Schdule D P2 PDF

Download as pdf or txt
Download as pdf or txt
You are on page 1of 146

National Highways Authority of India Request for Proposal – Bid Documents

SCHEDULE – D
(See Clause 2.1)
SPECIFICATIONS AND STANDARDS

1. Construction
The Concessionaire shall comply with the Specifications and Standards set forth in Annex-I of
this Schedule-D for construction of the Project Highway:
2. Design Standards
The Highway including Project Facilities shall conform to design requirements set out in the
following documents.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-1
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Annex - I
(Schedule-D)
SPECIFICATIONS AND STANDARDS FOR HIGHWAY

1 Manual of Specifications and Standards to apply


Six laning of the Project Highway shall conform to the ‘Manual of Specifications and
Standards for Six Laning of Highways’ published as IRC: SP: 87-2019 with all amendments
and additions till date. (Referred to as “Manuals” in this Schedule) and MORTH
Specifications for Road and Bridge Works (5th revision). Where the specification for a work is
not given, Good Industry Practice shall be adopted to the satisfaction of the Authority
Engineer & Independent Engineer.
2 Deviations from the Manual
Notwithstanding anything to the contrary contained in the aforesaid Manual, the Specifications
and Standards shall apply to the Project Highway, and for purposes of this Agreement, the
aforesaid Manual shall be deemed to be amended to the extent set forth below:
Sl.
Clause No. Details of Item Description of Deviation
No.
The median shall be as given in Schedule B
(TCS)
1 2.5.1 Median 5.0 m wide median shall include 0.5m wide edge
strip on each side, which shall have same
pavement configuration of Main Carriageway as
per Clause no. 2.5.3 of Manual.
Lateral & vertical
The lateral and vertical clearance of all
2 2.10 clearance at
underpasses shall be as given in Schedule B.
VUP/PUP/CUP/LVUP
Slip road/Service
The location & width of the connecting roads
3 2.12.2 Road/Connecting
shall be as specified in Schedule B
Roads
The typical cross section shall be as given in
4 2.17 Typical Cross Section
Schedule B.
The type of pavement shall be as specified in
5 5.2 Type of Pavement
Schedule B.
The Overall Deck Configuration of all structures
Overall width of shall be as per Schedule B and all Road Over
6 7.3
structures Bridges shall be as per the GAD approved by
Railways Authority.
Lined/unlined Side Drains shall be provided
throughout the Project as per typical cross
7 6.2 Side Drains
section except cross drainage (River, nala, canal
etc.)

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-2
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Sl.
Clause No. Details of Item Description of Deviation
No.
Adequate Continuous Surface RCC drain
(Except Structures having approach slabs) shall
Drainage where be provided on both side Earthen Shoulder
8 6.4 Embankment Height is including RCC Chutes at designed intervals with
more than 6 meres energy dissipation basin irrespective of any
Height of Embankment. The drainage system
shown in TCS shall be treated as minimum.
Thrie beam metal crash barriers shall be
provided in entire length on both sides of each
main carriageway (i.e. on median and on earthen
Road side safety
9 9.7.1 (i(a)) shoulder of both carriageway), Loops and
barriers
Ramps excluding stretches covered by bridges
and RE wall structures, where concrete barriers
to be provided.
In fill section the embankment side slope shall
Embankment Fill Side be minimum 1.5(H): I (V). The embankment
10 4.2.2
Slope height >6m shall be designed in accordance with
IRC: 75.
Additional specification for Traffic Management
Traffic Management
11 Section 11 System shall be as given in Annex II of
System
Schedule D.
The project facilities and building structures
12 Section 13 Project Facilities shall be constructed in accordance to Annex III
of this Schedule.
Swaged steel tabular pole with swan nake shall
be used for road side lighting conforming to IS
13 12.4.17 Street lighting
2713-1980 controlled by suitable digital time
switch.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-3
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Annex - II
(Schedule-D)

ADVANCED TRAFFIC MANAGEMENT SYSTEMS (ATMS)

(Functional and Technical Specifications)

The Specifications and Standards as contained in this Annexure – II of Schedule D shall be


applied in addition to “Manual on Specifications and Standards for Expressways” published as
IRC: SP: 99-2013 with all amendments and additions till date.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-4
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Abbreviations
The following abbreviations shall refer to the words presented hereunder throughout Particular
Technical Specifications:

Acronym Definition Acronym Definition


ANPR Automatic Number Plate Reader LED Light-emitting Diode
American National Standards
ANSI MCBF Mean Cycle Between Failures
Institute
Application Programming Ministry of Road Transport and
API MoRTH
Interface Highway
Automatic Traffic Counter and
ATCC MPEG Moving Picture Experts Group
Classifier
Advance Traffic Management
ATMS MTBF Mean Time Between Failures
System
ATS Automatic Transfer Switch MTTR Mean Time to Repair
CCD Charge Coupled Device NH National Highway
National Highways Authority of
CCTV Closed Circuit Television NHAI
India
CIF Common Intermediate Format NTP Network Time Protocol
Complementary Metal-Oxide-
CMOS VRS Video Recording Server
Semiconductor
Carrier Sense Multiple Access
CSMA/CD O&M Operation and Maintenance
with Collision Detect
D/D Detailed Engineering Design OD Origin/Destination
ONVIF Open Network Video Interface
DC Power Direct Current Power
Forum
DCT Discrete Cosine Transform P/Q Prequalification
DDR Dual Data Rate PA Parking Area
DEG Diesel Engine Generator PBX Private Branch Exchange
DLP Defects Liability period PCS Physical Coding Sublayer
DSF Dispersion- Shifted Fibre PCU Passenger Car Unit
ECC Error Correcting Code PDB Power Distribution Board
ECS Emergency Call System PIU Project Implementation Unit
Equivalent Isotropically Radiated
EIRP PMU Project Management Unit
Power
EIRR Economic Internal Rate of Return PPP Point – to – Point Protocol
PTZ Pan, Tilt, and Zoom (function)
ETC Electronic Toll Collection PVC Polyvinyl Chloride
European Telecommunications Quarter Common Intermediate
ETSI QCIF
Standards Institute Format
Redundant Array of Inexpensive
F/S Feasibility Study RAID
Disks
FOC Fibre Optic Cable RFP Request for Proposal
FON Fibre Optic Node SDH Synchronous Digital Hierarchy
FTP File Transfer Protocol SDTV Standard-definition Television
GBIC Gigabit Interface Converter SIM Subscriber Identity Module
Simple Network Management
GPRS General Packet Radio Service SNMP
Protocol
Global System for Mobile
GSM SNTP Simple Network Time Protocol
Communications
HDTV High-definition Television TCP Transmission Control Protocol

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-5
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Transport Engineering Design.


HTTP Hypertext Transfer Protocol TEDI
Incorporated
IC Interchange TMCS Traffic Monitor Camera System
IC Card Integrated Circuit Card (ICC) TMC Traffic Management Centre
Indian Highway Management
IHMCL TMS Toll Management System
Company Limited
IP Internet Protocol TOR Terms of Reference
Internet Protocol - Private Branch Travel Time Measurement
IP-PBX TTMS
Exchange System
International Organization for
ISO UDP User Datagram Protocol
Standardization
IT Information Technology UPS Uninterruptible Power Supply
ITS Intelligent Transport System
IMS Incident Monitoring System VIDS Video Incident Detection System
International Telecommunication
ITU-R Union VoIP Voice over IP
– Radio communications Sector
International Telecommunication
Union
ITU-T VSDS Vehicle Speed Detection System
- Telecommunication
Standardization Sector
JPEG Joint Photographic Experts Group
LAN Local Area Network

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-6
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Section 01 General Requirements

1. Background
This document is a part of a set of documents to facilitate NHAI for implementation of the
Advanced Traffic Management System on National Highways. Government of India, Ministry of
Road Transport and particularly, NHAI have taken the initiative to provide guidelines for ATMS
implementation in the past and the references can be found in IRC:SP:87-2013 (Manual of
Specification and Standards for Six-laning of Highways through PPP), IRC:SP:84- 2014 (Manual
of Specification and Standards for Four-laning of Highways through PPP), and MoRTH manual
prescribing Specification for Road and Bridge Works (5th Revision) etc. As these references
focused broadly on road infrastructure development, this document is focused mainly on
implementation of comprehensive and integrated Advanced Traffic Management System (ATMS)
on National Highways to serve the desired purpose of Intelligent Transportation Systems meant to
deliver tangible service to address the road safety.

An efficient and integrated Advance Traffic Management System shall be a proactive tool to assist
NHAI in achieving MoRTH’s vision “To make the transport on roads efficient, safe, and
sustainable. To reduce the fatalities on roads by half compared to 2010 reported deaths.”

The Ministry is also working to improve the quality of accident data collection with use of IT based
systems which would also help in getting the real-time causative analysis of the road accidents. It
will be prudent to implement Intelligent Transportation system to enhance road safety and effective
incident management.

The ATMS system envisaged by the National Highways Authority of India (NHAI) is to make use
of Intelligent Transportation System (ITS) as an effective tool to enhance road / user / commuter
safety by:
• Early detection of incidents and provide early warning to road-users for accident prevention,
• To save lives by enabling the victim to be rescued within the golden hour, and
• Efficient traffic management during incident management.
• Maximizing traffic throughput on the highway

The objective of ATMS envisaged by the Authority to make road travel efficient and sustainable by
enabling rapid clearance of traffic congestion with efficient incident detection & management,
provide real-time valuable travel advisories and enhancing traveller journey experience, and
provide Stress-free travel by supporting effective and reliable accident / incident management,
reliable enforcement, and useful travel advisories.

The ATMS system has been designed to assist the Authority in substantial reduction in accidents
due to early incident detection and warning, saving of human lives within the ‘Golden hour’. The
ATMS system shall assist in reduction of traffic congestion incidents there by improvement in
average travel time (within speed limit) by 20-30% and high level of enforcement leads to
significant reduction in over-speeding.

The basis of selection of Sub-systems & placement of Key ATMS Components shall be based on
the multiple site surveys that shall be conducted by the EPC Contractor with Authority Engineer
and NHAI team in coordination with the concerned Police department and other stakeholders.
Black-spots shall be identified during the surveys and crucial sub-systems to monitor & alert the
users shall be proposed.

The system shall intelligently monitor the entire stretch of the expressway with the help of PTZ
surveillance cameras and video incident detection system. The system shall automatically detect
any incident on the highways/expressways and alert the route patrol team/rescue team about the
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-7
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

incident, hence the incident management module of the system shall be able to reduce the response
time and help the rescue team to provide the required assistance to the accident victims within the
Golden hour. Early detection of incident shall enable the rescue teams in providing appropriate
warnings to the road users about the incident and early action to clear the obstacles from roads to
prevent further incidents and reduce congestion due to the incidents.

The work shall include Design, Supply, Installation, Testing, Commissioning, Configuration,
System Integration and Maintenance of Advance Traffic Management System (ATMS) on the
National Highway.

The project shall be a complete turnkey solution with provision of skilled resources at all locations
for operations.

This Document describes functional requirements envisaged by NHAI. In addition, the minimum
technical specifications have been prescribed in this document, wherever indispensable. The EPC
Contractor is responsible for the design of complete project and the system architecture as per the
best industry practices, to deliver state-of-the-art solution to NHAI. Any consideration affecting
safety, security, redundancy, and compliance to stipulated provision prescribed by government
authorities is the responsibility of the EPC Contractor and shall be duly taken care of to ensure
adherence to minimum functional and technical requirement stipulated in this document as well as
the SLA parameters.
2. Scope of work
a. The ‘EPC Contractor’ hereafter may be called as ‘Contractor’ or ‘System Integrator' shall
conduct the field survey, preparation of design drawings and supply of ATMS equipment and
materials, spare parts, test equipment, tools and materials, factory inspection (inspection of
equipment & materials upon delivery), training, transportation and site delivery, construction
and installation, preparation of as-built drawings, testing and commissioning, Operations and
Maintenance of the ATMS project.
b. The scope of the works under this Docuemnt is deployment of Advance Traffic Management
System (ATMS) including the Digital Transmission System, on Turnkey basis by the EPC
Contractor and Manitenance for a period as specified in the Contract Agreement.
c. The EPC Contractor shall set up the control center and sub-centres in the space provided by
NHAI for the same. The control center and sub-centres, having minimum 250 sqm plinth area,
shall include Operation room (suitable to accommodate the video wall and ATMS operators
workstations such that the minimum distance between video wall and first row of workstation
is minimum 3 meters), Server room, UPS room, Spare room, Incharge cabin, NHAI cabin,
Authority Engineer cabin, pantry, toilet, etc of suitable size to accommodate the equipment
and staff requried for the project. The scope of civil works, interior works, MEP works, for
construction and setting up the Control centre and sub-centres, including all related electrical,
lighting, electrical connection, DG set, power backup, HVAC works, access control, building
CCTV, PTZ cameras outside building, firefighting system, alarm, fire extinguishers, raised
floor, housekeeping, building cleaning, maintenance, reccuring charges including electricty
bills, telephone bills, DG fuel, servicing, security, etc. shall be decided by the EPC Contractor.
d. The EPC Contractor shall also undertake the works that are not specifically mentioned in this
Document and in the reference Drawings but essential for the efficient implementation and
operations of the ATMS.
e. The requirements stated herein shall be construed as minimum requirement and meeting the
respective requirements shall not relieve the EPC Contractor from the responsibility of
supplying the ATMS that functions efficiently as a system and carry out its Maintenance for a
period as stipulated in the Contract Agreement.
f. The EPC Contractor shall check and review the design and this document prepared by the
NHAI, and execute the supplemental and/or additional and/or detailed design work as
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-8
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

necessary at the EPC Contractor’s cost and time, so that the EPC Contractor will supply and
deliver the workable Advanced Traffic Management System (ATMS) which will suit the
intended purpose when completed. The EPC Contractor shall promptly notify the NHAI and
the Authority Engineer (appointed by NHAI for supervision of the ITS/ATMS works), of any
error, omission, fault or any other defect in the design of or this Document for the Works
which he discovers when reviewing the Contract Documents or in the process of execution of
the Works or during the Operation & Maintenance Phase.
g. The EPC Contractor shall provide the entire system and facilities on a “single responsibility”
basis such that the Contract Price covers all EPC Contractor’s obligations mentioned in or to
be reasonably inferred from this documents in respect of the design, manufacture,
procurement, construction, installation, adjustment and testing of the Works and remedying
any defect therein. This includes all requirements under the EPC Contractor’s responsibilities
for testing and commissioning of the systems and facilities, and where required by this
document, the acquisition of all permits, approvals and license, etc.; the training services and
such other items and services as may be specified in this document.
h. The EPC Contractor shall be responsible for Integration of ATMS system and sub-systems
with the NHAI Mobile App for the road users as per the requirement raised from time to time
by the IT Divison of the NHAI or its authorized agency.
i. The EPC Contractor shall be responsible for Integration of ATMS system and sub-systems
with the NHAI Command and Control Centre at NHAI HQ, RO, PIU, ATMS TMC/Control
Cetnre of other NH/SH projects connected to the project, 1033 control centre, Dial 112/100,
Smart City ICCC, Disater Management Centres, Police Control room, NIC ITMS, Vahan
database, Enforcement Agency, etc. for seemless flow and excahnge of data and information
from project to NHAI offices / control centres/ command centres as per the requirement raised
from time to time by the IT/Electronics division of NHAI or its authorized agency.
j. The component systems comprising ATMS to be constructed under the Contract shall include
but not be limited to the following component systems:

Section 01 General Requirements


Section 02 Design Requirements
Section 03 Central Processing System (CPS)
Section 04 Traffic Monitor Camera System (TMCS)
Section 05 Video Incident Detection System (VIDS)
Section 06 Vehicle Speed Detection System (VSDS)
Section 07 Adaptive Traffic Signal Control System (ATSC)
Section 08 Power and Other Cables, Power conditioning equipment
Section 09 Digital Transmission System (DTS)
Section 10 Facility Monitoring System (FMS)
3. Work Demarcation between ATMS works and Civil works
a. Work Demarcation between ATMS works and Civil works are the following.
b. The EPC Contractor shall coordinate with civil contractor and shall consider detail
demarcation.

1. Highway
Item ATMS Project Civil Project
Cable, Conduit and Manhole at
Power Cable ROW
equipment location
1. Cable and Conduit to
Equipment from Handhole/
OF Cable Manhole ROW
2. Conduit and Handhole/
Manhole along with Highway/
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-9
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Expressway
1. Foundation
Equipment ROW
2. Earthing at each location

2. Buildings
Item ATMS Project Civil Project
Suitable space for setting up the
Control Center and Sub-Centre on the
project stretch.
Civil works
(In case the building suitable for
setting up the control center/sub-centre
is provided by the Civil, the scope of
ATMS shall be reduced accordingly)
Electrical, HVAC, DG set, Access
Control, Surveillance System, Fire
Fighting System, Building
Management System, Power
backup, Control console,
- Scope shall be decided by the EPC
Technical Furniture including all
Contractor.
necessary racks and housings for
Traffic ATMS system for Traffic
Management - Nil, in case of work awarded by
Management Centre and Sub-
Centre/ Sub-Centre NHAI.
Centre (as applicable),
housekeeping, building cleaning,
maintenance, recuring charges
including electricty bills,
telephone bills, security, etc.
Raised floor for Control/Server
Not Applicable
room
Complete Control Room Interior
works, lighting, Distribution board Not Applicable
Power socket, Earthing, etc.
Network system and telephone
exchanges / intercom at Traffic Not Applicable
Management Centre
Cable duct for ATMS Cable and
Not Applicable
power cable

4. Standards
a. All equipment’s of the EPC Contractor (included by the EPC Contractor in the proposal), supplies
shall be new and subject to the Factory Acceptance Test (FAT) to the satisfaction of the Authority
Engineer. Unless other standards are specifically required to be complied with herein or in the
Contract, all materials and components used under the Contract and all design calculations and
tests shall be performed in accordance with Indian standards.
b. In the absence of such standards in India, relevant clauses of international standards including but
not limited to International Electro technical Commission (IEC), Institute of Electrical and
Electronic Engineers (IEEE), International Organization for Standardization (ISO), International
Telecommunication Union Telecommunication Standardization Sector (ITU-T) shall be applied.
c. In the absence of such standards in India and the international standards mentioned above,
industry standards generally accepted and approved in one of the major industrialized countries
such as Great Britain, Japan, U.S.A, and Germany shall be applicable.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-10
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

d. Whenever in this Document reference is made to the Japanese Industrial Standards (JIS), British
Standards (BS), American Association of State Highway Transportation Officials (AASHTO)
standards, American Society for Testing and Materials (ASTM) standards, and American
National Standards Institute (ANSI) standards, and the like, it shall be understood that equivalent
internationally acknowledged standards will be accepted.
e. If EPC Contractor offers materials, equipment, design calculations or tests which conform to the
standards other than those specified standards, full details of the differences between the proposed
standard and the specified standards shall be submitted when required by the Authority Engineer.
4.1 Digital Transmission System
The following standards or de-facto standards shall apply to the digital transmission system:

No. Item Standards


1. BER/CER/DER ISO/IEC 8825-1:1995 Information technology - ASN.1 encoding rule -
Part 2: Specification of Basic Encoding Rules (BER), Canonical
Encoding Rules (CER) and Distinguished Encoding Rules (DER)
2. Ethernet 8802-3:1995(ISO/IEC) [ANSI/IEEE Std 802.3, 1995 Edition] Information
technology -- Telecommunications and information exchange between
systems -- Local and metropolitan area networks -- Specific
requirement -- Part 3: Carrier sense multiple access with collision
detection (CSMA/CD) access method and physical layer specifications.
8802-3:1996(ISO/IEC) [ANSI/IEEE Std 802.3, 1996 Edition] Information
technology -- Telecommunications and information exchange between
system -- Local and Metropolitan area networks -- Specific
requirement -- Part 3: Carrier sense multiple access with collision
detection (CSMA/CD) access method and physical layer specifications.
EIA/TIA568B (AT and T-258A) Commercial Building
Telecommunications Wiring Standard, 1991
3. Fast Ethernet IEEE 802.3u-1995 IEEE Standards for Local and metropolitan area
networks: Supplement to Carrier sense multiple access with collision
detection (CSMA/CD) access method and physical layer specifications:
Media access control (MAC) Parameters, Physical Layer, Medium
Attachment Units, and Repeater for 100Mb/s Operation, Type
100BaseT (Clauses 21-30) (ANSI)
EIA/TIA568B (AT and T-258A) Commercial Building
Telecommunications Wiring Standard, 1991
4. FDDI ANSI X3.166-1989 (R1995) Fibre Distributed Data Interface (FDDI)
Physical Layer Medium Dependent (PMD)
ANSI X3.148-1988 (R1994) Information Systems - Fibre Distributed Data
Interface (FDDI) - Token Ring Physical Layer Protocol (PHY)
ANSI X3.139-1987 (R1997) Information Systems - Fibre Distributed Data
Interface (FDDI) - Token Ring Media Access Control (MAC)
ISO/IEC 9314-3:1990 Information Processing systems - Fibre distributed
Data Interface (FDDI) - Part 3: Physical Layer Medium Department
(PMD)
ISO 9314-2:1989 Information processing systems - Fibre Distributed Data
Interface (FDDI) - Part 2: Token Ring Media Access Control (MAC)
ISO 9314-1:1989 Information processing systems - Fibre Distributed Data
Interface (FDDI) - Part 1: Token Ring Physical Layer Protocol (PHY)
5. FTP RFC 959 File Transfer Protocol, J. Postel, J.K. Reynolds, Oct-01-1985

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-11
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

No. Item Standards


6. Giga Ethernet IEEE 802.3ab: Physical coding sublayer (PCS), physical medium
attachment (PMA) sublayer and baseband medium, type 1000BASE-T
IEEE 802.3z: Media Access Control(MAC) Parameters, Physical Layer,
Repeater and Management Parameters for 1000 Mb/s Operation
7. G.703a TTC JT-G703-a Leased Line Secondary Rate User-Network Interface
Layer1
8. HTTP RFC 1945 Hypertext Transfer Protocol -- HTTP/1.0. R. Fielding, H.
Frystyk, T. Berners-Lee, May 1996
RFC 2068 Hypertext Transfer Protocol -- HTTP/1.1. R. Fielding, J.
Gettys, J. Mogul, H. Frystyk, T. Berners-Lee, January 1997 (Status:
PROPOSED STANDARD)
RFC 2616 Hypertext Transfer Protocol /1.1 June 1999
RFC 2617 HTTP Authentication: Basic and Digest Access Authentication,
June 1999
9. H.261 ITU-T Recommendation H.261 (1993), Video codec for audio-visual
services at p x 64kbit/s
10. IP RFC 791 Internet Protocol. J. Postel. Sep-01-1981
11. I.430 TTC JT-I430 ISDN Basic User-Network Interface Layer1
12. I.431 TTC JT-I431-a ISDN Primary-Rate User-Network Interface Layer1
13. MPEG 2 ISO/IEC 13818-1:1996 Information technology - Generic coding of
moving pictures and associated audio information: Systems
ISO/IEC 13818-2:1996 Information technology - Generic coding of
moving pictures and associated audio information: Video
ISO/IEC 13818-3:1998 Information technology - Generic coding of
moving pictures and associated audio information - Part 3: Audio
ITU-T Recommendation H.222.0(07/95) - Information technology -
Generic of moving pictures and associated audio information: Systems
ITU-T Recommendation H.262(07/95) - Information technology - Generic
of moving pictures and associated audio information: Video
14. MPEG 4 ISO/IEC 14496-1:2010 Information technology – Coding of audio-visual
objects –Part 1: Systems
ISO/IEC 14496-2:2004 Information technology – Coding of audio-visual
objects –Part 2: Visual
ISO/IEC 14496-3:2009 Information technology – Coding of audio-visual
objects –Part 3: Audio
15. PER ISO/IEC 8825-2:1996 Information technology - ASN.1 encoding rule -
Part 2: Specification of Packed Encoding Rules (PER)
16. PPP RFC 1661 The Point-to-Point Protocol (PPP), W. Simpson, July 1994
17. SNMP RFC 1157 Simple Network Management Protocol (SNMP), J.D. Case, M.
Fedor, M.L. Schoffstall, C. Davin, May-01-1990
18. TCP RFC 793 Transmission Control Protocol. J. Postel. Sep-01-1981
19. TFTP RFC 1350 The TFTP Protocol (Revision 2), K. Sollins, July 1992
20. UDP RFC 768 User Datagram Protocol. J. Postel. Aug-28-1980
21. V.24/V.28 ITU-T Recommendation V.24(10/96) - List of definitions for interchange
circuits between data terminal equipment (DTE) and data circuit -
terminating equipment (DCE)
ITU-T Recommendation V.28(03/93) - Electrical characteristics for
unbalanced double - current interchange circuits
22. X.21 ITU-T Recommendation X.21(09/92) - Interface between Data Terminal
Equipment Data Circuit - terminating Equipment for synchronous

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-12
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

No. Item Standards


operation on public data network
4.2 Local Area Network
The following standards shall apply to the local area network:
No. Item Standards
1 ANSI/TIA/EIA- Commercial Building Telecommunications Cabling Standard
568B
4.3 ATMS System / Sub System
The ATMS systems / sub-systems implementation on the Project shall meet the applicable latest
versions of the international/national standards, included herein:

No. Sub-system Items Designed to conform Certified to standard


Video CCTV Fixed PAL, BS EN 62676 1-2, EN 61000,
Surveillance Camera ONVIF specifications profile EN 60529(IP66)
System (CCTV) S & G, BIS, UL, RoHS
/TMCS / PTZ Camera BS EN 62676-2-2,
1
Video Incident BS EN 62676-2-3
Detection Road-side Housing BS EN 12767 EN 60529 (IP56)
System (VIDS)/ and Support
VSDS Camera Structure
2 VADS Display EN 12966
EN 60529 (IP56)
Road-side Housing BS EN 12767 EN 60529 (IP56)
and Support
Structure
EN 50132-7, Relevant NTCIP
standards, IEC 12207
Ergonomic design ISO 11064 ISO 11064
ATMS Control
3 of Control rooms
Centre
Ingress design of IEC-60529
the projection of
Graphics display
4.4 Cable Installation Work
The following standards shall apply to the cable installation work:

No. Item Standards


BS 2484 Specification for straight concrete and clay ware cable covers
BS 4121 Specification for mechanical glands for rubber and plastic insulated
cables
BS 6121 Mechanical cable glands
BS CP 1013 Code of practice for maintenance of electrical switchgear and control
gear for voltage up to and including 1 KV.
BS EN 12613 Plastic warning device for underground cables and pipelines with visual
characteristics
ISO/IEC 14763 Information Technology: Implementation and operation of customer
premises cabling
Note: If EPC Contractor offers materials, equipment, design calculations or tests which conform to the
standards other than specified standards, full details of the differences between the proposed standard
and the specified standards shall be submitted when required by the NHAI.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-13
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

4.5 Other Standards


The following standards shall apply as and where applicable:

No. Standard Relevant to


1 IS/ IEC 61508 Functional Safety
2 IS 14700, EMC Compatibility / EMC Emission compliance / EMC
CENELEC EN 50081-1, immunity
CENELEC EN 50082-1,
3 BIS 732 / BS 7671 Electrical wiring installation / wiring regulations (BS
7671)
4 IS 2309 Lighting protection
5 IS 3043 Electrical Earthing
6 IS 5216 Safety procedures and practices in Electrical works
7 IS 7689 Control of undesirable static electricity
8 IS 694, IS 1554 PVC installed cables
9 EN 61280-4-1 Fibre-optic test related
10 IS 14927 Cable trunking and ducting systems
11 EN 50173 Generic/ structured cabling
12 IEC 60529 Degrees of protection provided by Enclosures
13 IS 9000 Part XIV Sect. II Change of temperature test
14 IEC-571; IS: 9000 Part-III Dry heat test
Sect. 3
15 IS: 9000 Part II Sect. III Cold test
16 IS: 9000 Part V Sect. 2 Damp heat test (Cyclic)
Variant 1
17 IS: 9000 Part IV Damp heat test (Steady state storage)
18 IS: 9000 Part XI procedure 3 Salt mist test
19 IS 9000 Part XII Dust test
20 IEC 61643-1 Anti-lightning and surge protection
21 OHSAS 18001:2007 OEM compliance for health and safety measurement
system
22 14001: 2015 OEM compliance for environmental management
23 ISO 27001 OEM compliance for information security standard
24 IRC:SP:110:2017 ITS System for Urban Roads
25 IRC: 93-1986 Guidelines on Design and Installation of Road Traffic
Signals
26 IRC: 103-2012 Guidelines for Pedestrian Facilities

5. Project Management
5.1 EPC Contractor’s Personnel and Their Responsibilities
a. The EPC Contractor shall provide all personnel necessary for the execution of the Works,
such as the Project Manager and senior personnel to fulfil the EPC Contractor’s obligations
under the Contract. These personnel shall be able to read, write and converse in English.
b. The EPC Contractor shall form a multi-disciplinary team for undertaking this assignment.
The agency shall be fully responsible to deploy its resources / personnel whose qualifications
and experience fully commensurate with the task/responsibilities assigned and to achieve the
objectives of this Contract. The Personnel deployed should be experienced enough and
should have proficiency in the requisite techniques / skills so as to provide practical, realistic,
and actionable service.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-14
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

c. The EPC Contractor will make available technical person who is adequately skilled enough
to independently resolve any operational issues in the complete system and regularly interact
with NHAI. Aadhar enabled Biometric Fingerprint machine shall be installed at each
location / TMC unit by the EPC Contractor for daily attendance management of the Project
and O&M staff.
d. The EPC Contractor shall submit the attendance record with each service invoice and
Authority Engineer shall have the access to the logs of biometric attendance management
system for verification of the actual manpower working days in a month.
e. The Manpower proposed shall be dedicated for the project and shall not be proposed for any
other project or assigned any other project. The resource cannot be change for at least two
years. In case of any variation or change in the manpower / person proposed in the Technical
Proposal and manpower / person deployed upon successful award of the works, minimum
20% remuneration of the proposed role for the total contract period shall be deducted. The
substitute proposed by the Contractor must have more experience than the proposed
candidate in all respect (no. of years of relevant experience, no. of similar projects executed,
qualification of the replacement candidate, etc.).
f. Detailed requirement of technical resources for control centre organisation and staffing is
mentioned below.
5.1.1 Senior Personnel
The EPC Contractor shall assign one (1) Project Engineer (ATMS) and one (1) O&M
Manager (Operation and Maintenance, Installation Engineering) with minimum 10 years
of relevent experience in same filed as a full time participant to the Project during the
course of the Works. They may be stationed at the Project site. The senior engineer shall
be involved in technical discussions and shall conduct the training courses and all testing
procedures. The senior engineer shall also be involved in the installation works as
necessary.
They shall be Graduate (BE/ B/Tech or higher) in the field of traffic engineering,
electrical engineering, electronics, computer, IT, instrumentation, telecommunication, or
communication.
5.1.2 Project Meeting
The EPC Contractor shall be available for progress meetings which will be called for by
the NHAI. The notice of such meetings shall be given by the NHAI in writing and
delivered to the EPC Contractor via email at least two (2) days in advance of the planned
meeting date.
5.1.3 Progress Report
The EPC Contractor shall prepare three (03) copies of monthly progress report every
month and submit to the NHAI. The format of the report shall be agreed upon by the
NHAI and the EPC Contractor.
5.1.4 Maintenance Personnel
The EPC Contractor shall provide adequately skilled technical and maintenance personnel
during the Maintenance phase for maintaining the ATMS system and sub-systems, as
listed in operations and maintenance section of the RFP.

