other rates and prices entered in the Price Schedules. 3. The whole cost of complying with the provisions of the Contract shall be included in the Items provided in the priced Price Schedules, and where no Items are provided, the cost shall be deemed to be distributed among the rates and prices entered for the related Items of Work. To the extent acceptable to the Employer for the purposes of making payments or partial payments, valuing variations or evaluating claims, or for such other purposes as the Employer may reasonably require, the Contractor may provide the Employer with a breakdown of any composite or lump sum items included in the Schedules. The Price Schedules, which is considered to be for a Provisional Sum and is not normally subject to competition. Reference should be made to Sub-Clause 13.6 of the General Conditions. 4. The Employer shall indicate in the Summary of Provisional Sums an amount equivalent to one-half of the Employer s estimate of the cost of the Dispute Board (DB) would incur in making payments to the Contractor of the Employer s share of the payments to the DB member(s). The Contractor s overhead, profit, etc., shall not be included in the provisional sums for the cost of the DB. 5. With the exception of the provisional sum of the cost of the DB (which requires no prior instruction from the Engineer), the Provisional Sums included and so designated in the Price BF-7

Schedules shall be expended in whole or in part at the direction and discretion of the Engineer, pursuant to Sub-Clause 13.5 and Clause 13.6 of the General Conditions. 6. Any arithmetical errors that appear in the computation or summation shall be corrected by the Employer as follows: (a) in the event of a discrepancy between amounts in figures and in words, the amount in words will govern; and (b) in the event of a discrepancy between the unit rate and the total amount derived by multiplying the unit price by the quantity, the unit rate as quoted shall prevail; provided, however, that if, in the opinion of the Employer, there has obviously been a gross misplacement of the decimal point in the unit price, the total amount as quoted shall prevail and the unit rate shall be corrected. Bidders who are unclear or uncertain as to the scope of any item shall seek clarification in accordance with ITB 7 prior to submitting their bid. BF-8

Schedules of Rates and Prices Schedule 1: General Items Item no. Description Unit Quantity Unit Price Amount Local Foreign Local Foreign 101 Performance Bond/Security sum - - - 102 Insurance of the Works sum - - - 103 Insurance of Contractor s Equipment sum - - - 104 Third-Party Insurance sum - - - 105 Insurance for Operation and Maintenance of ATMS 106 Allow for maintenance of Works for 24 months during Defect Notification Period of ATMS 107 Allow for maintenance of Works for 24 months during Defect Notification Period of TMS 107 Allow for maintenance of Works for 24 months during Maintenance Service Period of ATMS 108 Allow for maintenance of Works for 24 months during Maintenance Service Period of TMS sum - month 24 month 24 month 24 month 24 109 Provide safety measures month 18 Total for Schedule 1 (carried forward to Summary, p. ) BF-9

Schedule 2: Design of Advanced Traffic Management System Item no. Description 201 Traffic Monitor Camera System (TMCS) 202 Video Incident Detection System (VIDS) 203 Automatic Traffic Counter and Classifier (ATCC) 204 Meteorological Observation System (MOS) 205 Environmental Observation System (EOS) 206 Travel Time Measurement System (TTMS) Unit sum sum sum sum sum sum 207 Probe Data System sum 208 Central processing System sum 209 Variable Message Sign (VMS) sum 210 Highway Radio (HWR) sum 211 Wireless Communication System 212 Weigh Monitoring System (WMS) 213 Vehicle Speed Detection System (VSD) 214 Digital Transmission System and Communication Cable works sum sum sum sum 215 Power and Other Cables sum 216 Facility Monitoring System sum Quantity Unit Price Amount Local Foreign Local Foreign Total for Schedule 2 (carried forward to Summary, p. ) BF-10

Schedule 3: Design of Toll Management System Item no. Description Unit 301 Toll Management System sum Quantity Unit Price Amount Local Foreign Local Foreign Total for Schedule 3 (carried forward to Summary, p. ) BF-11

Schedule 4: Plant and Equipment of Advanced Traffic Management System Item no. Description 401 Traffic Monitor Camera System (TMCS) 402 Video Incident Detection System (VIDS) 403 Automatic Traffic Counter and Classifier (ATCC) 404 Meteorological Observation System (MOS) 405 Environmental Observation System (EOS) 406 Travel Time Measurement System (TTMS) Unit sum sum sum sum sum sum 407 Probe Data System sum 408 Central processing System sum 409 Variable Message Sign (VMS) sum 410 Highway Radio (HWR) sum 411 Wireless Communication System 412 Weigh Monitoring System (WMS) 413 Vehicle Speed Detection System (VSD) 414 Digital Transmission System and Communication Cable works sum sum sum sum 415 Power and Other Cables sum 416 Facility Monitoring System sum Quantity Unit Price Amount Local Foreign Local Foreign Total for Schedule 4 (carried forward to Summary, p. ) BF-12

Schedule 5: Plant and Equipment of Toll Management System Item no. Description Unit 501 Toll Management System sum Quantity Unit Price Amount Local Foreign Local Foreign Total for Schedule 5 (carried forward to Summary, p. ) BF-13

Schedule 6: Transportation of Advanced Traffic Management System Item no. Description Unit Quantity Unit Price Amount Local Foreign Local Foreign 601 Transportation of Equipment for Advanced Traffic Management System sum etc. Total for Schedule 6 (carried forward to Summary, p. ) Country of Origin Declaration Form Item Description Code Country BF-14

Schedule 7: Transportation of Toll Management System Item no. Description Unit Quantity Unit Price Amount Local Foreign Local Foreign 701 Transportation of Equipment for Toll Management System sum etc. Total for Schedule 7 (carried forward to Summary, p. ) Country of Origin Declaration Form Item Description Code Country BF-15

Schedule 8: On-Site Construction, Installation and Testing of Advanced Traffic Management System Item no. Description 801 Traffic Monitor Camera System (TMCS) 802 Video Incident Detection System (VIDS) 803 Automatic Traffic Counter and Classifier (ATCC) 804 Meteorological Observation System (MOS) 805 Environmental Observation System (EOS) 806 Travel Time Measurement System (TTMS) Unit sum sum sum sum sum sum 807 Probe Data System sum 808 Central processing System sum 809 Variable Message Sign (VMS) sum 810 Highway Radio (HWR) sum 811 Wireless Communication System 812 Weigh Monitoring System (WMS) 813 Vehicle Speed Detection System (VSD) 814 Digital Transmission System and Communication Cable works sum sum sum sum 815 Power and Other Cables sum 816 Facility Monitoring System sum Quantity Unit Price Amount Local Foreign Local Foreign Total for Schedule 8 (carried forward to Summary, p. ) BF-16

Schedule 9: On-Site Construction, Installation and Testing of Toll Management System Item no. Description Unit 901 Toll Management System sum Quantity Unit Price Amount Local Foreign Local Foreign Total for Schedule 9 (carried forward to Summary, p. ) BF-17

Schedule 10: Training for Advanced Traffic Management System Item no. Description Unit Quantity Unit Price Amount Local Foreign Local Foreign 1001 Training for Advanced Traffic Management System sum etc. Total for Schedule 10 (carried forward to Summary, p. ) BF-18

Schedule 11: Training for Toll Management System Item no. Description Unit Quantity Unit Price Amount Local Foreign Local Foreign 1101 Training for Toll Management System sum etc. Total for Schedule 11 (carried forward to Summary, p. ) BF-19