a. The personnel shall address any down time/ trouble shooting as and when required at
any location of service.
b. The resources shall be available on full time basis 365 days in the year at control
centres.
c. Final deployment of the skilled technical resources shall be subject to interview or
concurrence the Authority Engineer.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-15
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

5.1.5 Curriculum Vitae


Within a month after the date of the Contract execution, the EPC Contractor shall submit
to the NHAI, detailed written statements including the names, duties, curriculum vitae of
all foreign and local personnel candidates to be employed. Where subsequent changes or
additions in foreign personnel are proposed, these replacements or additions shall have at
least equivalent experience and qualifications, and detailed written statements of their
experience and qualifications shall be submitted to the NHAI prior to their assignment.
5.1.6 Removal and/or Replacement of Personnel
a. Except as NHAI/ Authority Engineer may otherwise agree, no changes shall be made
in the above Key Personnel. If, for any reason beyond the reasonable control of the
EPC Contractor, it becomes necessary to replace any of the Personnel, the Service
Provider shall forthwith provide as a replacement a person of equivalent or better
qualifications.

b. If NHAI/ Authority Engineer (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action, or (ii) has
reasonable cause to be dissatisfied with the performance of any of the Personnel, then
the Service Provider shall, at the written request specifying the grounds therefore,
forthwith provide as a replacement a person with qualifications and experience
acceptable to the Authority Engineer.
5.1.7 Sub-Contracting / Assignment
a. If any activity / services / infrastructure and / or any obligations in whole or in part
under this project is required to be / subcontracted/ outsourced by the EPC Contractor,
the EPC Contractor shall inform and seek approval of the same from the Authority
Engineer including the terms and condition set-forth by the EPC Contractor in its sub-
contracting agreement. For avoidance of any doubt the EPC Contractor shall remain
solely responsible for all the works / delivery of services to NHAI under the scope of
this project.
b. The EPC Contractor shall inform and seek approval of the same from the Authority
Engineer to sub-contract the non-key services such as civil works, interior and
furnishing of control centre to any agencies specialised to do such work.
5.1.8 Performance standards
a. The EPC Contractor shall undertake to perform the services with the highest standards
of professional and ethical competence and integrity.
b. Keeping in view the sensitivity involved, the personnel deployed should maintain
confidentiality / integrity at all times and work in a professional manner to protect the
interest of NHAI. The firm shall promptly replace any personnel assigned under this
project that NHAI/ Authority Engineer considers unsatisfactory.
6. Time Schedule
1. System Design : within 1.5 months from the date of signing of the Contract
2. Procurement : within 3 months from the date of approval of the System Design
3. Installation : 3 months from the start of delivery of material at site
4. Testing & Commissioning : 1 month from the date of Installation of the system
5. Trial run : 1 month from the date of commissioning
6. O&M period : 60 months from the date of issue of Commissioning Certificate

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-16
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

7. Liquidated damages/ Penalties


7.1 Delays in setting up the system
Failure by the Contractor to complete the works or completion of punch points of SIT/SAT within
30 days of issuance of notice by the Authority Engineer or delay in completion of work for any of
the milestones i.e. beyond the stipulated time as mentioned in the above Time Schedule and in
case of any failure to have remedied all reported defects within the time prescribed by the
Authority Engineer / NHAI, i.e. as per the cure period of up to 15 days shall result in the
application of the penalties for delays. The penalty will be applicable @ 0.5% of the total contract
value of the ATMS per week of delay in system commissioning or delay in completion any of the
above six milestones (system design, etc.) up to a maximum of 10% of the Contract value of
ATMS.
1. Once the liquidated damages reach maximum limit, NHAI shall consider termination of the
contract and forfeiture of the performance bank guarantee. NHAI shall also debar the
Contractor from further participation in NHAI’s subsequent tenders / projects due to its non-
performance for a period decided by it.
2. Upon termination of the Agreement due to service defaults, NHAI may choose to allocate the
said site to any other Contractor, at its sole discretion and at the risk and cost of the defaulting
Contractor.
3. In case of delay due to reasons beyond the control of the Contractor, upon such request from
the Contractor and recommendation from the Authority Engineer, NHAI may, in its sole
discretion, consider suitable extension of time (EOT) without imposing any liquidated
damages upon the Contractor. However, the Contractor shall submit such request at least 30
days before the completion schedule / timeline/ milestone. In case of the delay in submission
of the request for EOT, the penalty will be applied @ 0.5% of the total contract value of the
ATMS per week of delay in submission of request for EOT.
7.2 Non-Compliance to Safety Standards at site
Failure by the EPC Contractor’s personnel in maintaining the safety standards at the site at any
time shall attract penalty on every instance noticed by the Authority Engineer / NHAI.

1. Staff working without safety gears, etc. – penalty of INR 1,00,000 per instance. In case of
repeated instance by the same staff member of the EPC Contractor, the penalty shall be
doubled per instance. The EPC Contractor shall have to replace the repeated offenders / sub-
EPC Contractor (safety lapses more than 3 times) with immediate effect.
2. Improper safety measures at site / safety hazard to the commuters due to poor workmanship,
etc., / EPC Contractor’s vehicle wrongly parked at site / EPC Contractor’s vehicle moving in
wrong direction / working during low visibility hours or at night time without proper safety
measures warning signages and lighting/ improper traffic diversion / non-standard warning
signages etc. / unauthorised lane closure / traffic rule violation/ etc. – minimum penalty of INR
10,00,000 per instance shall be imposed on recommendation of the Authority Engineer. In
case of repeated instance, the penalty shall be doubled per instance. The EPC Contractor shall
have to replace the repeated offenders / sub-EPC Contractor (safety lapses more than 2 times)
with immediate effect. NHAI shall also take legal action against the errant staff / sub-EPC
Contractor / EPC Contractor, as such safety lapses may lead to major safety concern / hazard
for the road users as well as the workers.

7.3 Penalty for Delay in Staff Mobilisation


Delay in submission of detailed written statements and/or mobilization of aforesaid Key
Personnel shall attract penalty @ INR 1,00,000/- (Rupees One Lacs) per day per Key Personnel.
In case the delay is more than 3 weeks, NHAI reserves the right to encash the Bid Security and
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-17
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

PBG towards the aforesaid penalty and may proceed with the revocation of LOA or termination
of the project, as the case may be.
7.4 Other Penalties
Penalty of INR 10,000 to INR 1,00,000 shall be levied on the Contractor for delay of each
working day from the due date of submission / expiry: i) the insurance policy documents, ii)
design documents, iii) manuals, iv) monthly /periodic reports, v) Bank Guarantee, vi) Schedule,
vii) testing, viii) any other documents report directed by NHAI/Authority Engineer, to be
submitted during the entire period of the Contract, etc.
8. Selection of ATMS Sub-Contractor and OEM
1. The firm as determined non-performing or having been terminated from any project during
last three years by Ministry of Road Transport & Highways, Government of India or its
executing agencies like NHAI, NHIDCL etc. or any other Ministry / PSU / State / Central
Government or its Department/ Enforcement agencies/ Autonomous Body etc. will not be
eligible.
2. A Company will not be eligible for ATMS works, in case the penalty for SLA/SLR non-
compliance during O&M period have reached the maximum penalty limit on any
ATMS/ITMS/ITS project.
3. The firm must have experience of successfully executing the Project having similar nature of
work during last 10 financial years
Similar works: Establishment of state-of-the-art ITS/ ATMS/ HTMS/ ITMS system with at
least 1 Traffic Management Centre/ Integrated Command and Control Centre on the
National/State/Urban Highway or Expressway or stretch of equal to of more than 40% length
of this Project involving at least 5 key activities that have been satisfactorily completed within
last 10 years as a prime contractor (single entity or JV member) under reputed PSUs / Central
Government or its Department/ Enforcement agencies/ Autonomous Body etc.
i. Traffic Monitoring Camera System
ii. Vehicle Speed Detection System
iii. Automatic Number Plate Recognition System
iv. Video based Incident / Violation Detection System
v. RLVD (Red Light Violation Detection) System
vi. Adaptive Traffic Signal Control System
vii. Digital Transmission System with OFC Connectivity
viii. Central Processing System
ix. Video Analytics / Management System
4. The OEM of each component/ equipment should have direct presence in India from last 10
years having own service and support offices to ensure smooth after sales service support on
site.
1. The EPC Contractor must submit the datasheet of each component in the Technical
Submission as part of the Technical proposal and design document, clearly mentioning the
make, model, country of origin, and end of life of each component/ equipment in the MAC.
2. To ensure seamless integration, the Contractor shall deploy equipment of same OEM having
seamless interoperability for each categories of the solution components as mentioned below:
i. Computing – Workstations, Servers and storage
ii. Network – Router and switches
iii. Graphics Display, its Controller and Software
iv. Surveillance & Access Control – Cameras, VRS, Video Analytics & Management
Software, Box Camera Housing etc.
v. Security – Firewalls and any other security solution
vi. Interior works and technical furniture at control centres

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-18
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

3. The EPC Contractor must submit the documentary proof for the above-mentioned requirement
and non-compliance matrix for the Functional and Technical Specifications in the Technical
Submission as part of the Technical proposal and design document.
4. Subcontractors/manufacturers for the sub-systems and major items of supply or services must
meet the following minimum criteria:
i. Subcontractor and manufacturers shall have at least two similar contract experiences
within 10 years.
ii. Subcontractor and manufacturers shall be Indian OEM/ Manufacturers or Class-I local
supplier as per DPIIT Order no. P-45021/2/2017-PP (BE-II) dated 04.06.2020 (revised
“Public Procurement (Preference to Make in India) Order 2017”.
iii. Subcontractor and manufacturers shall have direct presence in India having own
service and support offices to ensure smooth on-site after sales service support.
5. The requirement mentioned in the ToR / Technical Specification document are the minimum
requirement. The Contractor shall provide the latest standards or higher specification to meet
the functional and technical requirement. In case any specification mentioned in the document
are obsolete, he shall provide the latest equipment of higher specification, fully meeting the
functional and technical requirement. The Contractor must promptly highlight the
compatibility issues in the Non-Compliance Matrix in the technical proposal and design
document. Any Non-Compliance or Compatibility issue raised by the Contractor after the
award of the Work shall not be acceptable in any circumstances. The Contractor must take
prior written approval from the Authority before supplying any alternate solution proposed for
any obsolete /end of life component, by submitting the proof and undertaking from the OEM
proposed in the Technical proposal and design document.
6. Undertaking for Country of Origin: The EPC Contractor shall ensure that none of the key
component or its sub-component such as PTZ / TMCS Cameras, VIDS system, Vehicle Speed
Detection System, Control Centre / Command Centre / TMC equipment including security
devices are procured / sourced from the OEM from any of the region and / or company barred
/ banned / blacklisted / having territory dispute / threat to sovereignty and integrity / restricted
by the any of the Defense Department / any of the Government Department / Authority / PSU /
Ministries etc. in India. The technical proposal and design document shall be considered as
non-compliance in case this requirement is not fully met by the EPC Contractor. The EPC
Contractor shall submit an undertaking fully complying to this requirement.

7. The EPC Contractor must comply with the Office Memorandum no. F. No. NH-
35014/20/2020-H, Government of India, Ministry of Road Transport & Highways dated
04.08.2020, regarding Department of Expenditure (DoE), Ministry of Finance, Govt. of
India O.M. No. 6/18/2019-PPD dated 23.07.2020, vide which Rule 144 of the general
Financial Rules 2017 entitled “Fundamental principles of public buying’ has been
amended by inserting sub-rule 144 (xi) in the General Financial Rules (GFRs), 2017. As
per the new rule “Any bidder from a country which shares a land border with India will be
eligible to bid in any procurement whether of goods, services (including consultancy services
and non-consultancy services) or works (including turnkey projects) only if the bidder is
registered with the Competent Authority.” This condition shall also be applicable on sub-
contracting of any works / goods / services, etc.
The EPC Contractor shall furnish the registration status of the sub-contractor/ supplier with
Competent Authority (for the items / goods proposed to be procured from any country which
shares a land border with India).

8. Preference shall be given to Indian OEM/ Manufacturers and “Make in India” as per
DPIIT Order no. P-45021/2/2017-PP (BE-II) dated 04.06.2020 (revised “Public
Procurement (Preference to Make in India) Order 2017”. All ATMS/ITS equipment shall
be procured from Indian OEM/ Manufacturers and preference shall be given to “Make in
India” preferably to “Class-I local supplier” as defined in the revised order by DPIIT. The
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-19
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Contractor shall submit the proof of non-availability of the products/ items/ goods/ services in
India which are proposed to be procured from Non-Local supplier or imported.

9. Factory Tests, Inspection and Certification


9.1 General
All equipment, components, spare parts, and software to be delivered or installed under this
Contract shall be tested, inspected, and certified prior to delivery in accordance with these
specifications.
9.2 Test Procedures
a. For off-the-shelf or routinely manufactured equipment or components, a test or inspection
certificate shall accompany each delivery and no Factory acceptance test (FAT) shall be
required. The EPC Contractor shall submit the factory’s routine testing procedures for each key
component.
b. The FAT for equipment, components or software requiring special order, tooling or
development is mandatory and shall be conducted by the Authority Engineer at the
factory/manufacturing unit. The EPC Contractor shall submit to the Authority Engineer
proposed factory test items and test procedures for review as soon as the System Detailed
Design is accepted. The test items shall include as a minimum the following:
1) Functional tests (all equipment and software)
2) Power supply tests (all equipment)
3) Input voltage fluctuation (Sampling test)
4) Instantaneous interruption (Sampling test)
5) Environmental tests for temperature and humidity ranges as specified (sampling test)
6) Insulation resistance (sampling test)
7) Dielectric strength (sampling test)
8) Rainproof test for field equipment (sampling test)
9) Equipment Interface Tests -- Equipment interface tests shall be conducted for all servers,
database, network switches, network adapters, toll collection equipment and
communication equipment in the factory.
These tests shall be executed by interfacing as many different kinds of equipment as possible so
as to ascertain their suitability as system components. Where there is no appropriate equipment
at that particular time to connect to certain equipment, the test shall be executed by connecting
to a simulator.

c. Mandatory Factory Acceptance Tests


Due to the high number of equipment estimated for the project and stringent performance
requirements, only the customised equipment (special order), fabricated items, and ATMS
software shall undergo Factory Acceptance tests in presence of Authority Engineer, NHAI
personnel and / or NHAI’s representatives.

d. The EPC Contractor shall notify the NHAI at least 07 days in advance of each factory
acceptance test to be undertaken and shall make arrangements for the NHAI to attend the tests if
requested. The EPC Contractor shall also bear all expenses of such tests including travel
(including any travel abroad), boarding and lodging expenses of Authority Engineer and up to 4
NHAI personnel and / or their representatives.

e. In case of equipment other than those identified under c) above, should Authority Engineer
decide not to attend any of the tests, the tests shall be carried out by the Contractor, and the duly
certified copies of the test results shall be submitted by the Contractor.
f. If the Authority Engineer is satisfied with the test results, he shall notify the EPC Contractor in
writing to that effect, and the EPC Contractor may then ship the equipment. If the Authority
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-20
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Engineer decides that equipment is defective or produced not in accordance with the Contract,
he may reject the equipment, and will inform the EPC Contractor of the reasons in writing
within 30 days.
9.3 Defects
Should a defect be detected during one of the tests, the cause of the defect shall be ascertained and
documented. For minor defects which do not require re-design of the equipment, the defect shall
be rectified, and the test be repeated. If a design change is required, the Authority Engineer shall
be so informed, and the revised design shall be submitted to the Authority Engineer for review
and approval.
9.4 Test Certificate
Test certificates will be issued only for the actual equipment that has passed the tests. For
sampling test of equipment, if any defect is detected in any one sample, the entire lot shall be
tested, and the results shall be reported to the Authority Engineer for his review.
9.5 System Integration Test (SIT)
a. The SIT shall also incorporate the network-manageable portions of the ATMS system including
the ATMS system interface to the TMC, sub-centres and NHAI HQ Command centre.
b. The SIT shall begin after earlier stages of testing have been successfully completed (i.e. FAT and
SAT) and accepted by the Authority Engineer. When possible, the SIT shall be conducted during
the harshest environment period deemed for that particular equipment. The duration of the SIT
will be agreed with the Authority Engineer prior to starting.
c. In the event of a system, subsystem, ATMS equipment, or ancillary component failure, with the
exception of consumable items such as fuses, the Project shall be shut down for purposes of
testing and correcting identified deficiencies (System Shutdown). System Shutdown is defined as
any condition which, due to work performed by the EPC Contractor, results in the Project, or any
system, subsystem, ATMS equipment, or ancillary component thereof to cease operation.

d. The SIT shall be re-started after the identified deficiency has been corrected.
e. If the total number of System Shutdowns exceeds three (3) due to the same system or subsystem,
ATMS equipment, or ancillary component.
(i) The system, subsystem, ATMS equipment, or ancillary component shall be removed and
replaced with a new and unused unit.
(ii) All applicable FAT and SAT, as deemed necessary by the Authority Engineer shall be
performed and the SIT shall be restarted upon written approval from the Authority Engineer
f. Time extensions shall not be granted to perform the SIT due to any failures. Failures during the
SIT shall be rectified at no additional cost to the NHAI.
g. Upon the successful completion of the SIT and all the required submittals, testing, training, and
documentation have been successfully submitted to and approved by the Authority Engineer, the
Authority Engineer shall provide written notice of Final Acceptance.
h. The notice of Final Acceptance implies that the system is ready for commercial operation subject
to adequate training provided to the Operations and Maintenance personnel.
9.6 Inspection
All equipment shall be inspected before delivery and upon arrival at the site. The inspection shall
be performed on the following items:
1) Painted surfaces and colour
2) Condition of assembly
3) Design and dimensions
4) Parts arrangement

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-21
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

9.7 Cost of Test and Inspection


The testing cost as allowed, shall cover full cost of providing all facilities, labour, consumable
parts, and appliances required in connection with all inspection and tests of completion on the site
or on the manufacturer’s premises, and all other expenses as may be required by the NHAI or
Authority Engineer to attend the test.
9.8 Tests on Completion
9.8.1 General
The EPC Contractor shall keep a clear record of all tests conducted. The record shall include
time, place, equipment, procedure, functions, persons attending, and faults or problems
encountered. The test results, even if they are not satisfactory, shall be documented and
submitted to the Authority Engineer and NHAI for review.
9.9 Tests on Completion for a Portion of Works
9.9.1 Procedure
a. The EPC Contractor shall give due notice to the Authority Engineer and NHAI of atleast seven
(7) days in advance of the proposed date and contents of the Tests on Completion for a Portion of
Works.
b. Tests on Completion shall be performed for the portion of Works completed in the previous one-
month period.
c. When the Authority Engineer has received satisfactory test results, he shall notify the EPC
Contractor in writing that the equipment is ready for trial operations. If the Authority Engineer
decides the equipment is not in accordance with the Contract, he may reject the equipment, and he
shall inform the EPC Contractor as to the reasons why the equipment was rejected in writing
within a reasonable time.
9.9.2 Test Items
a. After the delivery and installation of the equipment at the site, tests on completion for that
portion of Works shall be conducted for each of equipment.
b. Appearance of the equipment and required operations in standalone mode shall be examined in
this test. Test items to be tested at Tests on completion are specified in the section of component
systems in these specifications.
9.9.3 Testing apparatus
a. Each equipment shall be provided with indicator, lamp, monitor or other means to confirm
normal operation of the equipment.
b. Alternatively, the EPC Contractor shall supply suitable number of portable testing apparatus or
computer as part of equipment. Control of monitoring the equipment shall be possible through
the testing apparatus.
c. All test equipment shall have a valid calibration certification from certified government lab.
9.10 Tests on Completion for the Whole of Works
9.10.1 General
During the Test on Completion, all the functions of the equipment required under the Contract
shall be tested. The test shall be conducted with the attendance of the NHAI and Authority
Engineer.
9.10.2 Procedure
a. The EPC Contractor shall submit, at least 14 days in advance, to Authority Engineer the
date(s) on which the Tests on Completion for the Whole Works are to be undertaken.
b. The EPC Contractor shall forward to the Authority Engineer duly certified copies of the test
results when the tests have been successfully completed. When the Authority Engineer has
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-22
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

received the test document and is satisfied with the test results for trial operations, he will
notify the EPC Contractor in writing that the whole works are ready for trial operations.
c. If major defects are uncovered in the tests, the EPC Contractor shall prepare and submit to the
Authority Engineer for review and approval a proposal to remedy the defects. The EPC
Contractor shall not take corrective actions before the proposed remedies have received the
Authority Engineer’s approval. Minor faults and defects detected during the Tests on
Completion may be corrected during the trial operation period.
9.11 Test Conditions and parameters
The following conditions and parameters shall be applicable for each stage of testing i.e. FAT,
SAT, SIT, and Additional tests:
a. The acceptance of each stage of testing does not imply that testing is complete at that stage. If
problems are found at a later date or stage of testing, it may be necessary to return to an earlier
stage of testing after repairs have been made to the system. If at a later stage of testing, an item
of equipment is replaced, repaired, or significantly modified, the equipment shall be retested to
the level necessary to isolate any problem and establish a course of action to remedy the
situation.
b. The Authority Engineer shall sign the trial test documents as proof of a successful trial test for
each item of ATMS equipment and ancillary components. If the test trial is unsuccessful, the
Authority Engineer shall be given minimum seven (7) full business days’ prior notification
before rescheduling another test trial.
c. ATMS Equipment that fails to conform to the requirements of any test will be considered
defective and the equipment will be rejected by the Authority Engineer. In the event a defect is
determined, it shall be determined whether it is limited to a specific unit or could be potential
problems in all such units. Equipment rejected because of problems limited to the specific unit
may be offered again for re-test provided all issues of non-compliance have been corrected and
re-tested and evidence thereof submitted to the Authority Engineer. The evidence thereof shall
include as a minimum a technical report detailing the investigation that has been undertaken to
determine the cause of the failure. The report shall detail, as a minimum, the symptoms, cause
and what action was required to remedy the failure. This report shall be submitted and
approved by the Authority Engineer and NHAI prior to a new test date being scheduled.
d. In the event, the ATMS equipment malfunctions during the test period, the Authority Engineer
may declare a defect and require replacement of all equipment at no additional cost. When a
defect is declared, the test and test period shall be restarted from the beginning for that specific
ATMS equipment.
e. If ATMS equipment has been modified or replaced as a result of a defect, a report shall be
prepared and delivered to the Authority Engineer for acceptance. The report shall describe the
nature of the failure and the corrective action(s) taken. If a failure pattern, as defined by the
Authority Engineer, develops, the Authority Engineer may direct that design and construction
modifications be made to all similar units without additional cost to the NHAI. In the case of
problems common to many units, all units shall be modified at no additional cost to the NHAI.
f. The Test procedures and guidelines mentioned in the RFP are the minimum requirement to be
fulfilled by the EPC Contractor. In addition to the minimum tests prescribed in the RFP, the
Authority Engineer shall instruct the EPC Contractor to conduct the test he deems relevant for
any subsection at the Factory and / or at site, as applicable.
g. Time extensions shall not be granted to perform the FAT/ SAT / SIT / Additional tests due to
any failures. Failures during any test shall be resolved by the EPC Contractor at no additional
cost to the NHAI.
h. The SAT shall be conducted for each and every piece of ATMS equipment and ancillary
components.
i. If any ATMS equipment or ancillary component fails to pass its test more than twice, it shall
be replaced with new ATMS equipment or ancillary component of same make and model and
the entire test shall be repeated until proven successful.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-23
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

j. The ATMS equipment provider shall ensure that the required testing equipment, including a
portable computer and test software is provided for the SAT.
k. Equipment installation shall be inspected to confirm compliance to equipment manufacturer’s
installation good practice recommendations.
l. The quality of equipment and its installation shall be judged and verified to ensure compliance
to relevant standards outlining operational safety, Ingress protection, Surge/ lightning
protection and Radio interference.
m. The FAT / SAT test shall exercise all standalone (non-network) functional operations of the
ATMS equipment and ancillary components installed and shall demonstrate conformance with
the requirements described in the detailed project design specifications, relevant standards
and manufacturer specifications.
10. Defects Liability Period (DLP)
1. Any minor defects in the system identified by the Authority Engineer and provided to the EPC
Contractor in the form of a written notice during the Final Acceptance above shall be rectified
during the Defects Liability Period. The above defects list shall also include any defects that
surface during the DLP, which shall also be rectified by the Service Provider during the defined
DLP itself
2. Suitable tests for confirming the rectification of defects shall be performed by the EPC
Contractor to the satisfaction of the Authority Engineer.
3. The DLP shall be in force for a period specified in the Contract Agreement succeeding the
Completion Certificate.
11. Power Supply
a. Provision for power supply and DG sets (excluding UPS) at the TMC (Traffic Management
Centre) and Sub-centres shall be in the scope of the EPC Contractor. However, recurring costs
towards operations of power supply and DG sets (electricity/DG set fuel bills etc.) shall be
borne by NHAI as mentioned in the Contract Agreement. The EPC Contractor shall examine the
power supply status during the site survey and submit the additional requirement to NHAI along
with the proposal in case of any additional requirement. The additional power and DG
requirement shall be finalised within the design phase. Any additional requirement raised by the
EPC Contractor post design approval may not be considered and the EPC Contractor shall be
responsible to make the arrangement at its own cost.
b. The EPC Contractor shall perform all the necessary application procedures to the Power
Company required for the power to be supplied for the field equipment. All the expenses
charged by Power Companies regarding such applications shall be borne by NHAI. The work to
be undertaken by Power Companies shall be up to the boundary of property and the
responsibility shall lie between the EPC Contractor and Power Companies and the same shall be
deemed to be included in the scope of the EPC Contractor.
c. The EPC Contractor shall make all necessary arrangements for the electricity requirement for
the execution of the Works including Maintenance for the field equipment being used by the
EPC Contractor for implementation of work.
d. The fixed charges, installation charges, recurring charges, electricity bill, DG set fuel,
maintenance etc. for each field equipment, EPC Contractor’s site office, or any other facility
being used by the EPC Contractor for execution of the scope of the Contract shall be completely
in the scope of the EPC Contractor for the entire Contract period i.e. Design phase,
procurement, installation, testing, trail-run, commissioning and maintenance period. The
Authority shall - be responsible only for for power supply during for operations of the facility
as defined in the Contract Agreement.
e. All UPS required for ATMS system for TMC, sub-centres, field equipment shall be in the scope
of the EPC Contractor.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-24
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

12. Work Area Safety and Traffic Control


12.1 General
a. Obstructions and excavations in the work areas shall be adequately fenced and guarded at all
times and proper traffic control devices shall be installed to protect the workers and the public.
Particular attention shall be paid to the positioning of traffic barriers and traffic cones.
Unnecessary blocking of traffic lanes shall not be permitted. Roads and sidewalks shall not be
used for the unnecessary storage of materials.
b. Adequate traffic control devices shall be in place before work begins and all such devices shall
be removed immediately when the work is completed. As work progresses, warning devices
which were appropriate at one time but are no longer applicable shall be removed immediately.
c. Signs, lights, barriers and other traffic control devices shall be maintained in good order and in
the correct position during the day and night. Signs shall be neat, clear and legible at all times.
d. Compensation for meeting the requirements of this section shall be included in the various bid
items and no separate payments will be made, therefore.
e. Penalties shall be applicable as prescribed in the Penalty clause above, in case of any non-
compliance or safety violation.
12.2 Highway Lane Closure
No lane closure shall be permitted on any road during peak hours except with prior approval of
the NHAI. During non-peak hours, one or several traffic lanes may be closed provided that at
least one lane in each direction is open for traffic at all times. On two-way, two-lane roads, any
lane closure shall be first approved by the NHAI. Notwithstanding the provisions above, the
NHAI and the police shall have the power to order the lane closure removed or to require better
traffic control measures.
12.3 Warning Signs
a. All work area warning signs shall conform to the requirements in the relevant regulations in
India.
b. A "LANE CLOSED AHEAD” and a “LANE CLOSED” sign shall be placed upstream of the
lane closure site at a distance of approximately 100 meters and 50 meters respectively when one
lane of the roadway is closed. These signs shall be placed further upstream of the work area if
more than one lane of the roadway is closed.
c. All work area warning signs shall be made of reflective sheet or material if the signs are to
remain in place during hours of darkness.
d. The design, specifications, quantity, location, placement of the Signages shall fully comply with
latest version of IRC 67 2012, IRC SP 99:2013 and/ or applicable latest international and IRC
codes.
12.4 Temporary Warning Flashers
Temporary warning flashers of Amber/red colour LED and minimum 500mm dia shall be used
during the hours of darkness if traffic cones, barricades or other barriers are to remain in position
at night. Lamps shall be kept alight at all times during the hours of darkness. The flashers shall
clearly mark the site of obstructions and delineate the transition zone. Minimum 4 nos. waring
flashers shall be kept alight at each such location.
12.5 Traffic Cones and barriers
Traffic cones and water filled barriers shall be placed on the roadway in advance of the work site
to form a transition taper. The length of the transition taper shall be at least 30 meters so as to
guide traffic smoothly from the full width section to the narrowed down section. Spacing between
the cones shall be no more than 10 meters.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-25
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

12.6 Plant and Equipment


a. In all cases where traffic is permitted to use the whole or a portion of the existing road before
the work is completed, all plant items and similar obstructions shall be removed from the road
at night, if at all possible. Otherwise, they shall be delineated at night if they stay within 2
meters of the edge of the roadway by two red lights suspended vertically from the point of
obstruction nearest to the roadway. The lights may be omitted in cases where there is
permanent obstruction, such as trees being less than 2 meters from the edge of roadway and
the plant or equipment are not closer to the road than the permanent obstruction.
b. During the day, a red flag shall be projected beyond the extremity of all plant items (other than
vehicles) adjacent to the traffic lane.
c. The Contractor shall take all the safety measures as per the site requirement and prescribed by
NHAI/ Authority Engineer.
12.7 Vehicles
Vehicles which are used to carry out operations on the roadway and which are required to travel
slowly or to stop frequently shall be made as conspicuous as possible. This shall he achieved by
painting them in a distinctive colour or painting the rear portion with diagonal stripes of a
contrasting colour or providing flashing lights on the top of the vehicle. They shall also have a
plate of sufficient size on the rear side with the words "Slow Moving" and shall be visible from
100 meters.
13. Documentation
13.1 General
a. The documentation shall contain complete details of how the System was actually built, and
how it works, together with complete operating and maintenance information. The
documentation shall consist of the following manuals and drawings:
1) System design manual
2) Software manual
3) Hardware manual
4) Installation manual
5) Operator’s manual
6) Maintenance manual
7) Product ‘End of Life’ Plan
8) As built drawing
b. The documentation shall be a detailed presentation with text and illustrations. All
documentation shall be in English and shall be subject to the approval by the Authority
Engineer.
c. The documentation process shall include the preparation, editing, submittal for approval,
publication, delivery and acceptance of the documentation in accordance with the
requirements of the Contract.
d. Documentation shall use SI units in accordance with ISO 80000-1
e. Detailed design drawings and structural calculations for each type of pole, gantry or
structure (including foundations) used to mount ATMS equipment shall be submitted to the
Authority Engineer for approval after due certification by a Licensed Structural Engineer.
The design calculations shall be carried out in accordance with relevant MoRTH/IRC
standards where applicable.
f. The drawings shall show materials specification and finishes for each item of equipment
proposed for use. All weld types and sizes shall be identified on the design and construction
drawings.
g. Power schematic diagrams for all ATMS installations shall be submitted to the Authority
Engineer for approval.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-26
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

h. Telecommunications schematic diagram shall be submitted to the Authority Engineer for


approval. The telecommunications diagram shall include all systems, subsystems and
components, including connections to modems, devices and the telecommunications access
and backbone network.
i. As-built record drawings shall include longitude and latitude data accurate to within two (2)
metres for each of the ATMS equipment and infrastructure installed.
j. Documentation should be organized so that unnecessary repetition is avoided. Topics likely
to be frequently referenced by the EPC Contractor (e.g. operating and maintenance
instructions) should be given prominence. As it is recognized that the volume of the
documentation and drawings to be provided will vary considerably with the complexity of
the equipment being supplied (ranging from one ring binder to several volumes), the
Authority Engineer should be consulted for its agreement on the presentation and layout of
the documents to be provided.
k. Installation instructions to be included in the package of any item of equipment likely to be
installed separately or in conjunction with the ATMS equipment, shall be in the form of a
leaflet or similar. It shall have sufficient information (with diagrams) for the item
concerned to be correctly installed in position and connected and describe any necessary
set-up procedure.
l. Maintenance information cards or booklets, one set of which is to be secured within each
equipment enclosure or cabinet shall be encapsulated in a durable weatherproof format.
They shall show the general layout of equipment and component modules and references in
schematic form, and set-up addresses for on-site replacement of component modules.
m. The format and extent of electronic media and/or hardcopy presentation of technical
documents shall be agreed upon by the Authority Engineer before final versions are
produced.
13.2 Submittals
a. All ATMS equipment shall, as a minimum, meet all the requirements listed in these
specifications. Future technological advances may allow for ATMS equipment to be
provided that exceed the minimum requirements in these Specifications.
b. Systems and subsystems that minimizes the possibility of either the failure of any single
component or the complete module failure shall be provided by the EPC Contractor in
Technical Proposal and later in Design Document. Failure of one component or module
shall not cause the failure of any other component or module.
c. Product data, design and construction drawings for all of the components shall be submitted
to the Authority Engineer for approval.
d. Heat-load calculation sheets accompanied by related manufacturer's data sheets to support
justification of proposed cooling systems shall be submitted to the Authority Engineer for
approval. Power consumption calculations to support proposed power distribution type and
size shall also be submitted.
13.3 Presentation of Documentation
a. All documentation shall be prepared in a clear, concise manner with appropriate
illustrations. Except otherwise specified by the Authority Engineer / NHAI, all
documentation except drawings shall be double side printed on A4 size sheets. All
documentation shall carry an issue number, revision number and date. A uniform style and
format shall be followed as much as possible.
b. The draft of all the reports and documents shall be submitted to the Authority Engineer in
electronic form (PDF) only, for review and approval before submission of printed copies.
c. Three (3) printed copies (double side printed) and three (3) sets of electronic files on CD-
ROM or DVD of all documentation, manuals and drawings of as built conditions shall be
submitted. Electronic file shall be in the latest version of portable document format. In

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-27
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

addition, as-built drawing in the latest version of AutoCAD at the time of submission of
Technical Proposal must be included on CD-ROM or DVD.
d. In order to maintain liaison between parts of the EPC Contractor and the NHAI,
documentation concerning each part of the Contract shall be produced as part of each
component job and not left until the preparation of the final manuals. Effort may be saved,
and familiarity with the presentation of information will be maintained by writing the
documentation during the Contract in a form suitable for inclusion in the relevant final
manuals.
e. All system manuals shall be available at the beginning of classroom training. Re-issues
shall be provided if site commissioning and testing makes this necessary.
f. If changes or modifications are required in any of the documents previously submitted, the
EPC Contractor shall fully describe the changes or modifications, and immediately submit
them to the Authority Engineer for approval.
13.4 Standard Documentation
Standard documentation shall be provided for the computer and peripherals (hardware and
software), programming manuals including the languages to be used, transmission equipment,
air conditioner, power supplies, and other standard products to be supplied under the Contract.
13.5 System Design Manual
a. The intent of the system design manual is to give an overall description of the ATMS
including the digital transmission system and associated systems supplied under the
Contract. The manual may be divided into sections to cover all and every aspect of the
systems. The description shall be plain, and the detail of operation shall be left to other
manuals with adequate reference to them. The manual should provide cross references to
the appropriate manuals of the system when necessary to do so.
b. The system design manual shall completely define all functions, inputs, and outputs
including methods of entering inputs, methods of obtaining outputs, data structure and
content, format, sequence, and timing. The system structure and organization shall be
described including all the data flow paths through the system and all the data files in the
system. This description shall clearly present the functional relationship of the computer
program modules with one another and with all peripheral, monitor display, control desks,
central controllers, transmission equipment, detector, control centre equipment, office
equipment, field equipment or other equipment. An overall system flow diagram shall be
provided.
13.6 Software Manual
The software manual shall be project oriented. The software manual shall therefore include the
application programs and database details.
13.6.1 Structure
The manual shall describe the overall software structure with particular attention to the
points at which further user programs can be interfaced. It is essential that the relationship
of program modules, their priority, and their calling sequences are explained in such a
manner that it may be clearly understood, especially by any competent programmer who
wishes to specify or interface a new program into the system.
13.6.2 Program Logic/Function
Operational objectives for each program shall be described. All logic and transformations
on the input data in order to generate output data and accomplish system functions shall
be described, together with their interaction, sequencing and time requirements.
Derivations of any mathematical equations shall be stated if appropriate.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-28
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

13.6.3 Flowcharts
Each major section of the programming logic as described above shall be presented in
greater detail. The detail shall be developed into a format of flowcharts or other graphical
methods using statement and decision blocks to show the flow of information. Within
each statement and decision block sufficient information shall be presented to describe
what is being accomplished. Mathematical or engineering terminology and equations
shall be incorporated when necessary to fully describe the operations to be performed.
13.6.4 Output Formats
Sample output formats both printout and monitor display shall be provided from actual
printer output and monitor display with explanation for each item on the output format.
13.6.5 Data File in Database
The format of all data in the database shall be given together with the structure, type,
format, length, default value, and range of allowable value, if any. For constant file that
contains system parameters and constant, their value shall also be shown.
13.7 Hardware Manual
a. This manual shall provide a complete description of the hardware of all the system
equipment and components to be supplied under the Contract. Documents regarding
component systems shall be bound in separate volume for convenience of use.
b. The following information shall be provided for each applicable equipment or
component:
13.7.1 Functional Descriptions
All information necessary to fully explain the basic function or use of the equipment shall be
provided. It shall include a block diagram presentation of the equipment.
13.7.2 Operating Procedure
a. The operating procedure shall be fully described in a simple and clear language. Appropriate
illustrations shall be provided. Explanation and use shall be given to all the keys and
switches. Meaning of all meters and indicators shall also be explained.
b. A list of applicable test instruments and tools required to perform necessary measurements
shall be included. Setup tests and calibration procedures shall also be described if applicable.
13.8 Installation Manual
a. This manual shall provide a complete description of the installation procedures of all the
system equipment and components to be supplied under the Contract. Documents regarding
component systems shall be bound in separate volume for convenience of use.
b. The following information shall be provided for each applicable equipment or component:
13.8.1 Installation instructions
Comprehensive instructions (including drawings for site assembly) for correct installation and
connection of all parts of the Equipment, to be retained for reference purposes.
Instructions relating to each item of equipment likely to be installed separately.
13.8.2 Commissioning instructions
Set-up details of addresses, operating parameters, control ranges and limits, etc. Commissioning
procedures and tests.
13.9 Operator’s Manual
a. This manual shall comprise a concise set of procedures, the system operator may require
operating the system with a minimum of detailed technical description of the internal working
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-29
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

of the various parts of the system. Cross references to the appropriate manuals for detailed
technical descriptions however shall be provided.
b. The manual shall list specific procedures to be followed for both hardware and software
operations, which may have to be followed either by programmers or hardware engineers.
Instructions shall therefore be basic and detailed. A step by step procedure shall be given for
switching on and off power, controlling the equipment and for starting up and shutting down
the system. This shall include loading of the operating programs, checking that they are
running correctly, operation of variable message signs, TMCS camera, monitor display,
graphic display, and use of utility programs through keyboard and monitor display.
c. In addition to the routine operation, procedures shall be given for fault diagnosis. Typical
symptoms shall be listed, with corresponding corrective or emergency action to be taken.
13.10 Maintenance Manual
This manual shall describe both preventive and corrective maintenance procedures in such detail
that maintenance personnel can perform the proper maintenance work by reading this manual.
13.10.1 Preventive Maintenance
The manufacturer’s recommended procedures for proper preventive maintenance shall be
indicated to ensure reliable equipment operation. Specifications including defined tolerances for
all electrical, mechanical and other applicable measurements and adjustments shall be listed.
Periodical repainting servicing shall also be described. List of parts that require periodic
replacement shall be included.
13.10.2 Corrective Maintenance
a. This section shall provide the information necessary for isolation and repair of failure and
malfunctions. Accuracies, limitations and tolerances for all electrical, physical and other
applicable measurements shall be described. Instructions for disassembly, overhaul and
reassembly, including workshop performance requirements shall be provided.
b. Fully detailed step by step instructions shall be given where a failure to follow special
procedures would endanger the life of the operating or maintenance personnel, damage to the
equipment, improper operation, etc. Instructions and specifications shall be included for such
maintenance work that may be accomplished by specialized technicians and engineers in a
modern electro-mechanical workshop. Instructions concerning special test set up, component
fabrication, use of special tools, jigs and test equipment shall be included.
c. Maintenance procedures shall cover the diagnosis of faults, testing and setting up adjustments,
replacements of units and operation of test equipment.
13.11 Product ‘End of Life’ Plan
a. Instructions for dismantling the equipment without causing damage
b. Details of re-usable/recyclable components, materials and the coding system used to identify
them,
c. Details of any precious metals
d. Details of any hazardous substances, heavy metals or other pollutants with instructions on their
safe handling and disposal.
13.12 As-Built Drawings for Whole Works
a. The EPC Contractor shall submit three (3) copies of as-built plans and drawings to the NHAI
within reasonable time after the Tests on Completion for the Whole Works but not later than
three (3) months prior to the Completion. As-built plans and drawings to be submitted by the
EPC Contractor shall include but not be limited to:
1) Detail drawings of all equipment,
2) Variable message sign support, TMCS camera pole, detector pole (if any), etc. with
fittings (civil structure plans and drawings),

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-30
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

3) Equipment layout,
4) Communication cable network diagram, fibre assignment diagram and final BOQ for the
cable work
5) Conduit route diagram, handhole, manhole layout and final BOQ for the conduit work
6) Traffic Management Centre operator room and machine room layout,
7) Data cable connection diagram at Traffic Management Centre and other ,
8) Power distribution diagram,
9) Traffic Management Centre and sub-centre building,
b. These plans and drawings shall incorporate changes made during the installation and training. A
uniform legend shall be used throughout the documentation.
13.13 Programs on CD Disk
As part of the documentation, The EPC Contractor shall provide a copy of all source programs
which have been coded for this system on a CD-ROM or DVD ready for compilation. The source
programs shall be written in English and compatible with the flowcharts and program listings. In
addition, a copy of the operating system, utility programs and other programs used in the CPU
shall be provided on a CD-ROM or DVD which can be readily loaded.
14. Quality Assurance
a. The ATMS equipment provider shall have in place a quality system complying with ISO 9001,
for the activities of design, development and production of the ATMS equipment to be supplied
unless otherwise agreed by the Authority Engineer. The quality system shall cover each and
every location where such activities are undertaken.
b. The Authority Engineer shall audit the potential supplier's quality system and test facilities
before approving use of the proposed supplier. NHAI reserves the right for the same.
c. The following requirements must also be considered:
i. The design and installation of Electrical Installations shall comply with
the requirements of the Bureau of Indian Standards.
ii. The EPC Contractor shall be required to provide, at their own expense, samples of the
proposed equipment and all associated approvals, test reports and schedules to verify
that the equipment meets all of the NHAI’s requirements.
15. On-line Access Facility during the Operations & Maintenance phase
a. The systems commissioned by the EPC Contractor shall provide, during the entire period of
the Contract, adequate remote access (via-internet) to the Authority Engineer and NHAI for
on-line evaluation of the functioning of each equipment / sub-system, including all field
equipment. The EPC Contractor shall also provide the Authority Engineer and NHAI a
suitable tool for the same. In the case of TMCS, VIDS, ANPR Cameras, this tool shall also
support the facility of observing real-time images from each camera by remote operation of the
Pan-Tilt-Zoom facility. NHAI reserves the right to include the results of any such examination
by NHAI and / or Authority Engineer in the achieved service levels for the period under
evaluation.
b. The toll shall also provide the real-time access of the ATMS Dashboard, GIS Map, NMS,
FMS, Report module for entire stretch as well as each sub-centre, etc.
c. For the purpose of enabling the above on-line access facility, each of the equipment / sub-
systems shall be Internet Protocol (IP) based supporting the Simple Network Management
Protocol (SNMP).
d. The above tool shall also include a feature by which the NHAI and Authority Engineer can
generate detailed performance, violation, event, incident, operation and maintenance reports
without the need for any support / intervention from the EPC Contractor’s personnel.
e. The tool shall also provide the feature to playback any video without affecting the Control
Room operations.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-31
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

f. The limited access shall also be provided in the Police Control Rooms, Dial 112, and City
ICCC. The access shall be provided to other enforcement agency also only upon approval of
NHAI. The agencies shall be able to view ATMS dashboard, GIS Map, live and recorded feed
from all the cameras, reports relevant to the department. The reports to be provided shall be
finalised in consultation with Authority Engineer and concerned agency and shall be approved
by NHAI. The Police and enforcement department shall have the option to search any vehicle
details by entering the vehicle number, along with date time location filters, as applicable. The
authorised users shall also have the option to download / save any video recording, image,
relevant report (as per the permission), etc.
g. The ATMS central processing system shall keep the logs of each and every activity of the
users on the On-line Access Facility, included IP address, username, data access, downloaded
video / clip logs, etc.
16. Integration
a. Integration activities of the ATMS project shall be coordinated and undertaken such that all
systems, subsystems, ATMS equipment and ancillary components are integrated with the
ATMS Control Centre hardware and in accordance with the detailed project design
specifications.
b. All integration activates shall be coordinated with the Authority Engineer prior to
commencement of any integration activities and shall be agreed in accordance with the project
program.
c. Integration activities shall include the telecommunication nodes (i.e. Managed Ethernet
Switches) with the existing and/or proposed fibre optic Ethernet telecommunications network
for the design and connectivity of the ATMS Project.
d. All ATMS equipment shall be managed and operated by the ATMS Control Centre. The
ATMS equipment shall be integrated as identified in the design drawings and/or
specifications, into the ATMS Control Centre.
e. The ATMS System shall be integrated with the AFS (ANPR cum FASTag System) deployed
by NHAI under a separate contract for user fee collection system on the project / NH Stretch.
f. EPC Contractor shall integrate the VIDS system installed on the project / NH stretch by NHAI
under a separate contract for blackspot monitoring.
g. The ATMS System shall be integrated with the RO Control Centre (RCC), Incident
Management System (IMS) deployed at PIU, and ITS Command Centre (ICC) at NHAI HQ
for seamless streaming of data / video of all cameras installed on the project by the EPC
Contractor, incident monitoring / management, facility management system at each of these
locations, as per the requirement of NHAI.
17. Training
17.1 General
a. A training program as specified herein shall be provided for the management, operation, and
maintenance of the Highway/expressway management system, digital transmission system and
associated systems. All training shall be conducted either in Project City or at site.
b. The objectives of the training are for the Authority Engineer and NHAI officials to understand
the functions and the operation of the various systems, and to make them familiar with the
proper use of the equipment, software supplied, traffic management operation under the
contract.
c. The EPC Contractor shall develop all materials required for training in English and furnish
three (03) copies of each manual, class note, visual aid, and other instructional materials to the
Authority Engineer and NHAI for distribution to the attendants. The manuals, instructions, and
training notes shall be in loose-leaf binder form.
d. The outline of the lectures or demonstrations and a sample or description of all training aids
shall be submitted to the Engineer for review at least thirty (30) days prior to their proposed

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-32
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

presentation or use. Written approval by the Authority Engineer of these materials shall be
required prior to the scheduling of training sessions and/or the production in quantity of any
training materials.
e. The minimum content and duration (contact hours) of classroom training sessions shall be as
specified herein, plus such other topics as are necessary, to ensure effective training.
Notwithstanding the contact hours specified herein, all training shall be effective and shall be
completed by the EPC Contractor to the satisfaction of the Authority Engineer and the NHAI.
17.2 Management and Operations Training
a. The management and operations training shall include classroom instructions, on site
demonstrations, and follow-up reviews. The training shall be designed for the Engineers and
control centre operators (up to 20 persons) and shall cover all operating procedures and
database management of all equipment comprising the ATMS.
b. The initial classroom instructions and on-site demonstrations shall be completed during trial
operation for whole works and the follow-up reviews shall be completed during the first two
(2) months of the guarantee period. The contents of this training shall include as a minimum
the following:
17.2.1 Training program - System Management (Minimum of 12 contact hours)
1) System operation
2) Operations overview
3) Data requests and data displays
4) Functions and duties of control centre personnel
17.2.2 Training program - Control Procedures (Minimum of 24 contact hours)
1) Server, operator console and peripheral equipment operations
2) Orderly start-up and shut-down
3) Use of diagnostic programs and procedures
4) Response to alarms, errors and faults
5) Interpretation of alarms and fault messages
6) Operation of TMCS equipment
7) Operation of the VIDS equipment
8) Operation of the ATCC application
9) Operation of the TTMS application
10) Operation of the Probe data system
11) Operation of the VSDS equipment
12) Operation of Graphic Display and monitor display
17.2.3 Training Program - Analyst Procedures (Minimum of 24 contact hours)
1) Data requests and data displays of operator console
2) Data base management
3) Coding input
4) Edit checks
5) Insertion, deletion and alteration of data
6) Modifications
7) Addition, deletion or alteration of default values and parameters
8) Interpretation of displays and reports
17.2.4 Training program - Maintenance Training
a. The maintenance training shall cover trouble shooting and maintenance procedures for all
newly installed equipment and the use of maintenance tools, equipment, and test instruments.
It shall be completed within six (6) months of the issuance of the Certificate of Completion for
the Whole Works.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-33
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

b. The training shall include at least 80 contact hours of classroom instructions and hands-on
workshop sessions, and on-the-job training:
c. The classroom lectures shall cover at least the following:
17.2.5 Training program - Traffic Management Centre
1) Central Processing System Server and operator console
2) Peripherals
3) Graphic Display
4) Data gathering processor
5) TMC server
6) ATMS Software
7) ATCC application
8) TTMS application
9) Probe data system
10) VSDS server
11) Communications and Ethernet
12) Layer switch, router, and hub if applicable
13) Wireless communication system
14) Facility monitoring central controller
15) Metallic and optical fibre cable
16) Power supply and distribution
17.2.6 Field equipment
1) TMCS equipment
2) VIDS equipment
3) VSDS equipment
4) Facility monitoring equipment
17.2.7 Workshop
A workshop shall be conducted on
1) Test equipment
2) Test procedures
3) Repair procedures

Further,
a. Hands-on training shall focus on the diagnosis of the fault and malfunction and include but
not be limited to the following:
1) Diagnosis of TMCS
2) Diagnosis of VIDS
3) Diagnosis of ATCC application
4) Diagnosis of TTMS application
5) Diagnosis of VSDS
6) Diagnosis of Ethernet
7) Diagnosis of data transmission system
8) Diagnosis of facility monitoring system
b. On-the-job operation and maintenance training shall be provided for NHAI operation and
maintenance staff or staff of contractor (up to 15 persons) and shall commence on the
conclusion of the classroom and workshop training sessions and continue until Taking Over
Certificate of the Works. Indian counterpart staff will be designated for this purpose. Salaries
overtime pay and cost of allowances of these staff will not be the responsibility of the EPC
Contractor, but the EPC Contractor shall be fully responsible for providing all necessary
instructions, manuals and tools, and for all other non-salary related cost. The EPC Contractor
shall specify the equipment, tools, and other items to be provided in the Technical Proposal.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-34
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

17.2.8 Training program – Operations


1) Introduction to the Operations and Maintenance procedures for the highway (based on
the O&M manual)
2) Routine monitoring of the Highway
3) Incident Management procedures
4) Incident detection and validation
5) Incident logging
6) The use of checklists for fail-safe incident management
7) Communication with other stakeholders of incident management
8) Active monitoring of Incident management
9) System performance monitoring
10) Routine monitoring
11) Logging failures / events
12) Communication with maintenance engineers
18. System Operation and Maintenance
a. The EPC Contractor shall perform System Maintenance (O&M) for a period mentioned in the
Contract Agreement meeting the requirements provided in the relevant Schedules.
b. The EPC Contractor shall deploy adequate number of trained personnel at site and at their
back office to ensure that the above requirements are met. The EPC Contractor shall submit, to
the Authority Engineer and NHAI, weekly reports on their Maintenance.
19. Information Security
a. The EPC Contractor is required to ensure that the system being provided operates in a secure
manner. The solutions offered shall be in accordance with Information Technology
(Reasonable security practices and procedures and sensitive personal data or information)
Rules, 2011 published vide Government of India Notification No. G.S.R. 313(E) dated 11th
April 2011.
b. The EPC Contractor is required to ensure that the system being provided shall adhere to the
model framework of cyber security requirements set for Smart City (K-15016/61/2016-SC-1,
Government of India, Ministry of Urban Development).
c. The EPC Contractor shall have familiarly with ISO 27001 or procure the necessary expertise
in developing and delivering solutions in line with information system security best practice.
At least one of the System Maintenance Engineer/ Manager deployed at site shall have
relevant information security certification from any renowned institute.
20. Spares, Consumables and Maintenance Equipment
20.1 General
The EPC Contractor shall furnish the specific spare parts, consumables and maintenance
equipment as indicated in the Tender Schedule.
20.2 Recommended Spare Parts and Maintenance Equipment
a. The EPC Contractor shall provide in his Technical Proposal detailed information on spare parts
and consumables necessary for the continuous operation and maintenance of the equipment to
be installed under this Contract through the guarantee period and five (05) additional years
following the system acceptance. The information shall include identification, source of supply,
and availability for the next 10 years. Recommended quantities for five years of maintenance for
these spare parts and consumables shall be listed in the Technical Proposal “Spare Parts and
Maintenance Equipment”.
b. The EPC Contractor shall also identify maintenance equipment, tools, testers, and measuring
apparatus which will be required to effectively maintain the highway/expressway management
system and provide all necessary details in his Technical Proposal. The costs of furnishing the
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-35
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

equipment shall be quoted in the "Proposed Rates and prices of Recommended Spare Parts and
Maintenance Equipment.” The recommended maintenance equipment should include, among
others, the following:
1) Maintenance computer (workstation type)
2) Field maintenance computer (Industrial Grade Laptops)
3) Digital multi meter
4) Level meter
5) Insulation resistant meter
6) Dielectric strength meter
7) Ground resistance meter
8) Oscilloscope
9) Network analyser
c. Operation, simulation and diagnosis software developed specifically to the equipment to be
supplied under the CONTRACT shall be supplied in CD-ROM or DVD. They shall be also
installed in the maintenance computer.
d. The NHAI reserves the option to require the EPC Contractor to furnish any or all of the
recommended spare parts, consumables, and maintenance equipment.
20.3 Parts Supply Guarantee
a. The EPC Contractor (EPC Contractor), his legitimate successor or his designate, shall
guarantee for a period of seven (7) years from the date of commencement of the O&M period
and that he will supply promptly upon the written request from the NHAI any parts,
components or equipment incorporated in the System even after completion of the Contract
period. This Clause shall not necessarily be construed to read that the EPC Contractor be
required to maintain the inventory to cover the entire items for anticipated requirement for
such purpose through the 7 years’ period. Because of discontinuation of production of such
particular items or because of any reasons beyond his control, if the EPC Contractor fails to
supply the requested parts, components or equipment, he shall satisfy the need of the NHAI by
whatever appropriate substitutes available with consent and approval of the NHAI, but always
in such a manner and outcome that the substitutes can maintain or improve the Works’
performance or capabilities as a whole.
b. The EPC Contractor shall be paid as per the rates mentioned in the Indicative list of key
components or as determined by the Authority, for supply of parts requested by NHAI after
completion of the Contract period.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-36
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Section 02 Design Requirements

1. General
a. The EPC Contractor shall undertake the detailed design of Advance Traffic Management
System (ATMS), Digital Transmission System and associated facilities and works,
hereinafter collectively referred to as ATMS. The ATMS shall meet all the design criteria
stipulated in the System Specifications. The component systems comprising ATMS to be
constructed under the Contract shall include but not be limited to the component systems:
b. All systems to be installed under this Contract shall be capable of continuous, unattended, 24
hours a day, 7 days a week operation under the environmental conditions prevailing on the
Project Highway. Should the design require periodic replacement of any equipment or
component, the replacement schedules of such equipment or component shall be described in
the Technical Proposal and in the maintenance manual.
2. Technical Proposal
The Civil Contractor may shortlist the ATMS Sub-Contractor and shall submit the Technical
Proposal of the ATMS Sun-Contractor to NHAI for review and approval of the Authority
Engineer before awarding the work.
The technical proposal shall comprise of the following:
a. The EPC Contractor shall describe the proposed works in sufficient detail in his Technical
Proposal to enable the NHAI to evaluate the technical adequacy of the proposed system.
The Technical Proposal shall include the statement of compliance with the Specifications
indicating whether the proposed equipment comply with the specified requirements. If the
proposed system does not comply with the Specifications, the details of differences shall
be described together with the alternative features of facilities offered. The NHAI may
reject the non-compliant proposal.
b. The EPC Contractor shall propose and describe in detail in his Technical Proposal the
approach, methodology, technology and procedure of the detailed design of the
expressway management system, traffic management system, digital transmission system
and associated works. Expected output of the detailed design shall be described together
with the submission schedule for review and approval by the NHAI.
c. For the items for which type, procedure, method, or configuration is left to the supplier’s
design, The EPC Contractor shall clearly indicate in the proposal the type, procedure,
method or configuration he chooses with reason.
d. The Technical Proposal shall describe in detail how the system requirements defined in the
Tender Documents will be achieved with block diagram, data flow, and timing chart.
e. The EPC Contractor shall not submit an alternative proposal. NHAI shall reject such
alternative proposal.
f. The Technical Proposal shall be written in the same sequence as the Specifications. Where
the supporting documents are provided, a cross reference shall be prepared. The Technical
Proposal shall be written in English.
g. The Technical Proposal shall include the description of system as a whole and equipment
comprising the System. The description shall include how the requirements of the
Specifications are achieved. If necessary, block diagram, flowchart, timing chart or other
explanatory documents shall be attached.
h. Equipment comprising the system shall be defined. For each equipment, the following
items shall be stated:
1) Electrical and/or mechanical specifications
2) Specifications of interface with other equipment
3) Human-machine interface, if applicable
4) Environmental conditions
5) Physical dimensions

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-37
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

6) Power consumption
7) Operation console layout
8) Brand, make, model, and/or type (only one for each component)*
9) Catalogue, brochure, or other supporting document (if any)
*Technical proposal with more than one make/model for each component shall be
rejected.
i. The EPC Contractor shall submit the layout plan of the Operation Room in the Technical
Proposal for reference
j. The EPC Contractor shall include in the Technical Proposal the software quality assurance
program that he intends to adopt in developing the software.
k. The EPC Contractor shall propose in the Technical Proposal the feasibility and ease with
which such applications (additional software packages to run concurrently with the
software provided under the Contract) might be implemented using the Advance Traffic
Management System proposed by him and shall advise the spare memory capacity and
processing power which could be available, but not necessarily provided, within the
proposed computer to allow such applications to be implemented.
l. The EPC Contractor shall state in the Technical Proposal, the third-party software that he
proposes. If the EPC Contractor proposes the third-party program that is of limited use, he
shall explain the reason for using it in the Technical.
m. Systems and subsystems that minimize the possibility of either the failure of any single
component or the module which may cause total system failure shall be provided by the
EPC Contractor in Technical Proposal and later in Design Document. Failure of one
component or module shall not cause the failure of any other component or module.
n. The EPC Contractor shall describe in his Technical Proposal application software to be
provided to the servers and workstation in the Traffic Management Centre required
hereunder.
1) Graphical presentation of module and components comprising application of servers
and workstation.
2) Data processing flow in the form of class diagram, use case diagram, sequence
diagram, or data flow diagram
3) Scale or size of the module and components, and programming language used
4) Extent of the development required for the Project
o. Attested copy of the Certifications, test reports, etc. specified in this Document.
p. Any other item / document / information specified in this Document for submission in
Technical Proposal/ design document or sought by the Authority/ Authority Engineer.
3. Detailed Design
3.1 Design Briefing
Within 15 days of commencement date of the Works, the EPC Contractor shall conduct a
design briefing session in the development centre of the EPC Contractor. The design briefing
shall cover all the system components and civil works included in the Contract. The main
objective of the briefing is to acquaint the Authority Engineer and NHAI with the design
concept and outlines of the proposed systems, and to allow them to examine whether or not the
EPC Contractor’s design complies with the Contract.
3.2 Design Review and Approval
a. Within 1.5 months of commencement date of the Works, the EPC Contractor shall submit a
Final System Detailed Design to the Authority Engineer for his review and approval. The
System Detailed Design shall provide detailed information of the proposed system, including
system configuration, block diagrams, input and output, flow charts, interface, inter-
connections, design calculation and manufacturer’s specification sheets for all systems and
shall cover all necessary hardware, software, database and operating procedures.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-38
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

b. The EPC Contractor shall submit System Detailed Design for each component system as it is
completed. The EPC Contractor shall further focus on completing the design of all
components to expedite the project implementation. If design change is necessary for the
portion of the detailed design that has been submitted and approved due to the design of other
portions, revised detailed design shall be submitted with the modification noted for approval.
c. The EPC Contractor shall not, without specific approval in writing by the Authority Engineer,
place any material, part or component on order, nor commence manufacturing of any
equipment or software coding until the System Detailed Design has been approved by the
Authority Engineer. The EPC Contractor shall not implement any changes on the approved
system design without prior approval of the Authority Engineer.
d. The approval of the System Detailed Design by the Authority Engineer, however, does not
relieve the EPC Contractor from delivering a fully operational and reliable system.
3.3 Hardware System Design
The hardware portion of the System’s detailed design shall include among others the following:
1) Functional and physical system block diagram of each component system.
2) Connection and interface between the blocks in the block diagram.
3) Functions, capacity, input, output, and method of operation.
4) Response time, delay, allowance, attenuation, loss and other figures as appropriate for
applicable equipment.
5) Environmental and physical design specifications of the equipment. Manufacturer’s
product specification sheets may be accepted for standard products.
6) Power consumption of each equipment.
7) Cable network diagram.
8) Cable work plane plan.
9) Conduit line plan.
10) Equipment layout in the machine room at the Traffic Management Centre, at Service
Area, and Toll Plaza Office.
11) Layout in the control room at the Traffic Management Centre including civil works,
interior works and lighting plan.
12) Manner of installation.
3.4 Software System Design
Software portion of the System Detailed Design shall include, as a minimum, description of
module, identification of tasks, priority level, execution schedule, input and output, algorithms
and parameters, database structure and contents, parameter update procedures, data flow,
calling sequences, error detection, backup and recovery and programming languages.
Structure of software shall be simple and straightforward. Interdependency and interaction
between modules shall be clear and kept to minimum to prevent defect in one module from
affecting many modules. Data and parameters shall be separate from the program and kept in
the database.
3.5 Operating Procedures
Operating procedures for all systems and equipment of ATMS shall be identified and described
in detail in the System Detailed Design. Frequently used operating sequences shall be described
in a step by step manner.
Full proof mechanism shall be incorporated in the operation procedure to prevent any
inadvertent mistake to cause serious damage to the system, highway/expressway operation and
driver’s safety.
4. System Configuration
The EPC Contractor may adopt a system configuration as long as the functionality and
performance of the system meet the system requirements specified herein. It is the EPC
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-39
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Contractor’s obligation to show that the proposed system will satisfy all the requirements in the
system specifications.
4.1 Traffic Management Centre System Network
It is required that the Traffic Management Centre server system employs an open network
architecture consisting of several servers, operator consoles and central controllers connected
through a standard local area network based on TCP/IP. To ensure a high level of reliability
and operational flexibility, it is required that the operator console connected to the network
shall complement each other and shall not be dedicated to a specific function. Breakdown of an
operator console shall not affect the normal operation of the system and in any aspect. Database
server shall have a redundant configuration of RAID system or similar highly reliable
configuration.
4.2 Component Systems
1. The ATMS to be constructed on this highway/expressway composes of many component
systems as described above. Some of them are closely integrated with other systems, while
others are stand-alone system with no data exchange with other systems. All of them shall be
designed with a consistent design policy and concept to achieve the overall objectives of the
total system. Functional and performance requirements for each component system are
defined in these specifications. The EPC Contractor shall undertake the detailed design of
each system in such a way that the total system is efficient, reliable and user friendly in
operation. The system design shall incorporate the latest technology in each field but
propriety technology available from a single vendor only shall be avoided.
2. All ATMS equipment shall work 24 hours a day on all days of the year.
3. All type of cameras shall support ONVIF profile S/G and shall be FCC Class A, UL, CE, BIS
certified. The cameras shall be provided with minimum 128GB internal/local storage (Class
10 or better SD card).
4. All Servers, Storage, Computing, LPU, Networking, Security devices etc. shall be BIS
certified.
5. The MAC (Machine Authentication Code) address of all the equipment shall only be
registered in the OEM’s name.
6. All modules except ATMS CPS application shall be third-party COTS (Commercially
available off-the-shelf) enterprise edition software and only third-party COTS enterprises
edition software shall be provided for the software/ solution/ application / module specified as
COTS in the ToR/BOQ and no customised or proprietary software/ module of the Contractor
shall be provided for applications such as NMS, VMS/VAMS, GIS, etc., as approved by
NHAI/Authority Engineer.
4.3 Reliability
1. Each type of ATMS equipment shall be designed to operate continuously for a period of time
as specified in the relevant section of this document, when used in the ATMS project
environment.
2. Generally, each item of ATMS equipment shall have a Mean-Time-to-Repair (MTTR) (time to
full normal operation following a failure) specified under required service levels in the
associated Service Level Agreement contract. Equipment failure and MTTR metrics will be
monitored and recorded through an exclusive ATMS Facility Management system (FMS) that
shall be continuously maintained for audit by NHAI or its authorized representative.
4.4 Digital Transmission System
Digital transmission system for data exchange between field equipment and central equipment
shall use IP based transmission system complying with the established international standards
such as ITU/ IEEE. All data transfer between the central equipment and the field equipment
including video streaming and image shall be made in digital format except the section between

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-40
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

local controller and the terminal device. Internet based and wireless transmission system shall
also adopt digital form.
In addition, the ATMS shall support communication with Internet of Things (IOT) equipment/
systems utilizing the associated standard protocols like MQTT
4.5 Traffic Management System
The Traffic Management System shall have high reliability, accuracy and security in design.
Stoppage of the total system shall not be allowed under any circumstances. Redundant
hardware configuration shall be adopted for key components to ensure continuous operation.
Data backup mechanism shall be used to prevent data loss. Operation log shall be kept to allow
tracing of operation in case of any dubious event. Mechanism shall be incorporated in the
system design to prevent illegal or fraudulent activities by the Control room operators.
5. Space for ATMS Facility
Suitable space for the Control Centre (i.e. Traffic Management Centre) and Sub-Centres,
having minimum plinth area of 250 sqm will be provided by the Civil Contractor for setting up
of the Control Centre and Sub-Centres. The building shall be designed by the Civil Contractor
in consultation with the Authority Engineer such that it is sufficient to accommodate the entire
system along with further scope for extension.
5.1 Traffic Management Centre and Sub-Centres
A Traffic Management Centre shall be constructed at the site near the Highway on the top floor
of the Toll Plaza Control Building or any other suitable building on the project stretch with
sufficient space for setting up TMC. All central equipment including server network, multi-
screen wall map, data communication system, voice communication system and associated
equipment will be accommodated in the office. System operator will station at the office and
manage the traffic on the highway. One TMC shall be provided for each project stretch. Sub-
Centre shall be provided at every toll plaza other than the Toll Plaza that accommodates TMC,
such that entire stretch is proportionately divided in sections of up to 80 kms between the TMC
and sub-centres.

In case toll plaza building is not available, the TMC and sub-centre (as applicable) shall be
constructed by the EPC Contractor on the project stretch to fulfil the above requirement.
6. Power Supply
a. The input power supply of any equipment shall not be connected to any electric components
except arresters without connecting first through fuses, power switches and circuit breakers.
b. All equipment shall be provided with a clearly visible label indicating the input power supply
type (AC or DC) and voltage. All equipment shall operate with the power supply of 230V
plus or minus 10 percent, and 50 Hertz plus or minus 3 percent. All field equipment shall
operate normally under instantaneous power supply interruption of 20 millisecond or shorter.
c. The power supply voltage available in the field will be 230V AC. Unless specified otherwise
or with the approval of the NHAI, all field equipment shall be designed to operate directly on
230 V AC. The EPC Contractor shall be responsible for arranging the terminal devices
necessary to receive the power supply.
d. System enclosures shall include a power distribution subsystem for supplying power to each
component within the enclosure and related / inter- connected equipment. The circuit breakers
shall be properly sized according to the expected loads of the concerned equipment and to
meet relevant electrical code requirements.
e. All electrical equipment and cabling shall be provided in accordance with relevant BIS
standards. In case there no relevant BIS standard exists the BS 7671 standard shall be
applicable.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-41
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

f. The power distribution panel shall be directly fed by the main circuit breaker at the electrical
point of service. The power distribution assembly shall include an interface and connection to
the UPS (where provided). The power assembly shall be connected to the earthing system.
g. The enclosure shall be earthed in accordance with the relevant BIS and NBC 2016
regulations.
h. The enclosure shall include a 230Vac 15 Amps 3-pin dual socket power outlet conforming to
BIS standard.
i. The power sockets shall be installed in accordance with relevant BIS standard.
j. Surge Protection Devices (SPDs) shall be provided at main’s entry level (LT Panel level /
Entry panel – 230/400 V AC or at UPS level) for each external cable (related to power
supply, signal, data or any other), connection which is terminated at any item of exposed
external equipment, or routed through an outdoor area at equipment location and building.
The SPD shall be rated in accordance with IEC 61643-11 and NBC 2016, the latest and valid
standards. It shall be non-exhausting metal encapsulated, spark gap-based technology. The
SPD shall be tested as per IEC 61643-11:2011 (or equivalent EN 61643-11:2012) from
KEMA or VDE international independent test labs. The SPD shall be rated for 255 V. It shall
be capable to discharge Lightning current (10/ 350 µs) of 25 kA for L-N and 100 KA for N-E.
The device shall have voltage protection level of device shall be ≤ 1.5 KV including inbuilt
fuse. The SPD shall have current extinguishing capability [L-N]/[N-PE] : 100 KArms / 100
Arms. The device shall have followed current limitation/Selectivity resulting in no tripping of
a 35 A gL/gG fuse up to 50 KArms. The device shall have built in fuse and operation of SPD
shall be independent of Line current. No requirement of additional overcurrent protection.
The device shall have mechanical indication-based health indication for L-N and N-PE SPD
along with the common potential free contact / changeover contact for remote monitoring.
k. Network Surge Protection Device (SPD): The different components of system shall be
installed with surge protection device in accordance with IS/IEC 62305-4, the
selection/location shall be decided depending upon the criticality of the application. The
communication interfaces shall be installed with suitable SPD. SPD for POE shall meet the
latest standards and suitable SPD for 12V DC supply and 5V DC supply, as applicable and
complying to IEC 61643-21 / EN 61643-21 shall be installed and shall be UL approved.
7. Design Life
All components and materials used in this Contract, excluding consumable items such as lamps,
shall be of a design life of 10 years or longer, used for ATMS, and unless specifically stated
otherwise in the System Specifications. The NHAI may approve components with a shorter
design life if they are easily replaceable and a 10-year design life is generally considered
infeasible or uneconomical. The replacement of such equipment shall be possible without
displacing other component.
8. Environmental Conditions
8.1 General
All equipment shall be designed to operate properly under the environmental conditions
normally encountered at the site of the equipment and shall conform to the minimum
requirements specified herein.
8.2 Environmental Conditions
a. Unless specified otherwise, indoor equipment shall be designed to operate in the temperature
range of 0 to 35 degree Celsius, and the relative humidity range of 5 to 85 percent, whereas
outdoor equipment shall operate in the ambient temperature and relative humidity ranges of -
10 to +55 degrees Celsius and 40 to 90 percent non-condensing humidity, respectively.
Adequate protection from moisture condensation, fungus, rust, insects, rodents, and dust shall
be provided.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-42
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

b. All equipment shall be adequately treated to prevent rust and corrosion due to high humidity
or moisture condensation. All galvanized steel surface shall have a minimum plated zinc
amount of 350 g/m2. Any signs of rust or corrosion occurring within the guarantee period
shall be deemed a defect and the EPC Contractor shall be responsible for correcting, at his
own expense, the defect to the satisfaction of the NHAI.
8.3 Wind
All outdoor equipment and their support, individually and fully assembled and installed as a
whole, shall withstand an instantaneous wind velocity of at least 30 m/sec. or the wind velocity
recorded on the Project Stretch till date, whichever is higher. The EPC Contractor shall also
obtain the certificate from the concerned Metrological Department regarding the maximum
recorded wind velocity on the highway/expressway stretch.
9. Cabling and Wiring
All cables and wires shall be of good quality, conforming to normally accepted industry
standards, and shall be of the proper type and have sufficient ratings for the particular application.
a. All exposed ends of unconnected cables and wires shall be coated with watertight sealing
compound or sealing tape to avoid damage to conductors. All communication cables used
shall have a clearly marked label securely fixed near each end in accordance with the cable
network diagram.
b. All cables and wires shall be adequately protected from the edges of equipment housing or
other surrounding objects. All of the cables and wires shall be neatly arranged and securely
placed in such a way that all terminals are relieved of the weight of the cables. Terminals
shall be coded, identified and labelled according to wiring diagrams. Live metal shall be
recessed or protected to avoid accidental contact.
10. Grounding
a. All exposed metal not forming part of the electrical circuitry, including equipment
enclosures, cable supports, structure and pole shall be grounded to the earth.
b. Equipment which is supplied with voltages of 100 volt or more shall be provided with
grounding terminals insulated from their frames. Control centre equipment shall be equipped
with a grounding terminal of earth resistance of 10 ohms or less. Field equipment shall be
equipped with a grounding terminal of earth resistance of 100 ohms or less.
c. Compensation for furnishing and installing grounding equipment shall be included in the
prices of various BOQ items and no separate payment shall be made, therefore.
11. Protection against Lightning
a. All outdoor equipment shall incorporate gap arresters or other suitable device approved by
the Authority Engineer to prevent lightning damages which may enter through input AC
lines, communication cables, signal cables, detector feeder cables or other metallic elements
exposed to the open air.
b. Compensation for furnishing and installing lightning protection equipment shall be included
in the prices of various BOQ items and no separate payment shall be made, therefore.
c. Earthing of all equipment shall be made by using UL listed 3-meter copper bonded rod
(minimum 250 micron) with 17 mm dia, complying with NBC 2016, IS 3043 and IS/IEC
62305-1/2/3&4 standards. The resistance value shall be as low as possible in every case.
Above ground metal piping in the process/valve area (subject to non-Cathodic protected)
shall be Earthed.
d. From the viewpoint of lightning protection, a single integrated structure earth-termination
system is preferable and is suitable for all purposes (i.e. lightning protection, power systems
and telecommunication systems). The earthing system of a number of structures shall be
interconnected so that a meshed earthing system is obtained. This will give low impedance
between buildings and has significant lightning electromagnetic pulse (LEMP) protection
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-43
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

advantages. Thus, different earthing systems like lightning protection earthing, electrical
earthing, safety earthing, electronics earthing etc shall be interconnected.
e. Isolating spark gaps (ISG) shall comply to IEC 62561-3, used at the places where direct
interconnection is non-permissible to create equi-potential bonding throughout the earthing
system at the event of lightning with lightning impulse current (10/350 µsec / Iimp) up to 100
kA and rated impulse sparkover voltage of ≤1.25 KV with IP 67 degree of protection.
12. Cabinets
a. All equipment cabinets for outdoor uses shall be of rainproof and rustproof construction
with smooth exterior and adequate protection against moisture condensation and shall be
made of high-quality steel or stainless-steel plates of adequate thickness. Steel plate cabinets
shall be treated with sand blast before painting or equivalent rustproof measures.
b. Past experience has indicated that condensation may develop inside a completely enclosed
outdoor cabinet connected with underground conduit due to breathing effect which is caused
by a change in ambient temperature even when the conduit is sealed by foamed sealant. The
EPC Contractor shall state in his Technical Proposal how he will overcome this problem.
c. Cabinet doors shall permit complete access to the interior of the cabinet and shall encompass
essentially the whole area of the front surface of the cabinet. All door hinge pins shall be of
stainless-steel construction.
d. All outdoor equipment cabinets shall be equipped with a build-in lock and door open alarm
integrated with the Control centres. All cabinets for the same type of equipment shall have
an identical lock. The specified number of keys for each type of cabinet shall be furnished to
Authority Engineer.
13. Pole
a. 12-meter poles shall be used to mount TMCS and VIDS cameras.
b. Pole cross section shall either be circular with a typical outer diameter of 150 mm or square
cross section.
c. The joint(s) shall be seam welded.
d. The fully fabricated pole column shall be of stainless steel/galvanized /Enamel
Painted/powder-coated to an appropriate minimum coating thickness.
e. The poles shall incorporate suitably designed holes on the sides to allow for electrical
cables to enter or exit the pole undamaged.
f. The bottom portion of the pole shall be treated for corrosion resistance in accordance
to the installation site.
g. The structural design shall conform to relevant standards and shall be certified by a statutory
authority for structural integrity and maximum allowable vibration (typically caused by
Wind forces and other external stimuli) to ensure a stable image at full optical zoom of the
camera mounted on it.
h. An access door at the bottom of the pole shall be provided at a typical height of 0.5 meters
from the base for the termination panel. The typical door dimensions shall be 125mm wide
by 500 mm high. The access door shall of sliding type, top to bottom direction, so that it
remains closed even when the clamp /hook to hold it is removed. The sliding rail shall be
welded inside the pole.
i. Deflection due to wind shall not exceed 0.1 degrees at a wind speed of at least 28m/s with
the equipment mounted on the pole.
j. Suitably sized powder coated terminal box and terminal block assembly shall be provided
and be treated as a part of the pole. It shall be installed on the pole near the bottom end and
the joint, cable entry/exit points (or glands) shall be sealed using a waterproof sealant to
avoid water ingress into the box or the pole base.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-44
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

14. Mounting Arrangements


a. All mounting arrangements for ATMS equipment shall comply with the requirements of that
equipment as detailed in this specification.
b. The foundation and the foundation bolts for Ground mounted enclosures, poles etc. shall be
fabricated using a suitable (site specific grade of steel) material. The assembly shall be
galvanized to a minimum coating thickness of 100 microns for poles, plates etc and up to 55
microns for the bolts and other accessories.
c. Galvanized Nuts, locknuts, locking pins washers etc. shall be supplied as a part of the
foundation.
d. Fixing templates with a placement accuracy of at least +/- 1mm shall be provided to allow
for the correct orientation and installation of the steel foundation on to the concrete base.
e. The strength of the foundation assembly shall be suitable to hold the Enclosure/Pole while
withstanding weather conditions of the site for a period of at least 25 years.
15. Ground Mounted Equipment Enclosures and Poles
15.1 Ground mounted enclosures
a. The ground mounted enclosure shall house telecommunications equipment, power and other
related equipment necessary for the operation of ATMS equipment
b. The equipment must continue to work within its normal operating parameters in this
environment, regardless of location.
c. The ground mounted enclosure shall be weather resistant and conform to BIS requirements
with an ingress rating of IP65, as a minimum. Where the ground mounted enclosure needs to
be penetrated, such as to facilitate installation of cables, provisions must be made to the
penetration(s) in order to maintain the enclosure rating.
d. The enclosure shall include a secure locking mechanism to make it tamper-proof. Further
there shall be a provision to generate automatically an electronic signal on any attempted
tampering that can be used to generate an audio-visual alarm at the control centre.
e. Each enclosure door shall be equipped with an adjustable doorstop to hold the door open.
f. Warning labels shall be provided for all electrical panels in accordance with BIS or BS
7671. Asset identification information shall be provided on the outside of the enclosure and
shall be weather resistant.
g. All internal connectors, components and wire terminations installed in the enclosure shall be
labelled in accordance with the design drawings.
h. Racks and shelves shall be provided in the enclosure to mount equipment as needed,
including telecommunications devices and power assemblies. The rack shall comply with:
(i) BIS requirements (or approved equivalent international standard).
i. The rack shelves shall be capable of sustaining a constant 10 kg load. For all enclosures
utilizing telecommunications services from a telecommunications network provider, a
nominal mounting space of 200mm x 300mm x 75mm shall be provided for interface
modules used by the service provider. The enclosure shall provide an additional fused or
breaker protected, UPS-powered receptacle for related power requirement.
j. The ground mounted enclosure shall include an LED lighting fixture, minimum rating 5
watts, complete with lens or shield and high-efficiency LED lamp driver.
k. Ground mounted enclosures shall be mounted on a concrete foundation of the concrete class
and dimensions shown in the detailed project design drawings. A cabinet riser shall be
included when the cabinet is located below grade to protect against water incursion.
16. Heating, Ventilation and Air Conditioning (HVAC) Subsystem
a. Where required, the ground mounted enclosure shall include an air conditioning system. The
air conditioning system can be either passive or active. The design shall be submitted to the
Authority Engineer for approval.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-45
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

b. Where a cooling system involving air conditioner or other heat-exchanger is used, the
cooling system shall be mounted next to or on the exterior of the ATMS enclosure. Where
the enclosure needs to be penetrated, such as to facilitate installation of pipes for coolant
supply and return lines, provisions shall be made to the penetration(s) in order to maintain
the enclosure rating.
17. Installation
a. The ground mounted enclosure shall be installed according to appropriate good engineering
practices. All internal components and UPS (if required) shall be securely mounted.
b. For ground mounted enclosure installation, UV-resistant caulking material shall be applied
along the joints of the enclosure. For mounting under a camera lowering system, the
enclosure shall be positioned away from the space directly below related camera.
c. Provisions shall be made for all ducts (i.e. power, telecommunications, etc.), in accordance
with the design drawings and/or specifications, that will facilitate the connection between
the enclosure and the ATMS equipment.
d. Where cables enter the ground mounted enclosure, they shall be fixed and secured against
movement and to relieve stress on the cable termination. All penetrations to the enclosure
shall be sealed with silicone sealant to impede entry of gas, dust and water.
e. All wires/cables within the enclosure shall be secured and labelled. Earth wires from all
electrical devices, including surge suppressors, shall be terminated directly to the dedicated
earth terminal in the enclosure. Earth conductors shall not be daisy-chained from device to
device.
f. All conductors carrying electricity at 60Vac or higher shall be segregated from all
telecommunications, signal conductors and conductor carrying electricity lower than 60Vac.
A minimum of 75mm shall be provided between these two conductor groups. Where
conductors belonging to these two groups need to cross each other at distances closer than
75mm, the installer must ensure the conductors are at a 90-degree angle (perpendicular) to
each other.
g. Each wire shall be identified on both ends of the wire with heat shrink, thermal transfer tube
type wire markers in English. Adhesive labels are not acceptable. The wire markers shall be
white with black lettering. Hand marking of the label is not acceptable.
18. Radio Interference
All data processing and transmission equipment shall be designed to prevent radio interference
with the satisfactory operation of other equipment regardless of whether the interference be due
to radiation, induction or conduction.
19. Metering
All electrical and electronic equipment shall be provided with waveforms and voltage test
points or voltage meters as necessary for indicating circuit conditions.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-46
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Section 03 Central Processing System

1. General
a. The ATMS for the Project is composed of many components systems. These systems are
expected to perform their functions to achieve overall objective for the efficient, safe and
smooth traffic on the Highway/Expressway.
b. The EPC Contractor shall provide and construct a central server system that manages
various systems comprising the Highway/expressway-traffic surveillance and control
system in an efficient manner, provides user-friendly human machine interface for the
operator and records all events and incidents related to the Highway/expressway.
c. System shall be expandable to account for increase in field installed devices. Minimum
25% spare capacity (rounded off to the nearest higher whole number) should already be
part of the quoted system.
d. All the supplied equipment shall operate on 230 V, 50 Hz single -phase power supply.
Power for all the equipment will be conditioned using on-line UPS with minimum 4 hours
or more back up. If any equipment operates on any voltage other than the supply voltage
and supply frequency, necessary conversion/correction device for supply shall be supplied
along with the equipment.
e. All the control equipment e.g. fileservers, database servers, video recording server,
SAN/NAS/Raid backup device, decoders, networking equipment etc. shall be provided in
standard Racks.
f. System shall have WAN connectivity for remote monitoring.
g. Online backup should be maintained to protect against storage failure.
h. EPC Contractor shall provide all technical details regarding data formats, communication
protocols, packet formats, etc. to enable Authority Engineer and NHAI to formulate
national standards on successful implementation of the highway stretch.
i. All the modules supplied (CCTV, Speed display, Roadside Communication etc.) shall
deliver data and reports that are safety-centric (fatal collations in a given stretch, violation
of regulation etc.), enforcement-centric (number of tickets issued, comparison of violations
on monthly basis etc.) as well as equipment-centric (failed packets, number of repairs
carried out on field devices, down time on account of major faults etc.)
j. The system shall provide detailed reports related to the System Operations (including the
actions of various stakeholders during Incident Management) and Maintenance. The format
for the same shall be finalized by the service provider in consultation with Authority
Engineer. Maintenance reports, at the minimum, shall include the current operational status
of each equipment, actual events of Down-times of each equipment, actual events of Mean
time to Repair of each equipment and actual events of Meantime between failure of each
equipment and the preventive & repair maintenance log.
k. The system shall also provide a method to log and report road highway incidents. Data used
for logging and reporting shall be ‘picked-up’ automatically from the road-side and other
sensors to the maximum extent possible.
l. Further the system shall provide a facility of generating user-formatted reports that can, for
example, bring together the occurrence of highway incidents, values of various sensors and
the operational status of various equipment on a common timeline / scale.
2. Main Function
a. The central server system shall constantly monitor the operation of component systems and
their subsystems. It shall be possible through the supervisory server to define/ modify the
system configuration and add/remove any device connected to one of the component
systems. It shall also be possible to change any system parameters defined and stored in the
database.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-47
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

b. Provision shall be made with preventive measures against inadequate change to the system
parameters. Access to the system configuration function must be restricted to the authorized
personnel and error check function shall be incorporated as much as possible. The
configuration and parameters of the system shall be backed up to allow recovery.
c. Seamless data exchange (including incident/event management/ monitoring, video
streaming of all cameras, access to reporting modules, facility management system, NMS
etc.) between TMC, RCC at NHAI Regional Office, IMS at NHAI PIU, and ITS Command
centre at NHAI HQ.
3. Equipment Location
a. The EPC Contractor shall design the layout of the Operations Room and Server Room in
the Traffic Management Centre. The Operations Room is the room where Graphic Display,
TMCS monitor display, and console will be placed, and the operation of the Project will be
monitored. The Server Room will be the place where the server, network equipment and
other devices will be installed.
b. The layout shall be designed taking into consideration the function of the server and
workstations to be placed in the room, the role of the staff and operators stationed in the
room, position of Graphic Display and TMCS monitor screen, cable routes, viewing by
visitors and other factors to establish a functional Operations Room and Server Room. The
layout shall be approved by the Authority Engineer.
c. The EPC Contractor shall submit the layout plan of the Operation Room in the Technical
Proposal for reference.

4. System Functions
4.1 Event input and management
The central processing unit must have at least the following system and functions:
4.1.1 Basic concept of event management
Considering further information reuse for the Traffic Management and Traffic Information
Provisioning, the system shall provide function to allow input and register the traffic
data/events with location information in the specified management unit.
And also taking the actual O&M into account, the system shall cover all items which
should be managed as traffic events.
4.1.2 Event generation
a. Judgment of traffic situation
i. Automatic event generation
1) Using the traffic data measured by appropriate field systems like ANPR data
in real time, and live video data from VIDS and ANPR, the system shall be
able to detect traffic jam situation automatically by using a user specified
velocity parameter.
e.g. Judged as traffic jam in case of traffic velocity less than 20km/h.
2) Using the live video data monitored by VIDS in real time, the system shall
be able to detect an abnormal situation (e.g. car incident) automatically.
3) Using the live video data from VIDS, TMCS, and ANPR data analysis, the
system shall be able to detect the traffic violations (eg. Over speeding,
wrong direction driving, wrong lane driving – bus/truck driving in car lane
or car continously deriving in overtaking lane/truck lane, zig zag driving,
dangerous driving, etc.) automatically.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-48
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

4) Using the live video data from VIDS, TMCS, and ANPR data analysis, the
system shall be able to detect the Faulty / non-standard number plate of the
vehicles.
5) Using the live video data from VIDS, TMCS, and ANPR data analysis, the
system shall be able to detect the faulty tail light (when the rear of the
vehicle is within the viewing zone of the camera) and head light of the
vehicles.
6) Automoatic validation request generation and E-Challan geration for above
voilations post validation by the operator.

ii. Manual event registration


After confirming events by the following method, the operator shall be able to
register events manually.
1) Incident reported by Highway emergency call (e.g. 1033)
2) Incident reported by Patrol vehicle
3) Incident found in camera for TMCS, VIDS, ANPR, VSDS, etc.
4) Incident reported by other sources, etc.

iii. Priority management of event (Seriousness and Distance)


Based on the pre-defined seriousness of events and the distance between event
location, the system shall have function to prioritize information to be provided
automatically.

iv. Association (connection) function


The system shall have function to associate the traffic situation and the causal
traffic event automatically.
e.g. “Traffic Jam” caused by “Car Accident”

v. Complementing of missing data


The system shall provide function to the operator who is monitoring TMCS
in O&M centre, for manual complementing/correction of the missing data or
odd traffic information.
e.g. Even if the traffic jam was not detected by system, the operator shall be
able to register as traffic jam by his own judgment.
b. Tuning of setting
For the above-mentioned event generation, threshold parameter shall be
adjustable (i.e. can be tuned) for the daily operation.
e.g. Threshold velocity for traffic jam detection (20km/h  30km/h)
e.g. Information delivery distance for non-serious event (within 5km 
within 10km)
Note: For any / all of the above related to Event generation the ATMS
service provider may utilise relevant Artificial Intelligence and / or Machine
Learning algorithms built into the ATMS system. The EPC Contractor shall
indicate these features in the Technical Proposal.
4.1.3 Event management method
1) Event entry and release
The system shall have the function to associate the location (Up/Down lane), the
event type, and the event detection time with TMCS camera which detect event.
And it also shall provide event management method to register and release traffic
events.
e.g. Register and Release events by pull down operation, specifying the type of
event and the number of cameras which detected the event.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-49
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

2) Supporting function
In general, the events (e.g. car incident) are supposed to be released by the
operator manually. But to prevent neglecting release of events, the system shall
provide notification function to ask confirmation of operator for events which
keeps ongoing after specified time period.
e.g. Alarm is raised for the event which keeps ongoing more than 30 min
4.1.4 Relationship with another agency
1) Integration on related information of another agency
Supposing that the same level traffic information as Project in the future from the
connected roads, traffic information status both for Project and the connected roads shall
be integrated as one seamless traffic information.
e.g. Traffic jam which begins from other projects and ends in Project shall be merged into
one information.
2) Increased capacity of connecting roads
The system shall be prepared for the expansion of the connected roads and information
service area.
4.1.5 Call recording
Conversation of all Emergency calls including the call transferred to other telephone shall
be automatically recorded in the storage device of the Emergency Telephone Console
workstation with time stamp and operator details. It shall be possible to assign type of call
for each record and search the recorded messages with type of call, date, operator, and
location.
4.2 Internet Server and Project website
a. Information of road and traffic condition will be disseminated to the public via Internet. A
website of Highway/expressway-traffic-information will be set up and the EPC
Contractor shall design the website layout and prepare the contents.
b. The site shall present the Highway/expressway graphically and the existing events such as
congestion, maintenance work, lane closure and others that affect normal operation. They
shall be indicated on the map by icons and colour. The map shall be updated, when there
is any change in the event status without delay.
c. The highway map shall show also camera-icon at the installation points of TMCS camera.
If a camera-icon is clicked, the site shall be designed to display in another window, live
video taken by the selected camera with clicking. Resolution and frame rate of live video
shall be variable to reduce the bandwidth required to access the site.
d. The Website shall be hosted on the NIC only and the link of this website shall be
provided on the NHAI and MoRTH websites. The EPC Contractor shall be responsible
for coordinating with the concerned agencies and the cost of hosting and development
charges shall be in the scope of the EPC Contractor.
e. At least following information (Road and Traffic condition) shall be provided via
Internet:
1) GIS Map
2) Live Video from TMCS camera
3) Traffic Condition like congestion
4) Traffic Event using Image Icon (Type and Location)
5) Traffic Violation details with an option to search by vehicle
number
6) Traffic guidance in the form of alternate routes
f. SMS Server shall be set up for sending the SMS alerts to the road users and violators. The
mobile number of the user shall be obtained from the NPCI FASTag Mapper and/ or
Vaahan database. In case the mobile number is available / fetched from both mapper and

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-50
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

database, the number obtained from NPCI FASTag Mapper shall be preferred. All the
messages sent shall contain the emergency helpline number ‘1033’ and other details
specific for the project. The EPC Contractor shall coordinate with the telecom service
providers for sending the welcome message to the commuters entering the project stretch.
The format shall be finalised in consultant with the Authority and Authority Engineer.
4.3 Information Exchange with Another agencies
Traffic information must be created including road traffic condition of other agencies. For
that purpose, EPC Contractor must introduce dedicated device to make information
exchange with other organizations. Moreover, the system must include
conversion/integration functions of data formats in order to recognize exchanged data as of
continuous roads for the integrated traffic information provision.
5. Software
5.1 General
a. The ATMS software integrates the field equipment like CCTV cameras, VIDS with the
Integrated Traffic Management (ITM) console to ensure the availability of an effective
system for Traffic monitoring & incident / accident management. In addition, it shall also
have the capability to integrate and exchange data (using standard protocols) with
multiple IoT (Internet of Things) devices that have been temporarily / permanently
located on the project highway for Traffic study / Traffic management / Road safety
purposes.
b. The ATMS software shall be based on a modern architecture and shall optimally execute
on the ITM workstation and the ATMS server to ensure that
i. The system response time should be instantaneous to support effective Traffic
Management (i.e. Traffic monitoring and incident / accident management) actions
on the ITM workstation.
ii. No information (data, video stream & audio stream) from any source is lost.
Further all such information is made available on the Integrated Traffic Terminal,
with no delay, precisely at the time they are required.
iii. Effective integration with the CCTV system, VIDS system, and other relevant
ATMS equipment is carried out in a seamless manner with no disruption of /
disturbance to the Traffic management function (i.e. Traffic monitoring and
incident / accident management). For such integration, standard interfaces (e.g.
NTCIP) shall be used wherever available.
iv. All information (Data, video and audio streams) collected from various sources
shall be archived in the ATMS server for quick retrieval by authorized personnel.
However, the performance of the ATMS software in terms of response times shall
not be affected during such a retrieval process.
c. The ATMS software shall be a modular system comprising of at least the following
modules:
i. Data acquisition module for acquiring data, video streams and audio streams from
field equipment
ii. Highway Traffic Monitoring module
iii. Incident / Accident Management Module
iv. Integrated audio communication module
v. Report generation module
vi. System Administration module
vii. Road surface / condition monitoring module
viii. Communication module for authorized access by external systems (e.g. NHAI’s
Regional control centre & the HQ ITS command centre)
d. The EPC Contractor shall provide a set of software to operate on the servers,
workstations, terminal equipment, and other components and devices to be provided
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-51
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

under the Contract. The software shall function as a system to provide end results
required in the Contract.
e. The software will be either the software that the EPC Contractor has, modification of the
existing software, or the new software to be developed for the Project. The copyright of
the software specifically developed for the project shall remain with the EPC Contractor.
f. The set of the software to be provided shall consist of those provided by third party and
those specifically developed for the project. All third-party software shall be legally
licensed and there shall be no restriction on the use in the Advanced Traffic Management
System. They shall be registered under the name of NHAI and any supports and services
provided by the software developer including update and revision shall be available to the
NHAI.
g. The software to be specifically developed for the Project shall be fully tested and shall be
free from bugs. The EPC Contractor shall include in the Technical Proposal and design
document the software quality assurance program that he intends to adopt in developing
the software.
h. The programming of the applications shall be arranged in such a way that maximum
flexibility is afforded by the design to allow the NHAI to implement modifications or
additional equipment which may become available or desirable during the working life of
the system. Such future modifications or changes shall not be the part of the current scope
of the contract and shall be estimated and paid time to time by the NHAI if required but
comprehensive documentation of the software and source codes shall be provided under
the Contract to allow such changes to be implemented by the NHAI without recourse to
the EPC Contractor.
i. The NHAI may wish to implement additional software packages to run concurrently with
the software provided under the Contract. These packages may include but will not be
limited to the following:
1) Programs allowing the TMC system to operate with other systems such as Toll
Management System / ETC/ HES / AFS interfaced to the data network and
involving bi-directional transfer of files.
2) Analytical and statistical program to process the data collected by the system.
3) Software that offers new service to the road users through Internet.
j. The EPC Contractor shall propose in the Technical Proposal the feasibility and ease with
which such applications might be implemented using the Advance Traffic Management
System proposed by him and shall advise the spare memory capacity and processing
power which could be available, but not necessarily provided, within the proposed
computer to allow such applications to be implemented.
k. The EPC Contractor shall be responsible for Integration of ATMS system and sub-
systems with the NHAI Mobile App for the road users as per the requirement raised from
time to time by the ITS department of NHAI or its authorized agency.
l. The EPC Contractor shall be responsible for Integration of ATMS system and sub-
systems with the NHAI Command Centre in NHAI HQ as per the requirement raised
from time to time by the Electronics department of NHAI or its authorized agency.
m. The video steam captured and displayed at any location under this project shall be
authenticated through Digital Watermarking containing NHAI logo with date and time
stamping. The purpose of Digital Watermarking is to ensure following:
1) Copyright protection
2) Source tracking
3) Broadcast monitoring
4) Video authentication
5.2 Third Party Software
a. The third-party COTS software to be provided shall include but not be limited to the
following:
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-52
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

1) Server operating system


2) Storage device operating system
3) Client operating system
4) Database management software
5) Video Management and Analytics Software
6) Firewall and antivirus program
7) Network Management System
8) GIS enterprise edition platform
9) Facility Management System
10) Network Video Management Software
11) Microsoft office Pro 2016 or latest license for all workstations

b. All third-party programs to be provided shall be widely used and suitable for the
application of Advanced traffic management system in terms of functions, capacity,
speed, and interface with other software, maintenance and user friendliness. The EPC
Contractor shall state in the Technical Proposal of the Tender, the third-party software
that he proposes. If the EPC Contractor proposes the third-party program that is of
limited use, he shall explain the reason for using it in the Technical Proposal of the
Tender.
c. If the third-party software is provided in CD or DVD, the original CD or DVD shall be
submitted as part of documentation. The requirement is not applicable to the software
preinstalled in the server or workstation.
d. If the cost of the operating system is included in the Server and Workstation
hardware price, the same may not be mentioned in the BOQ/commercial proposal/
schedule of prices.
5.3 Advance Traffic Management Centre software
a. The EPC Contractor shall develop new software or modify the existing software to
provide the Advance traffic management system functions specified herein and as per the
General Technical Specifications and Particular Technical Specifications.
b. The software to be provided as Advance traffic management system software shall
include but not be limited to the following:
1) Core Advance Traffic Management Centre software
2) Utility software
3) Maintenance activity tracking and logging software
4) Integration with Enterprise web enabled GIS and Image Processing module
5) Integration with other third party COTS modules
6) Road condition monitoring module
c. The actual configuration of software modules may not be limited to as listed above; but it
shall fulfil the General Technical Specifications and Particular Technical Specifications.
d. All software shall be of modular construction and the interaction between the modules
shall be kept minimum. They shall be designed to operate continuously, and no periodical
maintenance of the software shall be required.
e. All the display on the display monitor and printed report shall be in English.
f. The utility software shall include but not be limited to the system backup and restoration,
database backup and restoration, and access control and operation log functions. Usage of
the server and workstations shall be controlled by log in/out procedure and different
levels of access control shall be provided to restrict the use of certain software by
unauthorized persons. All operations shall be recorded as log together with staff
identification number.
g. The software that interacts with the system operator shall be provided with fault tolerant
functions and access control functions. They shall be designed in such a way that any
operation error shall not cause damage to the system, loss of data or system shut down.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-53
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

h. All software shall be tested under the different conditions and cases including incorrect
operation by the system operator and erroneous data to verify the sturdiness of the
software. The software testing shall also include appropriate load and stress testing.
n. The ATMS software shall be a modular system comprising of at least the following
modules:

1) Data acquisition module for acquiring data, video streams and audio streams from
field equipment
2) Highway Traffic Monitoring module
3) Incident / Accident Management Module
4) Integrated audio communication module
5) Report generation module
6) System Administration module
7) Road Condition Monitoring module
8) Communication module for authorized access by external systems (e.g. NHAI’s
Regional control centre & the Main control centre)

Data Acquisition module


a) The Data Acquisition enables the acquiring of data from the various field
equipment in the form of data strings, video streams and audio streams.
Examples include
 Data strings from VID system, VSDS system
 Video Streams from TMCS Camera, VID Camera
 Audio Streams related to conversations on the 1033 Emergency
Telephone, Road-side Emergency Telephone
b) The module allows the user to configure the acquisition conditions as
follows:
 At regular intervals of time with the interval being user
 On the occurrence of Traffic related events in the field (e.g. data from the
VID system, instances of calls from Emergency helpline number and
1033)
 On demand (e.g. Video stream from a Camera)
 On the occurrence of system related events like equipment failure and
restoration, user login / logout
c) The above information thus acquired shall be stored in the ATMS server
using an established database package like Oracle and MS SQL.

Highway Traffic Management module


a) This module shall support effective Traffic monitoring on the highway
including the display of the road on the Large display and Integrated Traffic
Management (ITM) workstation, in the form of animated screens including
Graphic User interfaces specified under Clause 816.1 to 816.17 of
Specifications for Road and Bridge Works of MoRTH and including
locations of all ATMS field devices on a GIS map with the ability to display
alongside the current information (e.g. CCTV video Images, etc.) relevant for
each field device, either permanently or on selecting the device with a mouse.
The details of the project-specific composition of the GUI will be finalized
during the project execution phase between the EPC Contractor and
Authority Engineer in consultant with NHAI.
b) The module shall display the events acquired by the system (Traffic related,
and system related) on a window at the bottom of the ITM / Graphic display,
with the window size in terms of the number of events displayed being user

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-54
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

configurable. Further the system shall provide a feature for the user to
acknowledge such events and subsequently shall display the same.
c) In addition to the above, the module shall also display the related event
(where relevant e.g. a road-side emergency helpline call, VIDS event) on the
GIS map using suitable animated icons. The animation shall suitably change
when the event has been acknowledged and when the condition causing the
event has disappeared.

Incident / Accident Management module


This module shall support Incident / Accident Management by
a) Allowing the Traffic Management console operator to locate and mark (with
a mouse) an accident / incident on the GIS map of the highway and initiate
the Incident management actions.
b) Displaying a contextual on-line checklist for the operator to follow in
sequence. Further the clicking on each item of the checklist shall
automatically activate the related ATMS equipment to aid in the management
viz.,
i) seamless audio connection for the Traffic Management console operator,
via the integrated audio communication unit, irrespective of the
communication media (Mobile radio, Mobile phone/landline, road-side
Emergency telephone), to the ambulance, Trauma Care Centres, Patrol &
other O&M vehicles
ii) automatic Pan, Tilt and Zoom of the nearby camera to view the accident
iii) Bringing on the message edit screen to create and dispatch messages to
mobile apps of registered road users. The checklist itself shall be derived
from the relevant Traffic Management and rescue procedures captured
either in the Operation (O&M) manual of the highway or based on world-
class practices relevant for the highway.
c) Logging the timestamp of the operator, who is operating each element of the
checklist to aid in ‘post-mortem’ analysis of the operator’s performance
towards establishing his /her efficiency and further training needs.
d) Automatically performing pre-defined actions related to each of the above
elements (e.g. Identification of the accident spot on the road, further shall
control the nearby cameras to ‘look’ in the direction of the accident spot)
e) Aiding on-line tracking (via GPS) of the various O&M vehicles like the
Ambulance, Tow-vehicle and the Patrol vehicle supported with dynamic
display of information like shortest route, travel time to the accident spot,
Trauma Care Centre etc.
f) Providing a user-programmable facility, as an aid, for the automatic
generation of messages depending on incidents based on e.g. information
measured by the cameras and sensors installed on the highway (e.g. the
generation of a Visibility Alert signal in the event of visibility going below 1
km). This module shall alert the operator on generating the message which
shall then be deployed on the operator’s approval.

Integrated audio communication module


This module shall interface with and control the integrated audio communication
unit to aid the operator seamlessly, communicate with various stakeholders via a
host of communication media like telephone landlines, mobile telephony, mobile
wireless etc.
The Integrated Audio communication unit enables the Traffic Manager / operator
to communicate with all stakeholders in a seamless manner irrespective of the
medium of communications. Using a hardware like a digital telephone exchange
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-55
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

that supports software control, this unit allows the Traffic manager wearing a
headset with a microphone ( or a handset) to seamlessly communicate with the
stakeholders in traffic operations using various audio communication media like
Mobile wireless radios, Mobile (GSM) telephones, Telephone landlines as well as
the road-side Emergency Telephone. The communication is initiated on selection
of a context sensitive checklist element or by selection of suitable icons on the
ITM workstation screen during the Traffic monitoring or accident / incident
management. This unit shall support communication between the Traffic manager
and a single stake holder or a group of stakeholders. As a back-up option this unit
shall also enable such communication via physical pushbuttons located on the
unit.

Report generation module


a. This module shall generate periodic as well as on-demand statistical reports
using data received from WIM, Automatic Traffic counter cum Classifier and
Met sensors for traffic planning and management, accurate forecasting.
There shall also be a provision to generate reports to aid planning and
strategizing enforcement.
b. The module shall provide a range of reports on demand including those
 related to the acquired data,
 Messages edited and sent,
 Equipment availability,
 System related events including those related to
- System malfunction and restoration
- User login – logout
- VIDS events detected
- Mobile App messages received
c. The module shall further provide detailed performance reports on all aspects
ranging from detection of incidents, through the field Operations team (Patrol
vehicles, Break-down cranes and Ambulances) actions, Traffic Management
Console operator and other ATMS Control Centre operator actions.
d. Detailed formats of each report shall be provided by the Authority Engineer
during Detail Design Phase.

System Administration module


This module shall essentially enable the definition and maintenance of user
accounts.

Road Condition Monitoring module


a. This module shall be capable of detection and monitoring of the road
condition, potholes, etc using the cameras installed on the Highway and
Route patrolling / maintenance vehicles.
b. This module shall generate periodic as well as on-demand statistical reports
using data received from cameras and sensors for planning, management, and
forecasting. There shall also be a provision to generate reports to aid planning
and strategizing road maintenance activities.
c. The module shall generate alert as soon as any bad road conditions such as
cracks, potholes, damaged surface, road furniture, fencing, signage,
plantation, dead animal, etc. are detected by the system.
d. The Module shall further provide the feature to manually logging/reporting
the road condition at the control centres or through mobile app and website.

Communication module
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-56
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

This module will manage authorized access to the ATMS system by


1. Authorized NHAI personnel / representatives / Authority Engineer
2. Other authorized NHAI systems like the Regional office Control Centre
ATMS system and the Main Control centre ATMS system
3. Any other system authorized by NHAI
Based on requests from the above entities the communication module shall
provide the following information to the requesting entity:
i. Video Streams (Live and Archived)
ii. Audio streams (Live and Archived)
iii. Data strings and Data elements (Live and Archived)
The standard data exchange protocols for the above will be shared by NHAI with
the successful EPC Contractor.

i. Enterprise web enabled GIS and Image Processing module shall be deployed at the
TMC and sub-centres that shall form the part of the Dashboard and shall have following
functionalities:
a. Map analysis of ATMS planning and operations.
b. Asset Management of ATMS like TMCS, VIDS, VSDS, Route Patrol,
Maintenance, Recovery vehicle location, and Route to reach the incident spot.
c. Identify surrounding development by other Authorities or illegal development
which can potentially be a hazardous to road using temporal satellite imagery for
example detection of queue length at the toll plazas, detecting the changes around
highway like unauthorised structure built nearby highway or unauthorised
occupancy on ROW/buffer area, nearby water body analysis, agriculture land and
green belt analysis etc. This will help the NHAI to identify gaps and improve
those by implementing various strategies like position of barricading at
unauthorised access points, identifying the congestion at toll plazas, identifying
water logging probability, removal of illegal encroachment, positioning of CCTV
surveillance etc.
d. Demarking area of highway which is more susceptible to potential hinderances on
highway like by cattle, wildlife, prohibited vehicle entry from etc. from nearby
inhabitancies.
e. Road condition analysis on Map and satellite imagery for regular monitoring,
improvement planning and implementation. Along with monitoring of
implementation / upgradation works.
f. GIS based road maintenance planning and monitoring by marking them on Map
and monitoring the activity through GIS enabled mobile app by tagging location
and photographs of respective location of road asset and work in progress.
g. GIS enabled planning of diversions for safety of vehicle movement on
maintenance area, installation area, and work in progress. This feature shall be
made available by the EPC Contractor to NHAI and Authority Engineer before
the start of the installation of roadside equipment at the site, for planning of the
diversion and monitoring of the work in progress.
h. The Software should have capability of visualising GIS layers, attribute
integration and analysis of layers.
i. The software should support GPS data for showing emergency and maintenance
vehicle on Map
j. The web module should have out of box standard GIS functions like: Pan, Zoom,
Identify, Measurement (Line, Area), Search, query, etc.
k. The software should have tool for creation of topology. Symbology tools for
visualizing the spatial data as per the defined colour scheme and annotation tools
facility for visualizing the spatial data as per defined label placements or placing
the labels from attribute table.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-57
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

l. Software should have facility of advanced rule base labelling for dynamic
placement of labels as per the extent, defined position and priority of layers by
defining the different classes and should have the option to set the scale labels at
specified scale.
m. Geo-Processing feature and functions like Buffer, Union, Intersection, Identity,
Update, Eliminate, Dissolve, Clip/Erase, Convex Hull, Thiessen, Merge, simplify
should be available.
n. It should have CAD tools for 2D & 3D GIS data conversion, CAD tool for Raster
to vector (R2V) and topology creation.
o. The software CAD functionality should support native drawing file formats like
DWG, DXF, DGN and should have capability to render photo-realistic 3D
rendering.
p. The software should be COTS based and OGC certified.
q. It should have Image processing capability georeferencing, visual interpretation
of the satellite imagery and classification tools to helps in classifying images in
user defined classes. image enhancement algorithm such as Linear, Logarithmic,
Histogram Equalize, Histogram Matching, Density Slice, Gaussian, Squire root,
Tone Balancing, and Raster Vector Analysis,
r. The software should have image filtering, vegetation indices calculation, linear
algebraic combination, band Math, change detection, image extraction,
mosaicking, image visualization, filtering, georeferencing, atmospheric
correction, transformation tools, change management, feature extraction,
classification etc.
s. The software should support all type of Standard GIS Data format, Imagery
formats, and RDBMS.
t. GIS Tools functionalities such as Data creation, Import/Export tools,
Transformation Techniques, Theme management, Geometric correction.
u. The software should have feature to identify and query/question various spatial
Data.
v. The software should have Map composer, report module and Map print layout
functionality.
5.3.1 ATCC and TTMS Modules of ATMS Control centre software
ATCC and TTMS modules shall be provided with ATMS Control centre software.
The ATCC functionality shall be provided for collection of traffic data and TTMS
functionality shall be provided for estimation and calculation of traffic data. No
additional hardware or field equipment shall be installed on the Project for ATCC
and TTMS functionalities. The ATMS Software shall processes the data from ANPR
and VIDS cameras for traffic counting and classification, and travel time estimation.
5.3.1.1 Automatic Traffic Counter and Classifier (ATCC) Module
The ATCC module shall be provided in the ATMS Software for automatic traffic
counting and classification of vehicle class, based on the data collected through
ANPR camera and VIDS camera.
The system shall identify and record all types of vehicles on the highway for
effective monitoring and data collection at ATMS Control Centre. Besides, the
system shall be capable of classifying any other vehicle category as per user needs.
Vehicle classification should be user selectable based on length of vehicle and / or
detuning of the loop inductivity. The software module shall be robust and be capable
of operating with minimum maintenance.
Software and manuals to analyse the data from output of vehicle counts,
classifications speeds and headways shall be provided. Capability of graphic/tabular
presentation of analysed data shall also be offered.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-58
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

System Accuracy Requirements


Parameter Accuracy Conditions

Average 10 percent There are at least 25 vehicles in the group,


Speed individual vehicle speeds are between 10 kmph
and 195 kmph and the vehicles conform to normal
highway driving behavior.
Average 10 percent There are at least 25 vehicles in the group,
Headway individual vehicle speeds are between 10 kmph
and 195 kmph, individual vehicle headways are
between 1 and 10 seconds and the vehicles
conform to normal highway driving behavior.
Flows 5 percent There are at least 100 vehicles of each category in
group and vehicles conform to normal highway
driving behavior.
Vehicle 5 percent Out of a group of 100 vehicles, conforming to
classification normal highway driving behavior, at least 95 shall
be accurately classified as per the classification
scheme as per MoRTH guidelines.
Occupancy 10 percent There are at least 25 vehicles in the group,
individual vehicle speeds are between 10 kmph
and 195 kmph, individual vehicle headway are
between 1 and 10 seconds and the vehicles
conform to normal highway driving behavior.

The ATCC module shall be able to cross-verify the vehicle class, fetched by the
VSDS system integrated with the Vahan Database. In case of any discrepancy, such
transactions shall be audited by the operator using the ANPR image / video available
in the ATCC central system.

The data shall be segregated and provided in the report format on the bases of
Section-wise, direction-wise, class-wise, etc. as approved by the Authority Engineer.
5.3.1.2 Travel Time Measurement System (TTMS) Module
Travel Time Measurement System (TTMS) module shall be provided for measuring
required travelling time between major section of the project. The ANPR cameras
shall be installed at VSDS locations on the entire stretch. TTMS shall use these
ANPR data to detect the current vehicle location. Using this location data, TTMS
module shall calculate the actual travelling time per section for each vehicle and
derive the average travelling time by the statistics process.

The ANPR cameras will capture the image of each vehicle crossing the VSDS
location and shall extract the vehicle number. The image and vehicle number shall
be stamped with time and location for the purpose of section speed calculation of
each vehicle. The same data shall be used for travel time estimation.

TTMS module shall calculate the actual travel time and velocity (speed) of each
vehicle between every checkpoint (VSDS location). Speed data from all vehicles
shall be processed statistically by TTMS module to calculate the average travel time
between two consecutive check points (VSDS location), to calculate the average
speed and average travel time for each section and the entire project stretch in both

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-59
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

the directions. Route Travel Time Estimation Models in IRC:SP:110-2017 shall be


referred for estimation of travel time.
5.4 Integration with Vahan Database, NPCI FASTag Mapper, Police Control Rooms, Dial
112, Smart City ICCC
The ATMS Software shall be integrated with Vahan Database and NPCI FASTag Mapper
for fetching the Vehicle owner contact details of errant commuters detected by the ATMS
System (ANPR, VIDS, TMCS, etc.) or reported by the route patrolling team with an
evidence under violation of any traffic and safety rule / law on the project stretch.

In case the incident/ violation is reported manually, the evidence received from the ground
staff / enforcement agency shall be verified by the control room manager and upon
authentication from manager, the operator shall create and event in the ATMS application.

The data fetched from the Vahan database or NPCI FASTag Mapper shall be done only at
the backend through the ATMS software and only the relevant fetched result shall be
displayed on the operator screen or in the reports. The ATMS software shall fetch the data
for events generated and audited by the operator. The vehicle numbers shall be audited by
the operator by matching the system generated vehicle number with the vehicle number on
the image captured by the camera. The operator shall have the option to edit the vehicle
number. The logs shall be maintained for each such correction done by the operator and
shall be 100% audited by the manager for each operator to minimize human and system
errors.

Following actions shall be taken automatically by the ATMS Software after the violation is
detected and audited.
i) Generate e-challan
ii) Send SMS regarding violation on the registered mobile number of the vehicle fetched
from Vahan database and NPCI FASTag mapper.
iii) Email the daily e-challan report to the concerned enforcement agency(ies) as
applicable for each state, district, etc. the project crosses through, so the e-challans
shall be sent accordingly to the concerned enforcement agency under whose
jurisdiction the incident / violation detection point / spot / section falls.
iv) To avoid any discrepancy in section based overspeed enforcement, the VSDS (ANPR
camera) location shall be selected such that any one section is not falling in
jurisdiction of two different agencies. In case if the same can’t be avoided, the section
based overspeed e-challan shall be sent to the agency under which the end point/2nd
checkpoint of the section falls.

The formats of e-challan, warning/ information messages (SMS), emails, etc shall be
finalised in consultation with Authority Engineer / NHAI and concerned enforcement
agency.

ATMS Software shall be integrated with police control rooms of the state, district as
applicable, as well as the ICCC of smart city projects (as applicable), and National Disaster
Management Authority (NDMA), State Disaster Management Authority (SDMA), the
District Disaster Management Authority (DDMA), etc.

The police control room shall be provided with the limited access of the ATMS application
through On-line Access Facility and shall be able to perform the functions are described in
the On-line Access Facility section. The functions specified there are the minimum
requirement and the application shall be designed to meet the actual requirement of the

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-60
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Police and Enforcement agencies in consultation with Authority Engineer and the
concerned agency and any additional information shall be approved by the NHAI.
5.5 Outline of TMC Software
The EPC Contractor shall describe in his Technical Proposal, application software to be
provided to the servers and workstation in the Traffic Management Centre required
hereunder.
1) Graphical presentation of module and components comprising application of servers
and workstation.
2) Data processing flow in the form of class diagram, use case diagram, sequence
diagram, or data flow diagram
3) GIS and Image Processing module
4) Scale or size of the module and components, and programming language used
5) Extent of the development required for the Project.
6. Advance Driver Advisory System (ADAS)
Advance Driver Advisory System (ADAS) shall be provided in each patrol, ambulance, and
maintenance vehicle.
The ADAS system shall consist of following components fitted in each vehicle:
i. GPS tracker,
ii. Industrial grade rugged (Waterproof) dashboard mounted 10" Tablet,
iii. Dashcam (dual camera) with video calling and inbuilt recording feature,
iv. Body cam 1 nos. for each vehicle,
v. Front view varifocal cameras (mounted on vehicle),
vi. Rear view varifocal cameras (mounted on vehicle),
vii. LPU with Storage mounted in vehicle,
viii. UPS,
ix. High speed wireless connectivity
x. Buzzer for call / incident alert
The ADAS shall provide real time connectivity of TMC and sub-centres with the patrol and
maintenance vehicles. Separate high speed multi operator embedded SIM shall be provided
for GPS tracker, industrial grade rugged waterproof 10” tablet, Dashcam, body cam, and
LPU.
The LUP and storage shall be compact in size and only fan-less industrial grade controller
shall be provided.
The system shall provide live monitoring of all cameras installed in patrol and maintenance
vehicles (including body cam) from TMC & sub-centres.
The ADAS shall aid the TMC/Sub-centre in disseminating the required information to the
patrolling / maintenance team in real-time. The tablet shall have GPS map to assist the
driver in identifying the incident location with estimated travel time, route, alternate route,
etc.
The ADAS shall also provide the option to the driver of one vehicle to connect with other
emergency / maintenance services vehicles of the stretch and also provide option to conduct
video conference call among them and with TMC/Sub-centre.
The vehicle staff shall be able to log the incident/event details through the tablet.
The vehicle staff shall have the option to select any and all of the cameras simultaneously to
view in the tablet.
The ADAS application on the tablet shall be locked and the users shall not be able to access
other features/applications of the tablet.
The tablet shall go in sleep mode when not in use to save the battery and optimize the
usage.
The LPU shall sound an alert / alarm in the TMC & Sub-centre in case any of the
component is turned off / removed / disconnected / low battery / faulty / etc.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-61
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

The Dashcam and other cameras shall be ON at all the time and recording shall be stored in
local storage of the camera as well as the LPU for a minimum period of 30 days. The TMS
& Sub-centre shall have the option to retrieve any video from the LPU wirelessly and the
live feed of all the cameras of all the vehicles shall be available in realtime. There shall be
option to record the live video of all the cameras in the TMC and Sub-Centres.
The cameras shall be integrated with Road Condition Monitoring module for collection of
road condition data and statistics.
6.1 ADAS Camera Specifications
6.1.1 General
a. The IP camera shall be POE/POE+ powered bullet type with inbuilt IR of 60 meters.
b. The Camera shall have inbuilt SD card slot and shall be provided with at least 128
GB class 10 SD card.
c. The shutter speed of the camera shall be 1/4 second to 1/100000 seconds for
capturing the motion detection even during low light condition and provide proper
image.
d. The face detection function shall be activated as soon as the motion detection is
triggered.
e. The camera shall detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
6.1.2 Lens
2 MP Full HD motorized varifocal lens with minimum 5-45 mm motorized auto-focus
function having optical defog feature and auto focus covering suitable range of focal length
shall be provided and mounted on the camera. The range of the camera shall be minimum
60 meters. The resolution shall be full HD at 60 FPS.
6.1.3 Night vision capability
Cameras shall have inbuilt IR illuminator of 60 meters for night vision functionality.
External IR illuminator shall be acceptable in case of box cameras, however inbuilt IR shall
be preferred. The minimum illumination shall be of 0.01 lux for colour image with
automatic gain control on in auto/ manual mode. The camera shall be capable of recording
black and white video even in 0.001 lux with IR up to a distance of 60 meters.
6.1.4 Image enhancement capability
Camera shall have hue light compensation, back light compensation, and three-dimensional
digital noise reduction features. The camera shall support true wide dynamic range of
minimum 120 dB.
6.1.5 Camera Housing
The camera shall be housed in a suitable housing to protect them from solar radiation, UV,
dust and rain. The field of view of the camera shall not be obstructed by the housing.
Picture quality or optical performance shall not be degraded by the housing. The Housing
shall have IP-67 or higher rating for Weather-proof, and NEMA 4X-rating or IK10 or
higher rating for Vandal-proof.
6.2 ADAS LPU and Cabinet
a. ADAS LPU shall be a fan-less industrial grade rugged compact CPU housed in a
compact cabinet together with power supply and network equipment. The cabinet
shall be suitable for mounting in the vehicle.
b. The cabinet shall be electrically and mechanically isolated and shall have a degree of
protection of IP 55 or higher specified in IEC 60529. If necessary, the cabinet may be

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-62
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

provided with a ventilation fan for controlling internal temperature, but the protection
code requirements shall be met.
c. A right hinged door shall be provided on the front to realize easy maintenance work.
d. The turning direction of the handle shall be counter-clockwise.
e. The power supply unit shall be provided with a circuit breaker.
f. The anti-lightning and surge protection complying with the IEC 61643-1 shall be
provided.
g. The cabinet shall be finished with the anticorrosive treatment.
h. The EPC Contractor shall state the details of the anticorrosive treatment and painting.
i. The Cabinet shall have door open alert feature and alarm to be sounded locally as
well as the Central Control Centre.
j. The Cabinet shall have suitable built with appropriate locking arrangements to
protection from theft, vandalism etc.
k. The cabinet shall be of suitable size to accommodate the equipment to be housed in
the cabinet and shall be designed to meet the environmental conditions at the site and
cooling, heating, ventilation requirement for the equipment, etc.
7. Incident Monitoring System (IMS)
Incident Monitoring System (IMS) shall be deployed at each PIU office and RO office (as
applicable) of the project.
The IMS shall include following minimum components:
1. Workstation (1 nos. at each location),
2. All-in-one color A4 printer,
3. 100" 4K UHD LED display (commercial grade),
4. UPS as per site requirement,
5. Networking devices, switches,
6. Connectivity with TMC & Sub-centres,
7. CCTV camera,
8. DG of suitable ratting as per site requirement,
9. MPLS etc.

The EPC Contractor shall establish seamless connectivity between IMS and TMC & sub-
centres such that the PIU officials are able to monitor the TMC and ATMS system in
whole. The IMS shall be customised as per the requirement raised by the PIU/NHAI/
Authority Engineer from time to time.
The IMS shall provide function to monitor any camera of the stretch. It shall provide access
to the reporting modules, NMS, FMS, SLA monitoring, GIS, ADAS, etc.
The standard / default screen of the IMS display shall be the live view of the TMC / sub-
centre (option to select / toggle automatically) Graphic display screen content being
displayed at the TMC / Sub-centre and shall be configurable without any requirement of
support from EPC Contractor.
The incident / event pop-up and alerts shall be configurable as per the PIU requirement.
IMS system shall be manned by the EPC Contractor’s operator during the O&M period as
per the working hours of PIU/RO office.
8. Video Analytics and Management System (VAMS)
a. The Video Analytics and Management System (VAMS) software shall be provided to
view live and recorded video from all the cameras connected to local and wide area
network.
b. The VAMS software shall have a client/server-based architecture that can be configured
as a standalone VAMS system with the client software running on the server hardware
and/or the client server running on any network-connected TCP/IP workstation. It shall

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-63
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

support all major operating systems (windows, Linux, Mac). It shall support web client
interface and shall operate without requirement of installation of any software.
c. The contractor shall obtain the license for the total number of cameras to be provided for
the project based on the MAC address of each NIC. The VAMS shall have a single page
that displays the status of all servers and cameras currently connected. This page shall
display any alarms, events, MAC addresses, camera configuration, format and frame rate
from each individual camera.
d. The VAMS system shall have the ability to record an audit trail of when users login,
which futher shows what changes they have made, what video they have viewed and what
they have exported.
e. The VAMS shall allow for the configuration of what drives to use for recording video.
Those drives may be local drives, direct attached storage drives or iSCSI drives.
f. VAMS shall support the mobile application for both iOS and Android platform capable of
viewing multiple simultaneous live video streams and playing a recorded video stream.
g. The VAMS software shall have an open architecture supporting IP cameras and encoders
from multiple manufacturers providing high-resolution megapixel features.
h. Multiple control room consoles/workstations shall be able to simultaneously view live
video and audio and/or recorded video and audio from the storage/video server. All
storage / video servers shall also be able to simultaneously provide live and/or recorded
video to one or more consoles. Its operator shall be able to push the video to another
operator console seamlessly.
i. The VAMS software shall be able to send a predefined email based on an event trigger.
The VAMS software shall also support SSL and TLS connections for transmissions of the
mail.
j. The VAMS shall be capable of multi streaming on all connected workstations/ consoles in
the entire network of the project stretch as well as minimum 20 remote users
simultaneously. The remote users shall have full functionalities as are available for the
control centre operators.
k. It shall be possible to configure multiple monitors on one workstation / console i.e.
multiple VAMS application simultaneously on one workstation.
l. Recording of all video transmitted to the VAMS shall be continuous, uninterrupted and
unattended.
m. The VAMS system shall have video motion detection recording, such that video is
recorded when the VAMS detects motion within a region of camera’s view.
n. VAMS shall have Suspect Tracking feature to configure camera links between cameras,
to follow a suspect between different camera scenes.
o. Inactivity timeout feature shall be provided to save the bandwidth
p. Archive bookmarks feature shall be available to specifically archive bookmarked video
and create a second copy of important video.
q. VAMS shall automatically generate alarm / alert in case of any video loss or failure and
shall have failover/redundancy feature without any manual intervention.
r. The VAMS software shall be used to connect different types of events, such as input
triggers, to a desired action such as recording video or triggering an alarm. The VAMS
software shall recognize the following event types: video motion, video loss, input
trigger, health monitoring, IP camera connection, software trigger and analytics, camera
preview style, hovering, server disconnect, archive alarm - failure on archiving target,
such as bad mount point. The VAMS shall provide the search and display analytic meta
data when searching analytic event linkages etc.
s. The VAMS shall be integrated with Road Condition Monitoring module for collection of
road condition data and statistics.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-64
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

9. Emergency Telephone console


a. There shall be a Control System with a Control Software to receive all Emergency
Communication from the NHAI 24X7 National Highways helpline and Route Patrol.
b. All the Calls coming on NHAI 24x7 helpline for this section shall be automatically routed
to the TMC. The required integration with the telecom operator and 1033 helpline
services shall be in the scope of the EPC Contractor.
c. The Software shall be integrated with all the Telecom operators for obtaining live location
of the caller and the same shall be plotted automatically on the GIS Map, so that the
location of the caller can be identified automatically for providing required service. This
will also enable the software to identify the fake callers and the caller calling outside the
Highway ROW.
d. The software shall operate on open architecture and integrate with other subsystem
software that are installed to manage Cameras, and Speed Display, apart from the Traffic
Management module (where applicable) etc.
e. The software shall store configuration Emergency call ID, Location on the highway
stretch etc. of each Emergency call received. There shall be options to generate reports of
stored device configuration.
f. The system shall record all calls on to a dedicated server with adequate indexing to
retrieve the same on a later date.
g. The help desk will be manned by call managers / operators. The administrator should be
able to create, add, edit & delete users (call managers/ operators). He should be able to
administer access rights of the entire highway or a section thereof.
h. The administrator should be able to place call managers in a hierarchy. The higher
priority manager should inherit the rights of a lower priority manager automatically when
he is taking overriding control of Emergency calls, which are already being controlled by
a lower priority manager. There should be minimum 3 hierarchical levels of security for
providing user level log in.
i. The system shall provide activity log (audit trail) with user id, time stamp, and action
performed, etc.
j. The system shall perform communication health check (link quality check) on all the
connected communication devices and report errors if any on the administrator console.
k. ATMS Control Centre will have dedicated workstations for Call management. For
monitoring purposes, Video monitors shall be setup and should show the location of
originating calls clearly on GIS map sections of the highway.
l. The user shall have the facility to request for control of any section of highway outside
his rights for a reservation period. Control of the said section is released after the
reservation period (Request enhanced control rights for a short duration).
m. ATMS Control Centre may have one or more Operators simultaneously logged in to the
communication software to manage their respective sections of the highway.
n. Each workstation and the associated software should allow up to nine calls to be
maintained on hold while the current call is being serviced.
o. Call manager/operator logoff shall be allowed only when no call is in progress or on hold.
p. System should ensure that once recorded, the audio cannot be altered; ensuring the audit
trail is intact for evidential purposes.
q. System shall provide sufficient storage of all call recordings for the entire Contract period
or more.
r. The call manager/operator shall have the facility to call back the caller.
s. The call manager/ operator shall also have the facility to patch any call on Emergency
helpline to an external telephone line (fixed and mobile), local intercom at the ATMS
Control Centre, sub-centre, and the local mobile radio network (if applicable).
t. The call manager/operator shall have the facility to initiate communication health check
on any device within his section of the highway.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-65
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

u. It shall be possible to switch calls. That is, if a call # 1 is in progress, the call manager
can open any other call that is in hold status. Call # 1 shall go hold status.
v. The offered system shall have facility to retrieve/export/ backup (on CD, DVD or Blu-ray
recorders) the desired portion of call record (from a desired date/time to another desired
date/time) through the search functionality of the application software.
w. It shall be possible to archive old call records and logs on CD, DVD, Blu-ray recorders, or
RAID backup devices. Log of any such activity should be maintained by the system for
audit purposes.
x. Database Server shall keep track of all configurations, error data, configuration events,
usage events and error events.
y. All the workstations shall be provided with software to play recordings, archive and
manage calls. However, managers would require sufficient access rights to use play and
archive modules.
10. Probe Data System
a. A probe car system is envisaged that receives and processes location data from the project
vehicles equipped with GPS device and show the location of GPS devices attached to
patrol vehicle or another management vehicle as one of the components of ATMS.
b. The system will use the vehicle location data of maintenance, patrol and emergency
vehicles fitted with GPS device and deployed on the project.
c. The probe data system shall utilize the date from the GPS devices fitted on the vehicles
by the vehicle operator as well the sub-components of ADAS system provided by the
EPC Contractor.
d. The supply and installation of GPS devices is not under the scope of this Contract except
for the maintenance vehicles to be provided by the EPC Contractor on the project during
Maintenance period of this Contract. The EPC Contractor shall only be required to
establish the data communication system between vehicles and Probe Data System
console in TMC under the scope of work of this Contract.
e. However, the EPC Contractor shall provide the GPS devices for the vehicles provided by
the EPC Contractor.
f. It shall be the responsibility of the EPC Contractor to furnish all necessary hardware,
software and database, install equipment at the specified location, provide necessary
cabling, integrate all system components, and deliver a complete operational system
including such works as required for the transmission of the probe data on 24/7 basis.
g. The probe car system will be prepared for generating traffic condition information and
utilising the cumulated data as statistics for the measures on transport such as traffic
management etc.
h. It collects vehicle location information dynamically. A probe sensor installed in vehicle
consists of Global Positioning System (GPS) unit, processor unit, communication unit
and power supply unit.
i. The satellites send time signals. The time signals are received by the GPS unit on the
earth. The GPS unit receives the signals from several satellites and identifies its location
on the earth.
j. The accuracy of the location generally ranges 10 to 100 m, depending on such factors as
quality of GPS unit, high-rise buildings around etc. The probe sensor periodically sends
the recorded data such as vehicle location in terms of longitude/latitude and recording
time to the TMC.
k. The vehicle locations shall be displayed on the GIS map in real-time in TMS and all sub-
centres.
l. The probe data will be received periodically at the TMC and shall be analysed to show
the location of maintenance vehicle on the road network of digital road map.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-66
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

m. The analysed data is converted into traffic congestion information and provided to the
road users. The cumulated probe data is processed as historical data for higher accuracy
of congestion information.
n. Data List - The vehicle location data shall be generated at an interval of 10 seconds in
each GPS device on board vehicle. The probe car system shall receive all vehicle location
data as they are sent from vehicles. The data includes the following items:
1) Device ID
2) Vehicle type
3) Location (Longitude and Latitude)
4) Date & time of data
5) More detailed structure of the GPS data will be provided to the EPC Contractor.
o. Data validation: The system shall scrutinize the data received and any abnormal data such
as data without time stamp, data value outside of the range, and data with longitude and
latitude outside of the vehicle coverage area shall be removed from the data.
p. Map matching: The system shall have map matching function to project the location of
vehicle onto the nearest point along the vehicle route. If the distance between original
point and projected point is longer than the pre-set threshold, the data shall be
disregarded.
q. Data storage and retrieval function
i. All data shall be recorded and stored in the probe car server for analysis and
future usage. The raw vehicle location data sent from GPS device and processed
location data after map matching shall be kept for three (3) months.
ii. Data retrieval and presentation software shall be provided that shows the original
location data, location data after map matching.
r. Screen Display Functions
i. The information display shall be schematic map-based interface and as well in the
form of a list. The schematic map-based display shall cover the entire Project and
be able to enlarge individual locations on the map when selected. The enlarged
view shall be able to display the details for each selected location.
s. Reporting functions
i. Probe Data System Server shall publish/print as a minimum the reports listed
below. The reports shall be produced as pre-scheduled or on-demand by system
operator. It shall be possible to produce the reports in a portable file format.
ii. Operation and error log List of roadside equipment, which are operational or
malfunctioned
iii. Error record
t. Communication Network
i. The data transmission of vehicle tracking data shall be made through IP based
network provided by communication provider. The network equipment of the
system shall have highly reliable and secured connectivity.
u. All the third-party GPS on board Unit shall be subjected to test before Acceptance test,
during installation work and upon completion depending on the test item.
v. Three types of test, i.e. function test, performance test and general test shall be conducted.
They include (as a minimum):
i. Communication and performance of GPS On Board Unit.
ii. Probe Data System Server application and reports.
iii. Locating function on map.
iv. Data logging function.
11. Hardware for Central Processing System
The Central Processing System shall comprise of following minimum components:
1. TMC Central Processing Servers in hot standby configuration (Primary + Secondary)
2. Video Recording Servers with 360 TB inbuilt storage
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-67
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

3. Backup Video Recording (Only Incidents) Server with 240 TB inbuilt storage
4. Internet and SMS Server
5. Operations Laser Printer (Colour)
6. Operations Laser Printer (Black)
7. Operator Consoles each with 4 nos. 21” touchscreen monitors
8. Emergency Telephone Console 2 nos. 21” touchscreen monitors
9. ATSC Console 2 nos. 21” touchscreen monitors
10. RLVD Console 2 nos. 21” touchscreen monitors
11. Graphic Display with Graphics Display management software and Controller
12. Firewall, IDS, IPS and other network security components
13. Core Switch
14. Routers
15. Network Equipment – Layer 3 Switch, Layer 2 Switch etc.
16. Network Management System (NMS)
11.1 TMC Central Processing Servers and Sub-Centre Servers
The Traffic Management Centre (TMC) application server system shall consist of two
servers with cluster configuration, one primary server and one stand-by server. Each of the
two servers in the cluster shall meet or exceed the minimum requirements stated hereunder.
The TMC server and workstation computer hardware shall be standard models
manufactured by organizations of international repute. Custom built or non-standard
equipment will not be acceptable. All the servers and computing shall be UL, CE, FCC,
BIS certified.
Full maintenance support services and ready availability of consumables, spare parts or
replacement units shall also be assured from a third party, based in India, who is not
connected with the EPC Contractor and his agent.
The specifications in this section are provided as reference. The workstations to be
provided by the EPC Contractor shall materially comply with these specifications and shall
be subject to the approval by the Authority Engineer.

b. Each server shall have a minimum of two numbers of latest generation Intel/AMD 16-
Core processor 2.8 Ghz CPU of 19.25 MB Cache, 105W.
c. The server shall have 256 GB RAM memory using 32GB Module scalable to at least
up to 1.5TB, using DDR4 2666MHz DIMM (RDIMM) memory modules.
d. Server shall have 4* 1.6 TB SSD HDD bays with each SSD having minimum
endurance of 3 DPWD
e. One optical drive DVD-RW shall be provided in each server.
f. Server should have RAID controller with 4GB Lithium-ion battery backed write cache
(onboard or in a PCI Express slot).
g. Server should support 1Gb 4-port network adaptor supporting advanced features.
h. The power supply shall be Redundant 800W Platinum hot plug and redundant hot-plug
system fans. The display controller should support VGA.
i. The server should be provided along with the out-of-band remote management and
maintenance capability. Remote management should be possible by using API and
Web based GUI.
j. The server should support all industry leading OS / Hypervisor like Windows, Linux,
VMware, KVM etc.
11.2 Video Recording Server (VRS)
The Video Recording servers shall be provided at TMC and sub-centres for recording the
live video feed from all the cameras (TMCS, VIDS, ANPR). The VMS (Video Analytics
and Management System) software shall be installed on the VRS. The inbuilt storage
prescribed for VRS herewith are estimated for 60 days @ 25 FPS, 2 MP at 80% load. The
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-68
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

EPC Contractor shall propose the storage capacity of VRS as per its own calculation and
proposed solution to provide video recording of all the cameras for minimum of 60 days
keeping 20% buffer. The specified storage here is the minimum requirement to be provided
by the EPC Contractor. Minimum 2 nos. VRS shall be provided at each location (TMC and
sub-centres).

a. Each server shall have a minimum one latest generation Intel Xeon 4-Core processor
3.5 Ghz CPU of 8 MB Cache, 256 SSD in RAID 1 for operating system and video
management software. Each server shall support at least 128 channels at full HD along
with 2-way audio feature.
b. The server shall have 16 GB RAM memory DDR3 memory.
c. Server shall have 20* 12 TB SSD HDD bays such that minimum 240 TB useable
internal storage space is available after applying RAID 6 configuration. Additional
storage shall be added to achieve 360 TB useable storage.
d. One optical drive DVD-RW shall be provided in each server.
e. Server should support 1Gb 4-port network adaptor supporting advanced features
f. The power supply and fan shall be Redundant
g. The display controller should support VGA, HDMI, DVI.
h. The server shall support minimum 1200 Mbps bandwidth for read and write the video
recording and shall support 8 input and 4 output alarm.

Note: Total number of servers required at each location / Sub-system shall be as


per the solution design of the EPC Contractor. The Quantity mentioned in the
BOQ is the minimum requirement and shall be provided by the EPC Contractor.
All the Servers shall come with 5 years OEM Warranty with 24X7 support and
Next Business Day (NBD) resolution.
11.3 Graphic Display for TMC
a. The EPC Contractor shall provide Graphic Display cubes with DLP based technology
with Laser light source or Active LED based display of 0.9 mm or less pixel pitch.
Graphic Display shall show large-scale presentation of central server monitor screen and
live video streaming from the all the cameras (TMCS, VIDS, ANPR), ATMS Dashboard
and GIS Map.
b. It shall be able to show multiple screens at a time and the number of screens on the
display shall be flexible.
c. It should have a life of atleast 7 years in 24x7 operations.
d. The Graphic Display shall be made up of several units. It should have automatic and
continuous color calibration and uniform brightness amongst all cubes. Each cube should
be able to take full HD signal. The Laser DLP based graphic display shall be provided in
3x4 or 2x6 matrix of 70” cube or bigger, suitable to display minimum 30 cameras along
with GIS Map and ATMS dashboard in full high defination. The size of the Active LED
based display shall be calculated such that it achieves the size equalvalent to laser DLP
display of 70” cube in 3x4 or 2x6 configuration, such that at least 30 nos. TMCS cameras
can be viewed in full high definition at same time along with GIS Map and ATMS
dashboard.
e. The brightness of the cube shall be 400 nits and should be adjustable for lower or even
higher brightness requirements with brightness uniformity of more than 95%. The
dynamic contract ratio shall be 1000000:1 or more.
f. The ingress design of the projection unit shall confirm to IEC-60529 standard. Test
certficiate shall be submitted by the EPC Contractor in the Technical Proposal.
g. The depth of the cube/ Videowall for Laser DLP / active LED shall be as per OEM and
shall be minimum possible to avoid wastage of space in the TMC and sub-centres. The

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-69
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

control room layout shall be considered accordingly, such that minimum viewing distance
is achieved..
h. Graphic Display Controller and management software shall be from the same OEM. The
number of output shall be capable to drive number of cubes to achieve the resolution.
i. The Operator shall be able to see multiple source in one window and shall be able to
specify time interval and sequence. The software shall provide the option to split the
entire display in multiple sections and layouts. The operator shall be able to define
multiple layouts that can be launched based on time schedule or sequence as defined by
the operator or control room Manager. The layouts shall be finalised in consultation with
the Authority Engineer and NHAI.
j. The software shall have self health diagnostics function and shall raise alert or popup in
case of any error is diaganosed in the graphic display. The operator shall notify the
maintenance engineer regarding such alerts through FMS.
k. At least following information (Road and Traffic condition) shall be provided on Graphic
Display:
1) GIS Map of the Stretch with each lane
2) TMCS Camera live video streaming
3) VIDS live video streaming and Incident Pop-ups
4) ANPR and speed radar live data
5) Traffic Condition
6) Traffic count and classification
7) Travel time
8) Traffic Event using Image Icon (Type and Location)
9) Emergency call status
10) Status of each equipment plotted on the GIS Map
11) NMS
12) ADAS
13) Road condition
14) ATSC Status
15) FMS
16) Mobile App pop-ups
11.3.1 Graphic Display for Sub Centre
a. The information terminal to be installed at all the three sub-centres shall be a
Laser DLP or Active LED based display of 0.7 mm or less pixel pitch Graphics
Display made of 70” or bigger diagonal cubes in 2x3 matrix. The size of the
Active LED based display shall be calculated such that it achieves the size
equalvalent to laser DLP display of 70” cube in 2x3 configuration.
b. The EPC Contractor shall supply and install the information terminal at the
specified location in the sub centre and connect it with the central server system
through the digital transmission system. Software required to operate the
information terminal shall also be provided.
c. Information (Road and Traffic condition) as below shall be provided on Display
as same as in main centre but only of the stretch and equipment covered under
that Sub-Centre:
1) GIS Map of the Stretch with each lane
2) TMCS Camera live video streaming
3) VIDS live video streaming Incident Pop-ups
4) ANPR and speed radar live data
5) Traffic Condition
6) Traffic count and classification
7) Travel time
8) Traffic Event using Image Icon (Type and Location)
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-70
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

9) Emergency call status


10) Status of each equipment plotted on the GIS Map
11) NMS
12) ADAS
13) Road condition
14) ATSC Status
15) FMS
16) Mobile App pop-ups
Note: For the ergonomic design of the TMS and the Sub Cent,res ISO 11064 shall be followed.
11.4 Network Equipment
11.4.1 General
a. The EPC Contractor shall supply and install network equipment at each location to
connect each peripheral to the TMC systems. The EPC Contractor shall supply and install
all equipment, cables, connectors, terminals and other miscellaneous materials necessary
to establish a working local area network connecting these systems.
b. The network between the TMC and sub-systems shall either use the optical fibre cable
network or high-end Wireless Access Points along the stretch and a data communication
network shall be established using layer 3 switch to be supplied by the EPC Contractor.
The EPC Contractor shall supply and install the network equipment suitable for
interfacing the layer 2 switch to the layer 3 switch.
c. The type and the number of the network equipment proposed by the EPC Contractor as
per the network design shall be mentioned by the EPC Contractor in the BOQ. The
network configuration shall be determined by the EPC Contractor. The cost of the
network devices and materials that is not explicitly listed in the BOQ of the Bid submitted
by the EPC Contractor or supplied by the EPC Contractor during the installation works
but deemed necessary for the system during any stage of this Contract shall be included in
the cost of appropriate items and the Contract Price, and no separate payment shall be
made.
11.4.2 Network design
a. The EPC Contractor shall undertake the detailed design of the digital transmission
system. The design work shall include but not be limited to transmission protocol,
network and transmission equipment, type and size of cable, cable splicing, conduit and
cable installation work, manhole, hand-hole and pull box at bridge and earth sections.
b. Digital transmission system shall adopt IP. Suitable media and transmission protocol at
Layers 1 and 2 shall be decided, type of digital station equipment shall be selected. In
developing the design, various factors such as amount and type of data, transmission
distance, quality of service (QoS), reliability, latency, and changeover time to backup
route shall be considered. Type of optical fibre cable shall also be considered in the
design. Packet based transmission system will be preferred than circuit-based
transmission system such as Gigabit Ethernet.
c. Loop topology based on resilient packet ring (RPR) shall be adopted for local line
transmission system for redundant operation. A cut in the communication at a point in the
loop shall not affect the normal operation of the communication system.
d. Physically separate optical fibre cables shall be used for a ring topology and for back up
route in the future trunk line transmission system. Compressed image data and data from
other devices must be separately allocated to the optical fibre core.
e. Layer 2 switch will be used at each node to connect local network or device to the local
line network. Layer 2 switch will also be used to connect devices to the local network.
The switches used at the field nodes shall only be of industrial grade for operations under
extreme weather and outdoor conditions.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-71
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

f. In addition to the equipment listed above, the system requires fibre distribution frame and
main distribution frame for cable termination, surge arrester or similar surge protection
device to protect the equipment from the lightening, and accessories necessary for cable
installation. The EPC Contractor shall supply and install these devices and accessories.
11.4.3 Reliability
Digital transmission system shall have high reliability to ensure continuous operation of the
system. Bit error rate for the end to end data communication must be 1 x 10-6 or better.
11.4.4 Capacity and Quality of service
a. The digital transmission shall have a sufficient capacity in terms of speed and bandwidth
to meet the demands to be decided based on the estimated amount of data including
digitized voice data at each facility such as Traffic Management Centre, and service area.
Video signal from the TMCS camera shall be transmitted in H.264/H.265 format and the
digital transmission system shall provide sufficient capacity for it. The EPC Contractor
shall estimate the type, amount and location of data transmission need and design the
system, equipment and cables that satisfy the demand.
b. Quality of service (QoS) capability shall be provided to the digital transmission system to
ensure smooth and uninterrupted delivery of data for voice and video image transmission
required for emergency telephone system and TMCS camera system.
11.4.5 System supervision
The digital transmission system shall be equipped with a supervisory function which
continuously monitors the system operation and issues an alarm in case malfunction is
found. The supervisory shall have the following functions:
1) Management of occurrence and recovery of malfunction
2) Registration and modification of system configuration
3) Registration and modification of network configuration
4) Testing of equipment and circuit
5) Logging of equipment operation and cable performance
6) Changeover between primary and backup routes
12. Closed Circuit Television (CCTV) and Access Control System (ACS) for TMC and Sub-
Centre Building and Security
12.1 General
a. This part of the RFP covers the equipment and services to be supplied under this Contract
for CCTV equipment and Access Control System (ACS) to be installed at the Traffic
Management Centre and Sub-Centres. The CCTV and ACS equipment shall be
categorized as two types, CCTV and ACS for Building and CCTV for Security.
b. All the cameras shall be IP based and shall be connected to the Video server. The cameras
shall support ONVIF profile S/G and shall be FCC Class A, UL, CE, BIS certified. The
NVMS installed on video server shall provide the facility to control the cameras at the
Supervision workstation in the Control room Buildings. The video recording of each
camera shall be stored at the Video server/storage for a period of minimum 60 days at
2MP (full HD), and 25 FPS and incident video clips shall be stored for the entire Contract
period.
c. All Cameras shall have inbuilt IR illuminator for night vision functionality. External IR
illuminator shall be acceptable for box type cameras, however inbuilt IR shall be
preferred for these types of cameras also.
d. The Video Server of each location shall be interfaced to TMC system and NHAI HQ
Command Centre to be able to watch and control the cameras for the PTZ activities from
the TMC control room, NHAI HQ Command Centre, and On-line access facility. The
priority shall be given to the local control room staff.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-72
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

e. The functionality of the CCTV cameras provided by the EPC Contractor shall be
described as follows:
i. Building Surveillance CCTV cameras – These cameras installed on a sufficient height
mast shall be intended for general surveillance of the building area and field activity
outside the building and walkways. These cameras shall also be linked for remote
monitoring. As both the traffic control room staff and sub-control room staff can
control the pan, tilt and zoom function, the priority shall be given to the local control
room staff.
ii. Building Security CCTV cameras – These cameras shall be intended for monitoring
of security areas such as the building compound, general parking area, Control Room,
supervisor room, building lobby, walkway, server room, UPS room, and emergency
vehicle parking area.
iii. These cameras shall have voice recording and Class 10 SD memory card of minimum
128GB for local storage of videos and voice recordings.
iv. These cameras shall be of two types
1) Motorised Bullet/Box colour cameras.
2) Motorised Dome colour cameras
v. The box cameras installed outdoor shall be installed in the weatherproof enclosure.

f. The design of the CCTV system shall consider the following: -


i. Provide effective supervision and control
ii. Easy to use
iii. Self-contained system
iv. Increase span of management
v. Reduce unnecessary travel
vi. View / evaluate situations quickly
vii. Motion detection
viii. Savings on time and manpower
ix. Easy access to video information and quick playback
x. Minimize the use of security guards
xi. Eliminate unnecessary responses to false alarms
xii. Provision for future scalability
g. The camera and VAMS shall be capable of triggering alarms in case of Video motion
detection, manual trigger, digital input, periodical trigger, system boot, recording
notification, camera tampering detection and audio detection. The triggering alerts can be
controlled by the control room operator.
h. The system should support intelligent video motion detection to track objects, learn the
scene and adapt to a changing outdoor environment. Environmental changes such as rain,
hail, wind, swaying trees and gradual light changes should have minimum effect on the
settings.
i. The control software should provide for alarms and alarm log. Alarm settings need to be
individually configurable for each alarm and each camera prerecord duration. The
duration shall be selectable from a list of values ranging between 2 seconds or less to 5
minutes or more. There shall be provision to achieve, print and display the log using
device filter, device group filter and/or a time window.
j. The administrator should be able to create, add, edit & delete users. He should be able to
administer access rights to system resources and functionality as well as access
permissions to a list of cameras, a user can view and control.
k. The system shall provide User activity log (audit trail) with user id, time stamp, health
monitoring, etc.
l. ATMS Control Centre will have workstations along with controllers for Camera
operation.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-73
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

m. The Workstation Frontend Software should also be working on a browser-based system


and mobile application for remote users to allow any authorized user to display the video
of any desired camera on the monitor with full PTZ and associated controls.
12.2 CCTV Specifications
12.2.1 Dome Camera
a. A surveillance camera of 2MP at 25 FPS shall be provided. The IP camera shall be
POE powered dome type with inbuild IR of 30 meters with illumination at 0.005 lux
for colour image and black& white at 0 lux with IR. The lens shall be of 2.8-12 mm
motorised varifocal with true WDR, 3D DNR, BLC, AGC and triple streaming (i.
live viewing, ii. analytics, & iii. recording). The Camera shall have inbuild SD card
slot and shall be provided with at least 128 GB class 10 SD card. The shutter speed
of the camera shall be 1/3 second to 1/100000 seconds for capturing the motion
detection even during low light condition and provide proper image. The housing
shall be IP 67 rated with IK10 protection against vandalism. The camera shall
support one alarm I/O port and audio I/O.
b. The face detection function shall be activated as soon as the motion detection is
triggered.
c. The camera shall also detect any object addition, object removal, and line crossing.
d. Whenever any event is triggered, the camera shall record the event on SD card.
12.2.2 Bullet Camera
a. A surveillance camera of 2MP at 25 FPS shall be provided. The IP camera shall be
POE powered bullet type with inbuild IR of 50 meters with illumination at 0.005 lux
for colour image and black & white at 0.001 lux with IR. The lens shall be of 2.8-12
mm motorised varifocal with true WDR, 3D DNR, BLC, AGC and triple streaming
(i. live viewing, ii. analytics, & iii. recording). The Camera shall have inbuild SD
card slot and shall be provided with at least 128 GB class 10 SD card. The shutter
speed of the camera shall be 1/3 second to 1/100000 seconds for capturing the
motion detection even during low light condition and provide proper image. The
housing shall be IP 67 rated with IK10 protection against vandalism. The camera
shall support one alarm I/O port and audio I/O.
b. The face detection function shall be activated as soon as the motion detection is
triggered.
c. The camera shall also detect any object addition, object removal, and line crossing.
d. Whenever any event is triggered, the camera shall record the event on SD card.
12.2.3 Access Control System
a. Door / premises entry Access control system shall be provided in each TMC and sub-
centre building and rooms including server room, UPS room, generator room, etc.
b. The system shall provide an integral software tool designed to reduce or eliminate
tailgating.
c. Restricting or denying access to a card holder shall happen automatically if they have
entered a zone without a valid card transaction.
d. The access control system should be modular in nature, with the below mentioned
modules-
i. Card Management and enrolment module
ii. Alarm Management Module
iii. Rolling Transaction Display Module
iv. Web Dash Board
v. Zone Management and Broadcast
vi. Time & Attendance Module
vii. Visitor Management System Module
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-74
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

viii. Reporting module


e. The dashboard shall display data in multiple formats such as bar, line, and pie charts, and
tabular formats and shall provide following information:
i. Card Swipes & Zones Swipes
ii. Cards Parked
iii. Zone Occupancy & Muster zone swipes
iv. Type of Cards Issued and their status
v. Licensing
vi. Diagnostics
vii. Users logged on
viii. Invalid Swipe Analysis
ix. Average Alarm Acknowledgement/Cancel Locked Out Accounts
x. Top current alarms
xi. System and capacity & software licensing information
xii. Alarm acknowledgment analysis
xiii. Locked out workstation user accounts
xiv. Users currently logged on
xv. System Time and Date
xvi. Last backup status and Backup history report
f. Reporting Module shall provide the following information:
i. Access Level changes
ii. Alarm Reports
iii. Transaction Reports
iv. First & Last transaction report
v. Device Reports
vi. Device Access Report
vii. Device configuration reports
viii. Personnel Reports
ix. Card parking Reports
x. Absentee Report
g. The ACS shall have following features:
i. Record cardholder personal and access information.
ii. Control card verification (i.e. the recording of cards on the system).
iii. Control data flow to the Ethernet Reader Controllers - card and configuration
information.
iv. Provide automatic updates of Ethernet Reader Controllers and field device
changes, so that the system is continually updated.
v. Pass alarm and status information in real-time to client PC workstation computers
being used for system monitoring.
vi. Pass alarms to an integrated Short Message Service (SMS) for a text messaging
service to user defined recipients.
vii. Issue broadcast messages to the Ethernet Reader Controllers.
h. The ACS shall be integrated with following sub-systems of the building
i. Video Analytics and Management System (VAMS)
ii. Fire Systems (FS)
iii. Intrusion Detection Systems (IDS)
iv. Perimeter Intrusion Detection Systems (PIDS)
v. Generic Lift or Elevator interface
vi. Building Management Systems (BMS)
vii. Time and Attendance (T&A) Module
viii. Visitor Management System

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-75
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

i. The ACS system shall be CE certified and designed for UL294, with IP 20 rating. The
readers shall be RS485 OSDP compliant, communicate through encrypted OSDP RS485
Wiegand, and encrypted host communications with TLS and AES encryption.
j. The single door and true four door ACS shall have touch screen terminals for easy access
with 12 keys (10 numeric keys, 2 context sensitive function keys), capacitive, light touch
and 10/100 Mbps ethernet port.
k. The system shall have sufficient offline data storage capacity of minimum 500,000
cardholders transactions and 75,000 offline events (transactions and alarms).
l. Shall have inbuilt battery and charging system. It shall automatically switch over on
detection of power supply.
m. The system shall have tamper detection capabilities and shall raise alarm that shall be
configurable as per site requirement.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-76
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Section 04 Traffic Monitoring Camera System (TMCS)

1. General
The EPC Contractor shall provide and construct Traffic Monitor Camera System (TMCS)
as a closed-circuit television system that meets the requirements stated herein for the
surveillance of the traffic and vehicle on the project. Digital type system shall be used and
video signal output from the camera shall be digitized and compressed to reduce the
bandwidth requirement for digital transmission system. The system and its component
devices shall be of rugged construction for outdoor industrial use capable of continuous
operation.
2. System Configuration and Main Function
The system shall consist of camera at site, and control equipment and VMS at the Traffic
Management Centre / Sub-centres, and digital transmission system shall transmit video
signal from the camera to the TMC/Sub-centres.
The Traffic Monitoring Camera System shall be used for monitoring the project corridor,
junctions and interchanges. The cameras with Pan/Tilt/ Zoom(PTZ) facility shall provide a
360-degree field-of-view to enable the operational objective of full coverage of the
highway/expressway, at-grade roads, junctions, service road, entry/exit ramps and related
spaces within the corridor/ ROW. Operationally, the main function of the camera is to
provide surveillance of the transportation system and enhance situational awareness and
enable operations staff to perform a number of valuable monitoring, detection, verification
functions.
The camera shall also perform the automatic incident detection functions (defined in next
section) in each pre-set position. Under normal condition of the Project, the TMCS cameras
shall be set at home position and shall periodically to other pre-set positions to enable
automatic incident detection.
The cameras shall be integrated with Road Condition Monitoring module for collection of
road condition data and statistics.
3. Equipment Location and Type
a. TMCS camera shall be installed in the median or shoulder (as per the availability of space
and OFC cable and chamber location) approximately at every 1 Km such that the
monitoring of the entire route is ensured. The number of cameras shall be sufficient to
monitor the key location, accident prone areas, junctions, major median openings, major
structures, urban areas, major villages junctions etc. through entire journey of every
vehicle on the road.
b. The EPC Contractor shall propose the actual locations to satisfy the above requirement.
The exact location will be determined based on the alignment, geometry, viewing area
(based on site visit) and shall be approved by the Authority Engineer.
c. The TMCS camera shall be supplied power from the solar panel attached to Camera Pole.
The UPS and Lithium-ion battery bank shall be able to provide the power backup for
minimum of 72 hours.
4. System Function
4.1 Camera
Camera shall be for industrial use, capable of continuous operation under harsh
environment on the highway. Camera shall be IP based full HD colour type with 1/1.9"
image sensor (CMOS) or better. It shall have frame rate of up to 60 frames per second in all
compression mode and shall have 3 simultaneous streams and live view for more than 5
users.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-77
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

4.1.1 Lens
Motorized zoom lens with minimum 36x Optical zoom and minimum 16x digital zoom
having optical defog feature and auto focus covering suitable range of focal length shall be
provided and mounted on the camera. The lens size shall be approx. 5-200 mm suitable to
achieve the required optical zoom.
4.1.2 Night vision capability
Cameras shall have inbuilt IR illuminator of 500 meters for night vision functionality.
External IR illuminator shall be acceptable for PTZ cameras, however inbuilt IR shall be
preferred. The minimum illumination shall be of 0.002 lux for colour and 0.0002 lux for
black and white image with automatic gain control on in auto/ manual mode. The camera
shall be capable of recording black and white video even in 0 lux with IR up to a distance
of 500 meters.
4.1.3 Image enhancement capability
Camera shall have electronically image stabilisation, hue light compensation, back light
compensation, and three-dimensional digital noise reduction features. The camera shall
support true wide dynamic range of minimum 120 dB.
4.1.4 Camera Housing
The camera shall be housed in a suitable housing to protect them from solar radiation, UV,
dust and rain. An inbuilt wiper shall be provided with the housing to permit cleaning of the
camera gimble during a rainstorm/ dust etc. The field of view of the camera shall not be
obstructed by the housing nor by the wiper, which shall automatically park out of view.
Picture quality or optical performance shall not be degraded by the housing. The Housing
shall have IP-66 or higher rating for Weather-proof, and NEMA 4X-rating or IK10 or
higher rating for Vandal-proof. The housing shall have inbuilt heater and blower function.
4.1.5 Pan-tilt Head
Camera housing shall be mounted on a motorized pan-tilt head. The angles of the head
and rotating and tilting speed shall be as follows:
Rotating angle: 360 degrees endless with pre-set pan and tilt speed of minimum 200o
per second faster.
4.1.6 Camera Control
a. The following control functions shall be provided to the system to cover wider
area and longer distance:
1) Pan (right – left)
2) Tilt (up – down)
3) Zoom (wide – telescope)
4) Focus (near – far)
5) Wiper (on – off)
b. The EPC Contractor shall state the angle range of pan and tilt movements and
their speed.
c. The TMCS Camera shall support H.264, H.265 video compression and shall
support latest ONVIF S&G protocol. The camera shall have auto motion
detection and shall be capable of auto tracking the moving object, wrong direction
detection, stationary object detection, face detection, 250 plus pre-set, patrolling
mode, audio I/O ports, alarm I/O, multiple privacy masking features.
d. The Camera shall have applicable CE, UL, BIS and FCC.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-78
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

4.2 Quality
a. TMCS camera system shall be designed to operate 24 hours a day and 7 days a week
without shutdown. Thus, high reliability and availability shall be achieved.
b. Design target of MTBF shall be 3104 hours or better except the mechanical part of
pan-tilt head. Expected MTBF shall be calculated based on the announced reliability
of parts and component, or operation record of similar products.
c. Availability of the system and each camera shall be 99% or better.
4.3 Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar
streetlight
a. A surveillance camera of 2MP at 25 FPS shall be provided at each equipment
location along with hooter alarm and beacon. The IP camera shall be POE powered
bullet type with inbuilt IR of 50 meters with illumination at 0.005 lux for colour
image and black& white at 0.001 lux with IR. The lens shall be of 2.8-12 mm
motorised varifocal with true WDR, 3D DNR, BLC, AGC and triple streaming. The
Camera shall have inbuilt SD card slot and shall be provided with at least 128 GB
class 10 SD card. The shutter speed of the camera shall be 1/3 second to 1/100000
seconds for capturing the motion detection even during low light condition and
provide proper image. The housing shall be IP 67 rated with IK10 protection against
vandalism. The camera shall support one alarm I/O port for activation of Hooter and
beacon.
b. The function of this camera is to monitor the cabinet and pole surrounding for
pilferage and vandalism attempts. The motion detection feature shall raise the alert in
the control centre as soon as any movement is detected nearby the cabinet and
camera pole to alert the control centre operators regarding any possibility of pilferage
and vandalism attempt.
c. Hooter shall be controlled locally by the camera and shall sound when the motion
detection period is greater than 5 seconds. The alert in the TMC/Sub-centre shall be
raised by VMS/ATMS software as soon as hooter is activated.
d. The face detection function shall be activated as soon as the motion detection is
triggered.
e. The camera shall also detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
g. The camera and hooter beacon alarm shall be installed at height of 8 meters to
prevent vandalism.
h. The camera shall be mounted on 1-meter cantilever arm attached to the pole.
i. All-in-one solar streetlight of 15W 2000 Lumens with inbuilt motion detection
sensor and auto on-off and auto dimming function shall be installed at each location
at a suitable height.
4.4 Power supply system
a. A solar power supply system consisting of a solar panel, a controller, a UPS and
Lithium-ion battery bank shall be provided at each TMCS camera location that
operates on solar power. Solar power equipment except solar panel shall be
accommodated in the same cabinet as TMCS camera controller or in a separate
cabinet. The solar panel shall have sufficient size to generate the power required.
The EPC Contractor shall provide the support for solar panel and connection
between the panel and the controller, which shall not be exposed. A mechanism shall
be provided to adjust the angle of solar panel to the solar panel support and prevent
pilferage. The solar panel shall be installed at the minimum height of 8 meters.
b. The Lithium-ion battery shall be custom built so that it cannot be used for any other
application / purpose. It shall be designed such that the terminals/ cells get damaged

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-79
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

upon unauthorised removal of battery from the enclosure / cabinet to prevent


pilferage.
c. The Lithium-ion battery shall provide power for Camera at least for 3 days even if
solar power cannot be generated due to the weather condition. The EPC Contractor
shall present the calculation of power consumption and capacity of solar power
supply system to be used for the TMCS system. The EPC Contractor shall also
consider the power requirement of network devices, wireless access points, PoE
switch, SPD etc. suitably during the calculation.
d. Proper earthing shall be provided at each equipment location.
5. Installation
TMCS camera shall be mounted on a tilt pole installed beside the Highway/expressway on
the shoulder as specified. Height of camera shall be 12 meters. Pole shall be rigid enough
so as not to vibrate under strong wind and passage of heavy vehicle. Optical fibre cable and
power cable shall be extended from the nearest hand-hole at the shoulder where branch
connection of cable is possible. The TMCS camera shall be connected to the nearest
Wireless Access-point through repeater / access point / transceiver appropriately.
6. Acceptance test
a. Camera, camera housing, pan-tilt head, TMCS camera station, Solar power system,
and TMCS camera system central equipment shall be subjected to test at all stages of
Acceptance tests i.e. Factory Acceptance Test, during installation work and upon
completion depending on the test item. Three types of test i.e. function, performance
test and general test shall be conducted.
b. Details of the test item, test procedure and criteria to judge test result shall be
proposed by the EPC Contractor subject to the approval by the Authority Engineer /
NHAI.
c. In principle, function and performance requirement stated above shall be tested.
More specifically, the following tests shall be conducted as minimum:
1) Resolution
2) Colour
3) Wiper control
4) Maximum pan and tilt angle and speed
5) Control desk and remote control
6) Video switching function
7) Video recording
8) Solar Power system charging and backup performance

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-80
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Section 05 Video Incident Detection System (VIDS)


1. General
Video Incident Detection System (VIDS) will be installed at the accident-prone and other
essential areas identified by the enforcement agency and other vulnerable locations. The
images taken by VIDS camera shall be transmitted to the Traffic Management Centre
(TMC) / sub-centres through Optic Fibre cable in real time. In the TMC, images are
selectively shown on the monitor display of VIDS workstation and VIDS monitor screen. If
an incident occurs within the coverage area of camera, operator shall be able to control
VIDS camera remotely and check the status visually. At the same time, images from all
cameras shall be recorded on the storage device in specified period.
The cameras shall be integrated with Road Condition Monitoring module for collection of
road condition data and statistics.
2. System Configuration
a. The VIDS system shall consist of the following components:
1) VIDS image sensor cameras and LPU at roadside
2) Cabinet
3) Solar and UPS
4) Network equipment, etc.
b. No periodical manual adjustment shall be required in camera and local processing
unit.
c. The VIDS application shall be provided to the Traffic Management Centre and
Sub-centres for receiving pre-processed data from VIDS LPU on the Project. The
data collection interval shall not be more than 60 seconds.
3. Equipment Location
a. VIDS shall be installed at the location to identified by the EPC Contractor and
approved by the Authority Engineer. The VIDS shall be installed at a suitable
location from the connecting / merging road to monitor the sectional traffic volume
on the main carriageway.
b. The EPC Contractor shall examine and select the VIDS location and obtain the
approval from the Authority Engineer.
c. The VIDS shall be installed on a dedicated pole to be provided by the EPC
Contractor. The clearance of 8 meter shall be secured.
d. The VIDS shall be supplied power from the solar panel attached to Camera Pole.
The UPS and Lithium-ion battery bank shall be able to provide the power backup
for minimum of 72 hours.
4. System Function
VIDS system shall be provided with the functions described below.
4.1 Monitoring function
a. The road and traffic condition video and images taken by VIDS cameras on the
project shall be transmitted as video signal to the Traffic Management Centre
through the communication network. The ATMs Software shall be capable of
selecting video signal from any VIDS camera to be displayed on the monitor and
graphics display.
b. Sequential display function shall be provided to the ATMS Software. The
sequential display function shall allow the video image from the multiple cameras
to be sequentially displayed at a pre-set interval. It shall be possible to select the
cameras for sequential display and to set the display time of the image from each
camera.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-81
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

c. The VIDS console and graphics display shall have multiple screen capability and
shall display either one image or four images at a time. The image on the Graphics
Display shall be controlled by the ATMS Software.
4.2 Incident detection
a. The VIDS system shall have an incident detection function and automatically
detect incident occurred within its viewing area when the camera is set at home
position. Incident refers to those occurrences of slow-moving vehicle, stopped
vehicle, reverse traffic, fallen object, poor visibility, vehicle running in opposite
direction, etc.
b. If an incident is detected, ATMS Software shall issue an alarm and incident image
shall be automatically displayed on the VIDS operator console monitor display and
Graphics Display. The GIS Map shall show the location of the incident with a red
dot and popup of the video.
c. The EPC Contractor shall describe the incident detection mechanism in the
Technical proposal that the EPC Contractor proposes together with its limitation.
4.3 Image recording and retrieval
All images shall be automatically recorded in the VRS at TMC/Sub-centre with camera ID
and time stamp. Frame rate of the video signal can be configured to one frame to 60 frames
per second to optimise the storage capacity as per the site requirements. Images shall be
stored for minimum 60 days.
4.4 Diagnosis
a. The VIDS system shall have a diagnosis function.
b. The ATMS Software shall check the connection with the VIDS camera and the
status of VIDS camera by sending the diagnosis signal every minute. If VIDS
camera fault signal is received or there is no response from the VIDS camera, the
ATMS Software shall issue an alarm on the Graphics display and operator console.
c. The fault shall also be recorded in the log.
d. The EPC Contractor shall state in his Technical Proposal, the types of error and
malfunction of the VIDS System that can be diagnosed from the ATMS Software.
5. Camera
5.1 General
a. The IP camera shall be POE/POE+ powered bullet type with inbuilt IR of 60 meters.
b. The Camera shall have inbuild SD card slot and shall be provided with at least 128
GB class 10 SD card.
c. The shutter speed of the camera shall be 1/4 second to 1/100000 seconds for
capturing the motion detection even during low light condition and provide proper
image.
d. The face detection function shall be activated as soon as the motion detection is
triggered.
e. The camera shall detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
5.1.1 Lens
2 MP Full HD motorized varifocal lens with minimum 5-45 mm motorized auto-focus
function having optical defog feature and auto focus covering suitable range of focal length
shall be provided and mounted on the camera. The range of the camera shall be minimum
60 meters. The resolution shall be full HD at 60 FPS.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-82
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

5.1.2 Night vision capability


Cameras shall have inbuilt IR illuminator of 60 meters for night vision functionality.
External IR illuminator shall be acceptable in case of box cameras, however inbuilt IR shall
be preferred. The minimum illumination shall be of 0.01 lux for colour image with
automatic gain control on in auto/ manual mode. The camera shall be capable of recording
black and white video even in 0.001 lux with IR up to a distance of 60 meters.
5.1.3 Image enhancement capability
Camera shall have hue light compensation, back light compensation, and three-dimensional
digital noise reduction features. The camera shall support true wide dynamic range of
minimum 120 dB.
5.1.4 Camera Housing
The camera shall be housed in a suitable housing to protect them from solar radiation, UV,
dust and rain. The field of view of the camera shall not be obstructed by the housing.
Picture quality or optical performance shall not be degraded by the housing. The Housing
shall have IP-67 or higher rating for Weather-proof, and NEMA 4X-rating or IK10 or
higher rating for Vandal-proof.
5.2 VIDS LPU and Cabinet
l. LPU (Local Processing Unit) shall be a fan-less industrial grade rugged compact CPU
housed in a cabinet together with power supply and network equipment.
m. The cabinet shall be electrically and mechanically isolated and shall have a degree of
protection of IP 55 or higher specified in IEC 60529. If necessary, the cabinet may be
provided with a ventilation fan for controlling internal temperature, but the protection
code requirements shall be met.
n. A right hinged door shall be provided on the front to realize easy maintenance work.
o. The turning direction of the handle shall be counter-clockwise.
p. The power supply unit shall be provided with a circuit breaker.
q. The anti-lightning and surge protection complying with the IEC 61643-1 shall be
provided.
r. The cabinet shall be finished with the anticorrosive treatment.
s. The EPC Contractor shall state the details of the anticorrosive treatment and painting.
t. The Cabinet shall have door open alert feature and alarm to be sounded locally as
well as the Central Control Centre.
u. The Cabinet shall have suitable built with appropriate locking arrangements to
protection from theft, vandalism etc.
v. The cabinet shall be of suitable size to accommodate the equipment to be housed in
the cabinet and shall be designed to meet the environmental conditions at the site and
cooling, heating, ventilation requirement for the equipment, etc.
5.3 Local warning flashing lights and Alarm
The local VIDS controller shall be enabled to provide appropriate local warnings (in the
interest of road safety) to vehicles on the main carriageway on detection of incidents like
reverse traffic (along with warning to the Traffic Management Control Centre).

a. Pole mounted flashing lights of minimum 300mm diameter with a visibility of at least
500m shall be used for local warning.
b. There shall be at least five such warning lights each mounted typically at a distance of
100 meters and 200 meters before the incidence monitoring point when seen from the
direction of travel. The above distances shall be suitably optimized during detailed
engineering. Two warning lights shall be installed in the median and three on the
shoulder side.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-83
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

c. The lights shall be powered by a local solar PV based power supply withinbuilt Li-ion
battery and shall be interconnected with the incident detection system either by cable
or by wireless (GSM based).
d. During periods of poor visibility, as detected by the VIDS or TMC / Sub-centre
operator, the lights shall go into a flashing mode until visibility improves to a level for
adequate incident detection. The TMC / Sub-centre operator shall have the option to
turn on/off the lights remotely.
e. The above lights shall stop flashing either on the event of the disappearance of the
detected incident(s) or on the occurrence of a reset from the TMC / Sub-centre
operator.
f. In case of failure of the VIDS LPU the above lights shall, by default, switch to the
flashing mode.
5.4 Solar powered Amber Flasher Light
Apart from the local warning flashing light mentioned above, a set of two standalone Solar
powered Amber Flasher Lights (FL) / Solar Blinkers of 300 mm Dia with at least 96 hours
power backup shall be provided at each location mentioned in the equipment location list.
The FL shall be installed such that it is visible to the merging traffic as well as to the traffic
plying on the main carriageway. The set of FL shall be installed at each median opening
(also at the location even if the median opening has been closed, as these are the points
where two-wheelers, pedestrians etc. frequently use for road crossing and may be potential
accident prone areas even after the closure of the median opening), junctions, merging /
diverging points near the flyovers, major bridges, railway over bridges, villages, accident
prone areas, location identified as frequent animal crossing etc.
The Solar panel and Lithium-ion battery (in lockable and theft proof housing/ enclosure)
shall be installed on the top of the FL pole, at a suitable height to prevent theft.
5.5 Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar
streetlight
a. A surveillance camera of 2MP at 25 FPS shall be provided at each equipment
location along with hooter alarm and beacon. The IP camera shall be POE powered
bullet type with inbuild IR of 50 meters with illumination at 0.005 lux for colour
image and black& white at 0.001 lux with IR. The lens shall be of 2.8-12 mm
motorised varifocal with true WDR, 3D DNR, BLC, AGC and triple streaming. The
Camera shall have inbuild SD card slot and shall be provided with at least 128 GB
class 10 SD card. The shutter speed of the camera shall be 1/3 second to 1/100000
seconds for capturing the motion detection even during low light condition and
provide proper image. The housing shall be IP 67 rated with IK10 protection against
vandalism. The camera shall support one alarm I/O port for activation of Hooter and
beacon.
b. The function of this camera is to monitor the cabinet and pole surrounding for
pilferage and vandalism attempts. The motion detection feature shall raise the alert in
the control centre as soon as any movement is detected nearby the cabinet and
camera pole to alert the control centre operators regarding any possibility of pilferage
and vandalism attempt.
c. Hooter shall be controlled locally by the camera and shall sound when the motion
detection period is greater than 5 seconds. The alert in the TMC/Sub-centre shall be
raised by VMS/ATMS software as soon as hooter is activated.
d. The face detection function shall be activated as soon as the motion detection is
triggered.
e. The camera shall also detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-84
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

g. The camera and hooter beacon alarm shall be installed at height of 8 meters to
prevent vandalism.
h. The camera shall be mounted on 1-meter cantilever arm attached to the pole.
i. All-in-one solar streetlight of 15W 2000 Lumens with inbuilt motion detection
sensor and auto on-off and auto dimming function shall be installed at each location
at a suitable height.
6. Quality
a. The system shall operate on a 24x7 basis. The VIDS shall be capable of taking clear
images of road and traffic conditions under any brightness conditions during the
daytime and night-time.
b. It shall be the responsibility of the EPC Contractor to furnish and install all necessary
hardware, software, and database, integrate all system components and deliver a
complete operational VID.
7. Power Supply
a. A solar power supply system consisting of a solar panel, a controller, a UPS and
Lithium-ion battery bank shall be provided at each location that operates on solar
power. Solar power equipment except solar panel shall be accommodated in the same
stainless-steel cabinet as controller or in a separate stainless-steel cabinet. The solar
panel shall have sufficient size to generate the power required. The EPC Contractor
shall provide the support for solar panel and connection between the panel and the
controller, which shall not be exposed. A mechanism shall be provided to adjust the
angle of solar panel to the solar panel support and prevent pilferage. The solar panel
shall be installed at the minimum height of 8 meters.
b. The Lithium-ion battery shall provide power for Camera at least for 3 days even if
solar power cannot be generated due to the weather condition. The EPC Contractor
shall present the calculation of power consumption and capacity of solar power supply
system to be used for the system. The EPC Contractor shall also consider the power
requirement of network devices, wireless access points, PoE switch, SPD etc. suitably
during the calculation.
a. Proper earthing shall be provided at each equipment location.
b. Power consumption of all types of VIDS shall be 100VA or less
regardless of the type of power supply.
8. Installation
a. VIDS Camera device shall be installed on the top of individual supporting pole. The
supporting structure with enough length must be provided to keep good visibility.
b. VIDS camera station (local control electronics) shall be installed in VIDS cabinet on the
supporting pole for VIDS camera.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-85
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Section 06 Vehicle Speed Detection System (VSDS)

1. General
The EPC Contractor shall install the ANPR camera-based solution for over speed detection
and enforcement, and radar sensor-based speed detection system for speed display on LED
panel. The ANPR system should correctly link the vehicle number plate with the vehicle
speed.
The ANPR camera shall be mounted permanently to monitor a single lane of a highway.
Multiple ANPR cameras shall be placed on an overhead gantry to get the complete picture
of traffic flow for each lane including hard & earthen shoulder in the location.
The ANPR system shall be capable of detection both spot over speeding as well as section
based over speeding.
The ATMS Software shall be capable of generating e-challan automatically and integrated
with the Vahan database, NIC ITMS, and NPCI FASTag mapper for obtaining the vehicle
registration and contact details for e-challan and cross-verification of the vehicle class. The
Contractor shall be responsible for integration of AMTS software with the Vahan Database,
NIC ITMS, and NPCI FASTag Mapper as part of this Contract.
In addition to ANPR based VSDS, radar triggered Vehicle Actuated Speed Display
(VASD) shall be installed at each location to cover all the lanes per direction. The purpose
of the VASD is to display the speed of the vehicle to the driver and alert about his/her
speed and prevent him/her from over-speeding, hence shall act as speed calming device.
The location of VASD and ANPR camera based VSDS may be same or vary as per the site
requirement.
The EPC Contractor shall be required to integrate with AFS (ANPR cum FASTag System)
for exchange of ANPR data, as per the requirement raised by NHAI / Authority Engineer
for the project/ NH stretch.
The cameras shall be integrated with Road Condition Monitoring module for collection of
road condition data and statistics.
2. System Configuration
The Radar Speed Sensor shall be provided for traffic monitoring and give input to the
VADS for display of vehicle speed in real-time. The ANPR camera shall be used to capture
the vehicle speed and estimate of vehicle length to identify vehicle class, reverse vehicle
movement detection, and wrong lane driving (on the bases of the vehicle classification, e.g.
Bus/truck driving in the car/overtaking lane, car driving in over taking lane, etc.). both
VSDS and VASD systems shall work independent to each other.
The radar shall be capable for monitoring three/four lanes plus the hard & earthen shoulder
simultaneously and send the command to each VASD display for displaying the real-time
speed of the vehicle in each lane. The speed of the vehicle in hard/earthen shoulder shall be
displayed on the adjacent display. Precise tracking and video overlaying in difficult
situations like
 Multiple car tailgating Parallel motion,
 High occlusion target scenarios – e.g. small car or bike next to a large truck

The system shall be capable of capturing all type and classes of vehicles, including but not
limited to 2-wheelers, three wheelers, tractor, over-sized, non-standard vehicles, etc.
The EPC Contractor shall be responsible for Integration of ATMS system and sub-systems
with the NHAI Mobile App for the road users as per the requirement raised from time to
time by the Electronics/ IT department of NHAI or its authorized agency.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-86
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

3. Location
VSDS and VASD shall be installed at suitable locations as identified during the survey by
the EPC Contractor and approved by the Authority Engineer. The VSDS and VASD shall
be installed in the section where the over speeding chances are higher, such that at least one
set is installed at suitable location between two junctions / flyover/ interchange / entry- exit
points and the distance between two locations shall not exceed 10 kms in each direction.
The ideal distance between two locations is 5 kms in each direction.
Both the system shall be installed in both the directions (LHS & RHS) of the road at each
location.
Minimum of 3 sets shall be installed in each direction on the project stretch for obtaining
sufficient data for section-based speeding, ATCC, and TTMS functionalities, such that the
shoulder is also covered, additional camera per direction shall be provided, if required to
cover the shoulder.

VSDS and VADS systems shall be installed in both the directions (LHS & RHS) of the
road at each location on the same gantry.
4. Roadside Equipment
a. ANPR Camera
b. LPU
c. Cabinet
d. Vehicle Actuated Speed Display integrated with Speed Radar
e. Speed Radar
f. Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar
streetlight
g. Civil works and gantry structure
h. Solar and UPS
5. TMC Equipment
Speed Enforcement Application module (part of the ATMS software) and console.
6. System Function
6.1 Radar System
a) The radar Sensor must have high accuracy and detection range. The operational range
should be 90 meters.
b) The Sensor shall be Capable for the tracking up to 32 vehicles simultaneously.
c) The accuracy of speed detection shall be more than 98% at a speed range of 0.5 to 200
km/hr.
d) Inbuilt radar in VASD shall also be acceptable if the accuracy level of more than 98% at a
speed range of 0.5 to 200 km/hr can be achieved by the inbuilt radar and display on the
VASD in real-time with read range of 100 meters.
e) The radar shall be calibrated and tested by the third-party for speed detection. Test and
calibration certificates shall be submitted by the EPC Contractor along with the Technical
Proposal and commissioning. The commissioning certificate shall only be issued after
authentication of the test reports and calibration certificates.
6.2 ANPR Camera
a) The ANPR camera shall be installed at site independent of the radar system.
b) Success rate of number plate recognition, reading and associating with transaction
shall not be less than 90% during night-time at a speed of 180 kmph for standard
number plates. The vehicle image capturing, and processing zone shall be within 40
meters for higher accuracy.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-87
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

c) The night vision should not affect the accuracy.


d) The camera shall capture the image of each over speeding vehicle for spot speeding
and each vehicle for section speeding and send to the control room. In case the
ANPR/OCR is unable to read/recognize the number plate, the system shall create an
incident and send an alert to the operator. The operator shall be able to zoom the
vehicle image to read the registration number plate and manually enter the vehicle
number in the system for further processing. The EPC Contractor shall be responsible
to propose the system capable of processing all over speeding vehicles, irrespective of
the accuracy, read rate of the ANPR.
e) The video recording of each ANPR camera shall be stored for a period of 60 days in
H.264, H.265 format and the video clip of over speeding vehicles shall be stored for
the entire period of the Contract i.e. for minimum of 5 years. The length of the video
clip shall be proposed by the EPC Contractor such that the same can be produced to
the enforcement agency as and when required as an evidence of speed violation. It
shall be solely the responsibility of the EPC Contractor to produce the evidence and
provide required support to the Authority and enforcement agency for justifying the
speed violation.
f) The software and cameras shall be calibrated on monthly basis and the certified test
report shall be submitted to the Authority and Authority Engineer. In addition to the
monthly testing and calibration, the Authority or Enforcement agency may instruct the
EPC Contractor to test the cameras and software at any time to ascertain the accuracy
of the cameras, software and radars.
g) The ANPR Cameras and VSDS Software shall be calibrated and tested by the third-
party for speed detection. Test and calibration certificates shall be submitted by the
EPC Contractor along with the Technical Proposal and commissioning. The
commissioning certificate shall only be issued after authentication of the test reports
and calibration certificates.
6.3 Specifications
a. The system shall perform during day and night as well as in adverse
weather conditions.
b. It shall have built in diagnostic functions to quickly asses the validity of
speed calibration.
6.3.1 General
a. The IP camera shall be POE powered box type with external IR of 100 meters or
better.
b. The Camera shall have inbuilt SD card slot and shall be provided with at least
128 GB class 10 SD card.
c. The shutter speed of the camera shall be 1 second to 1/100000 seconds for
capturing the motion detection even during low light condition and provide
proper image.
d. The Camera shall have Ethernet port, 2 alarm input/2 Alarm output.
6.3.2 Lens
2 MP Full HD manual varifocal lens with minimum 5-50 mm C/CS mount DC drive.
The range of the camera shall be up to 100 meters. The resolution shall be full HD at
60 FPS.
6.3.3 Night vision capability
Cameras shall have inbuilt IR illuminator of 100 meters for night vision functionality.
External IR illuminator shall be acceptable, however inbuilt IR with housing shall be
preferred. The minimum illumination shall be of 0.005 lux for colour image with

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-88
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

automatic gain control on in auto/ manual mode. The camera shall be capable of
recording black and white video even in 0.001 lux with IR up to a distance of 100
meters.
6.3.4 Image enhancement capability
Camera shall have hue light compensation, back light compensation, hue light
compensation, defog, and three-dimensional digital noise reduction features. The
camera shall support true wide dynamic range of minimum 120 dB.
6.3.5 Camera Housing
The camera shall be housed in a suitable housing to protect them from solar radiation,
UV, dust and rain. The field of view of the camera shall not be obstructed by the
housing. Picture quality or optical performance shall not be degraded by the housing.
The Housing shall have IP-67/IP-68 rating for Weather-proof with better dust & dirt
protection, and NEMA 4X-rating or IK10 or higher rating for Vandal-proof. The
housing shall have built-in heater and blower.
6.4 VSDS LPU and Cabinet
a. LPU (Local Processing Unit) shall be a fanless industrial grade rugged compact CPU
housed in a cabinet together with power supply and network equipment.
b. The cabinet shall be electrically and mechanically isolated and shall have a degree of
protection of IP 55 or higher specified in IEC 60529. If necessary, the cabinet may be
provided with a ventilation fan for controlling internal temperature, but the protection
code requirements shall be met.
c. A right hinged door shall be provided on the front to realize easy maintenance work.
d. The turning direction of the handle shall be counter-clockwise.
e. The power supply unit shall be provided with a circuit breaker.
f. The anti-lightning and surge protection complying with the IEC 61643-1 shall be
provided.
g. The cabinet shall be finished with the anticorrosive treatment.
h. The EPC Contractor shall state the details of the anticorrosive treatment and painting.
i. The Cabinet shall have door open alert feature and alarm to be sounded locally as
well as the Central Control Centre.
j. The Cabinet shall have suitable built with appropriate locking arrangements to
protection from theft, vandalism etc.
k. The cabinet shall be of suitable size to accommodate the equipment to be housed in
the cabinet and shall be designed to meet the environmental conditions at the site and
cooling, heating, ventilation requirement for the equipment, etc.

6.5 Vehicle Actuated Speed Display (VASD)


6.5.1 Function
The speed display shall display the speed of the vehicle in real-time and provide
textual or graphical warning to the vehicles exceeding the pre-set speed limit. The
speed shall be displayed in green colour if the speed is within the permissible limit for
the vehicle class, orange colour if the speed is matching the speed limit, and red if the
vehicle is over-speeding. The display shall blink continuously if the speed of vehicle is
more than 120% of the permissible speed limit, along with the message “Over-Speed –
Slow down” in the first row of the display. One speed display shall be installed for
each lane on both the sides of the road.
Time shall be displayed at the top section of the display in HH:MM:SS (24 hour)
format at all the times, even if no speed is being displayed on the VASD. The font size

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-89
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

shall be suitable and visible from 100 meters distance. The time on all the displays
shall be synced with the central server.
6.5.2 Specifications
a. The system shall perform during day and night as well as in adverse
weather conditions.
b. It shall have built in diagnostic functions to quickly asses the validity of
speed calibration.
c. It shall adjust display intensity automatically to suit the ambient light conditions.
d. It shall be modular in construction for ease of maintenance.
e. It shall display numeric speed data as well as graphical (standard IRC road
warning sign) (preferably) / textual warning.
f. Measurement:
i. Speed range: 0.5 km/h to 200 km/h
ii. Maximum Measuring errors: Up to 100 km/h ± 3 km/h, Above 100 km/ ±
5 km/h
iii. Minimum Monitored section length: 100m
g. It shall have the facility to log vehicle speed of over- speeding vehicles and
transfer them to the ATMS control centre.
h. The speed display shall be formed using individual modules.
i. Speed display must be constructed using corrosion resistant panel with LED
pixels in row: column matrix.
j. The Display shall show the speed in green colour if the speed is within 80% of the
limit for the vehicle class, orange if the speed in exceeding 80% of the speed limit
and red (blinking) if speed of the vehicle exceeds the speed limit for the vehicle
class.
k. Scanning/Multiplexing ratio shall be 1/8 or better.
l. The LED Cluster shall consist of individual LED`s rated for out-door use.
m. The board size shall be minimum 1,000 mm (W) x 2,000 mm (H) ±5%
n. The LED configuration shall be 3 in 1 SMD and the pixel pitch shall be 6mm
outdoor or better. Lower pixel pitch shall be considered better. The pixel density
shall be more than 2500 pixels per square meters.
o. The LED board shall have the capacity to display any content, graphics, videos,
symbols, text in full matrix, with multiple font size and character height, and
multiple languages.
p. Shall support an industry standard communication interface such as TCP/IP
on copper, Wi-Fi, and/or fibre optic to help setting the pre-set speed and retrieve
log data.
q. Shall maintain time stamped record (speed and vehicle image) of each case of
over speeding in a log file that can be retrieved over the connected network or
using a locally connected laptop.
r. It shall optionally be possible to configure the display to send real time violation
event record (speed, and time stamp) over the connected network while recording
the same
s. It shall be possible to control the brightness of displays automatically using built-
in light sensors.
t. All PCB`s shall be of FR4 material, 1.6mm thick and LED matrix PCB shall be
2.4mm thick. PCBs shall be of quality suitable for use in the environmental
conditions as specified.
u. The equipment shall allow local diagnostics via laptop connected to its
communication port.
v. Display size shall be suitable to display both the speed of the vehicle and warning
message simultaneously in two rows.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-90
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

w. Brightness intensity shall be 7500 cd per sq.m. with option to adjust the
brightness manually as well as auto brightness adjustment feature.
x. Fault diagnostics shall be provided to include the following as a minimum:
i. Radar Failure
ii. LED Failure
7. Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar
streetlight
a. A surveillance camera of 2MP at 25 FPS shall be provided at each equipment location
along with hooter alarm and beacon. The IP camera shall be POE powered bullet type
with inbuild IR of 50 meters with illumination at 0.005 lux for colour image and
black& white at 0.001 lux with IR. The lens shall be of 2.8-12 mm motorised
varifocal with true WDR, 3D DNR, BLC, AGC and triple streaming. The Camera
shall have inbuilt SD card slot and shall be provided with at least 128 GB class 10 SD
card. The shutter speed of the camera shall be 1/3 second to 1/100000 seconds for
capturing the motion detection even during low light condition and provide proper
image. The housing shall be IP 67 rated with IK10 protection against vandalism. The
camera shall support one alarm I/O port for activation of Hooter and beacon.
b. The function of this camera is to monitor the cabinet and pole surrounding for
pilferage and vandalism attempts. The motion detection feature shall raise the alert in
the control centre as soon as any movement is detected nearby the cabinet and the
Gantry to alert the control centre operators regarding any possibility of pilferage and
vandalism attempt.
c. Hooter shall be controlled locally by the camera and shall sound when the motion
detection period is greater than 5 seconds. The alert in the TMC/Sub-centre shall be
raised by VMS/ATMS software as soon as hooter is activated.
d. The face detection function shall be activated as soon as the motion detection is
triggered.
e. The camera shall also detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
g. The camera and hooter beacon alarm shall be installed at the gantry to prevent
vandalism.
h. The camera shall be mounted on at a suitable location on the Gantry such that it
focuses on the enclosure / cabinet housing the LPU and Li-ion battery bank.
i. All-in-one solar streetlight of 15W 2000 Lumens with inbuilt motion detection
sensor and auto on-off and auto dimming function shall be installed at each location
at a suitable height.
8. Power Supply
a. The power supply shall be connected from communication rack using the POE or
Adaptor.
b. A solar power supply system consisting of a solar panel, a controller, a UPS and
Lithium-ion battery bank shall be provided at each location that operates on solar
power. Solar power equipment except solar panel shall be accommodated in the same
stainless-steel cabinet as controller or in a separate stainless-steel cabinet. The solar
panel shall have sufficient size to generate the power required. The EPC Contractor
shall provide the support for solar panel and connection between the panel and the
controller, which shall not be exposed. A mechanism shall be provided to adjust the
angle of solar panel to the solar panel support and prevent pilferage.
c. The Lithium-ion battery shall provide power for at least for 3 days even if solar power
cannot be generated due to the weather condition. The EPC Contractor shall present
the calculation of power consumption and capacity of solar power supply system to be
used for the system. The EPC Contractor shall also consider the power requirement of
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-91
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

network devices, wireless access points, PoE switch, SPD etc. suitably during the
calculation.
d. Proper earthing shall be provided at each equipment location.
9. Installation
The system will be installed on the gantry at specified locations.
10. Acceptance test
Acceptance test shall be conducted for speed system at the factory (before Site Acceptance
test), during installation work and upon completion depending on the test item. Test will be
classified into two types, functional and performance test, in addition, trial operation shall
be conducted after the Acceptance test.
11. Design Principle of VSDS, TMCS, VIDS, and other Foundations
11.1 Design Strength
The foundation shall be of reinforced concrete with the concrete having the
compressive strength of 2,500 N/cm2 (250kg/cm2) after 28 days (cylinder type), or
when made with a high rapid strength Portland Cement, it shall acquire the same
strength after 7 days.
11.2 Contractor’s Detailed Survey and Design
Before commencing the actual work, Contractor shall carry out the field detailed
survey/design of the facilities. The detailed drawings including the calculation data
based on the survey/design shall be prepared and shall be submitted to NHAI for
approval.
11.3 Construction of Foundation
11.3.1 VSDS, TMCS, VIDS, and other Foundations
a. Contractor shall comply with the following specifications for preparing and
mixing concrete.
b. All foundations shall be constructed with a ready-mixed or site-mixed, M20
Grade Or if made manually then the concrete when made with a normal Portland
Cement, shall attain a minimum compressive strength of 2,500N/cm2
(250kg/cm2) in 28 days (cylinder type) , or when made with a high rapid strength
Portland Cement, it shall acquire the same strength in 7 days (Test to be
performed on cylindrical type concrete specimen of size 150mm x 300mm).
c. The slump range for the concrete used in the construction of foundation shall be
between 8 and 15cm.
d. NHAI may order three (3) test pieces (cylinder type) from any batch of the
concrete to be taken and properly marked for the laboratory test as required.
e. The concrete shall be slowly poured around the moulds or forms, up to adequate
level evenly and tamped into all parts of the moulds or forms, by using a vibrator
until a densely solid mass without cavities is obtained.
f. The concrete, once mixed, shall be used within 60 minutes. After one hour,
any remaining concrete shall be removed and shall not be used.
g. Cement mortar shall consist of one (1) measure of Portland Cement and two (2)
measures of sand.
h. The concrete shall be covered with saturated sack-cloth or similar materials and
shall be sprinkled with water to keep sufficient moisture, adequate times a day for
7 days.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-92
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

11.3.2 Excavation for Foundation


a. The Contractor shall take all countermeasures necessary for safety of the public
and for protecting and preserving any and all temporary or permanent utilities.
b. Contractor shall obtain all permissions, right-of-way and/or permits necessary for
the execution. The permissions shall include property owners’ approvals for
necessary work on their properties.
c. Contractor shall obtain all permissions, right-of-way and/or permits necessary for
the execution. The permissions shall include property owners’ approvals for
necessary work on their properties.
d. Contractor shall be directly responsible for all damages to existing utilities and
shall restore these services immediately at his own expense.
11.3.3 Backfilling
a. Backfilling shall commence after notifying Authority Engineer.
b. Upon completion of the backfilling, all remaining soil shall be removed and the
road surface, pavement and the area concerned shall be immediately cleaned.
c. Before backfilling, all foreign objects shall be removed from the excavation.
11.4 Material for Foundation
11.4.1 Cement
a. All cement used in underground construction shall be Portland Cement and in
accordance with BS 12 or equivalent.
b. The cement shall be stockpiled in such a manner as to afford easy access for
inspection. Cement shall be kept dry at all times prior to use in order to prevent
deterioration. Open air storage of cement shall not be permitted.
c. Deteriorated cement, such as cement containing lumps that are too difficult to
powder by hand, shall not be used.
11.4.2 Water
a. All water used for mixing and curing of concrete shall be supplied by the
waterworks.
b. Water from other sources may be used only if authorized by NHAI after tests
have shown the quality to be better than that supplied by the waterworks.
c. Water from any source which has been contaminated with dirt, oil, salt or other
foreign substances shall not be used.
11.4.3 Fine Aggregate
a. The fine aggregate for concrete shall consist of natural river sand or equivalent
material.
b. The fine aggregate shall be uniformly graded and shall meet the grading
requirements as follows:
Sieve Designation Percentage by Weight Passing square mesh sieve
(10.0mm) 100
No.4 (5.0mm) 95 to 100
No.16 (1.2mm) 45 to 80
No.50 (0.3mm) 10 to 30
No.100 (0.15mm) 2 to 10

c. The fine aggregate shall be stored in such a manner as to prevent mixture with
other aggregate prior to the use and also to prevent inclusion of foreign materials.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-93
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

11.4.4 Coarse Aggregate


a. The coarse aggregate for concrete shall consist of crushed stones having hard,
strong and durable pieces free from adherent coatings such as mud or other
foreign materials. The coarse aggregate shall be graded between a maximum size
of 25mm and a minimum size corresponding to No.4 sieve size. It must be free
from dirt, floury stone dust, earth or any similar materials.
b. The coarse aggregate shall be stored in such a manner as to prevent mixture with
other aggregate, prior to the use and also to prevent inclusion of foreign materials.
11.4.5 Reinforcing Bar
Reinforcing bars shall be deformed steel bars. The bars shall be free from dirt, oil,
paint, grease, thick rust and other defects and shall confirm to the following
requirements:
Item Unit Specific Value
Tensile Stress at Minimum N/mm2 500 (49 kg/mm2)
Yield Point at Minimum N/mm2 300 (30kg/mm2)
Elongation at Minimum % 14
Design Stress N/cm2 160(1,600kg/mm2)

12. Acceptance test


Details of the test item, test procedure and criteria to judge test result shall be proposed by
the Contractor subject to the approval by the NHAI.
12.1 Function and performance test
In principle, function and performance requirement stated above shall be tested. More
specifically, the following tests shall be conducted as minimum:
1) Message composition
2) Data exchange
3) Central control
4) Local control
5) Colour and brightness
6) Response time
7) Display off function
8) Error detection
12.2 General test
The following tests shall be conducted as minimum:
1) Appearance
2) Power supply fluctuation
3) Instantaneous power interruption
4) Insulation resista0nce
5) Dielectric strength
6) Temperature variation
7) Waterproof test (field equipment)
8) Amount of zinc coating (field equipment and support)

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-94
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Section 07 Adaptive Traffic Signal Control System

1. General
ATSC system shall be deployed at intersection/ crossing / junction locations along the
Highway stretch, such as junctions formed under the flyover, VUP, and underpasses. The
locations shall be identified during the site survey by the EPC Contractor.

ATSC shall be provided at every junction under the VUP and Flyover where signalling
system is not available and required by the Traffic Police. In case Traffic signals are available
and doesn’t require replacement, only RLVD and Automatic pedestrian Detection system
shall be deployed.

The quantity provided in the BOQ/indicative list of equipment is tentative and the final
quantity shall be derived as per the actual project requirement during the site survey and
Detail Design phase and the quantity shall be reduced or increased accordingly.

The primary purpose of these signals will be to provide traffic and transit management
services in support of improving congestion and reducing delays at the intersections.

The proposed system shall comply with the functional requirement stipulated in
IRC:SP:110:2017.

Training shall be provided to all the concerned stakeholders such as traffic police, NHAI
representatives, etc. as per the requirement. The training schedule and procedure shall be
finalized in consultant with the Authority Engineer and Traffic Police.
The cameras shall be integrated with Road Condition Monitoring module for collection of
road condition data and statistics.
2. ATSC Components
The ATSC to be provided as part of this contract encompass the following components:

1. Traffic Signaling System


2. Red light violation detection system (RLVD)
3. Automatic Pedestrian Detection system (APDS)
4. Traffic Signal System monitoring, control, analytics and management module at TMC
integrated with ATMS Software
5. Traffic Signal Controller Cabinets to accommodate traffic signal hardware or red-light
enforcement, surveillance cameras, switches, emergency preemption equipment, etc.
6. Vehicular and pedestrian signal heads at every signalized intersection.
7. Traffic Signal Poles – high poles, cantilever poles (mast arms) and gantries
8. Camera based Traffic Detectors
9. Digital Communication System
10. Solar based Power supply with 72-hour backup
11. SPD, Lighting protection, etc.
12. Foundation, conducting, etc.
13. Integration with NMS and FMS
14. Integrate with Smart City ITS Control Rooms/ ICCC, as applicable.
15. Automatic generation of e-challan and SMS service, same as in case of violation
detection from VSDS and VIDS system.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-95
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Dismantling of existing equipment and installation of new ATSC system shall be in the scope
of the EPC Contractor and no additional cost shall be payable for any dismantling of existing
equipment if required at any intersection / location.
3. Operations & Maintenance of ATSC
The Contractor shall perform following tasks during the O&M phase:
a. Finalize the Maintenance SOP developed as part of the proposal using stakeholders’
inputs.
b. provide comprehensive maintenance of the System as mentioned in the Maintenance SOP
including cleaning of the Solar panels regularly.
c. provide comprehensive maintenance of the System as mentioned in the Maintenance SOP
including cleaning of the Solar panels regularly.
d. monitor & evaluate the efficiency of the adaptive control system on a regular basis and
developing strategies for enhanced operation.
e. monitor the ATSC system performance with respect to the entire stretch and traffic
management module targets.
4. System Design
The EPC Contractor shall submit the detailed design of following components during the
detail design phase for the approval of the Authority Engineer. The design of each component
shall be on the bases of the system required for each type of junction / intersection.
a. Traffic signal design
b. Traffic signal poles, mast arms and gantries
c. Traffic signal Heads – vehicular and pedestrian
d. Traffic Signal Cabinet Assembly
e. Detection system
f. TMC Controlled Adaptive Software
g. Conduits and Junction Boxes

The system shall be designed and installed in accordance with relevant National (Indian) and
International technical, safety and environmental standards, specifications and type approvals,
including but not limited to current versions of the following documents:

1. Guidelines on Design and Installation of Road Traffic Signals – The Indian Roads
Congress, (IRC: 93-1986).
2. Guidelines for Pedestrian Facilities – The Indian Roads Congress, (IRC: 103-2012)

The proposed system shall be fully compatible and seamlessly integrate with the current
ATSC and RLVD system being deployed in the concerned smart city or city ITS project or
traffic police project, as applicable.
4.1 Design Drawings
The traffic signal design drawings shall specify the location of the following component for
every junction:
1. Traffic signal heads
2. Traffic signal cabinet
3. Traffic signal poles
4. Traffic signal conduits and pull boxes
5. Detection system (RLVD, APDS, etc.)
6. Other installed intersection technologies

Following minimum information shall be provided in the traffic signal design drawings:
1. Electrical circuit schedule/table
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-96
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

2. Pole schedule/table
3. Detector assignment schedule/table
4. Phasing Diagram
5. Pole foundation
6. Traffic controller foundation
7. Conduit and pull boxes installation
Traffic signal drawings shall be supplemented with any necessary documents to comply with
requirements of the project and prevailing standards.
5. RLVD (Red Light Violation Detection) System
a. System should be totally digital
b. The system shall detect and capture vehicle details when: i) It violates the stop line/zebra
crossing, ii) It violates the red-light signal
c. System shall be Non-Intrusive. It shall have the option of working without integration
with traffic controllers but EPC Contractors should also provide undertaking that their
system also works with integration of controllers.
d. Red light system shall be a completely fair system with all evidence captured before and
after the red-light jumping infraction has happened.
e. Each camera system shall cover road width of 3.5 meter or 7 meter or 10.5 meter and
above.
f. The Camera specifications shall be same as specified in the VIDS section for bullet/box
camera and VSDS section for ANPR camera.
g. Red light system should detect vehicle presence to act as input to control the Traffic
Controller.
h. System can be a composite unit with all components inside the IP66 box OR comprised
of camera or other units mounted on poles or gantries with controller and processors at
side poles to make sure all lanes of the road are covered.
i. System should be able to recognize the entire event by which the same can be justified
automatically by fetching the number plate of cars in violation.
j. The system shall have alert generation feature as per the requirement of the Traffic Police,
the same shall be finalized after discussion with the concerned enforcement agencies of
the state in consultant with the Authority Engineer.
k. Certification: UL (Underwriters Laboratories), BIS (Bureau of Indian Standards) and
RoHS compliant certificate.
6. ATSC and RLVD Module in TMC
a. The system should provide function to the Operator to manually check the entry in
application and edit the numbers which may be wrongly OCR- read, before the numbers
are fed to the e-Challan generating sub-system. An audit trail should be maintained to
record such editing activities.
b. No deletion or addition of data without validation, proper password protection. Deleted
data if any to be inserted automatically in a separate table.
c. The system should provide facilities to search for the cases of violations that occurred
during any specific span of time and provide a statistical analysis of the number of such
incidents occurring during various days of the month.
d. A customized web-based dashboard to be developed for all types of master data entry and
for customized reports with graphical analysis.
e. System can be integrated with existing e-Challan generating systems as well as with fine
generation/imposition for each infraction with multiple images clearly showing color of
red-light signal and violation (i.e. color image of context camera), date, time, vehicle
registration number, classification of offence etc. Image having water mark of Date &
time, Place, Latitude & Longitude to be uploaded.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-97
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

f. Integration with RTO database, Vaahan databased, and police control rooms etc. to be
integrated by the EPC Contractor.
g. It is desirable that the proposed solution should already be in use with enforcement
authorities and is used for generating fines. End user certificates for proper working shall
be submitted, if applicable.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-98
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Section 08 Power and Other Cables, Power conditioning equipment

1. Power Cable
1.1 Type of Power Cable
The types of cables shall be as follows:

No. Item Specifications


1. Outdoor Power Cable Minimum 1.5 square mm - 22 square mm, 3 cores

1.2 Specification of Outdoor Power Cable


Outdoor power cable shall meet the following specifications:
1) Bright annealed, 99.97% electrolytic grade
2) Copper conductor (solid/stranded),
3) Voltage grade 1100 V,
4) Single or multi core cable,
5) Flame retardant low smoke (FRLS),
6) PVC / XLPE insulated,
7) With high oxygen and temperature index
8) Armored,
9) IS 8130, IS 5831, IS 3975, IS 1554 (Part I) / IS 7098 (Part I) or BS 6346/ IEC 60502
2. Power Conditioning Equipment System
2.1.1 General
a. This specification lays down the general, functional and technical requirements of the
power conditioning equipment.
b. Power supply rated at 440V, 3 phases will be made available at the Essential Supply
Board of the TMC and Sub Centre Building. This supply will be backed up by standby
generators to be provided by others; should there be an absence of electrical power.
c. A power distribution board (PDB) as detailed in the drawing shall be supplied and
installed under this Contract. The EPC Contractor shall provide power distribution board
at other locations where necessary and the cost of such power distribution board shall be
considered included in the Contract Price.
d. The EPC Contractor shall supply and install UPS systems indicated below. All
equipment except the equipment with solar power supply shall be provided power
through this UPS to make sure that the power is continuously available to all equipment
during the interruption of commercial power.
2.1.2 System Configuration
The UPS system shall consist of the following components:
1) UPS at TMC, Sub Centres and all Road-side equipment
2) Power distribution board at TMC centre, sub centres and all Road-side equipment
3. Type of UPS
a. Rating of UPS Type for TMC and Sub-Centres shall be 10KVA, 15KVA or 20KVA.
b. The suggested rating of the UPS at each location shall be submitted in the proposed
design and BOQ. The EPC Contractor shall make his own calculation of the rating based
on the power requirement of the equipment he supplies and the sound engineering
practice. The EPC Contractor shall submit the calculation and the rating to the Authority
Engineer for his approval before the supply of the UPS.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-99
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

3.1 Installation Location


1. All the UPS to be provided shall be online type UPS only with minimum 4 hour back-up
for TMC and sub-centres and 72 hours for roadside equipment. The minimum UPS rating
for each system and sub-system shall be as shown in the table below:

For ATMS Remarks


No. Position UPS Rating Tentative
(minimum) Quantity*
1 at TMC and 1 at each
For Server Rack 10 KVA 2 Sub-centre (4 hours backup
each)
In Hot Standby
2 TMC 20 KVA 2 configuration (4 hours
backup combined)
In Hot Standby
3 Sub Centre 10 KVA 2 configuration (4 hours
backup combined)
EPC With solar panel
Road-Side 1 at each
4 Contractor
Equipment location Minimum 72 hours backup
to Propose
*Actual quantity of UPS as per the project / site requirement, to be finalised by the
Authority/ Authority Engineer.
2. The EPC Contractor shall be responsible to calculate the UPS rating required for each
location in the configuration as mentioned in the table above, based on the load of the
equipment being proposed. The load calculation for each location shall be submitted in
the Technical Proposal.
4. Cabinet
4.1 Fabrication
Panel or distribution board shall be wall mounted. It shall be fabricated or readymade with
14/16SWG CRCA Sheet, compartmentalized, double door hinged type. Gasket shall be
provided to prevent the ingress of dust and vermin confirming to degree of protection IP-54
(panel) and IP-43 (distribution board), IP-65 (outdoor) with suitable space & direction for
cable entry. Distribution board shall be cleaned with 7 Tank process, powder coated with
primer and epoxy paint as per IS 2174/1962 as amended.
4.2 Switchgears & Meters
All switchgears (MCCB / MCB / fuses/ measuring instruments / meters/ indicating lamps /
relays / switches) rating, capacity, make, kA rating, dimension shall be as per the type of DB
with quick make & break type operating mechanism suitable for rotary operation with
suitable extended operating handles with capacity and position marking on door, flush
mounted, with suitable spreaders / links for cable connection as per IS 1248, 2208, 4237,
8623, 10118 (Parts I to IV).
4.3 Wiring
All power wiring within panel and distribution board shall be with suitable size flexible
copper wire of 1.1kV grade, C.T. & control wiring with 2.5 square mm and 1.5 square mm,
respectively with 1.1kV grade with proper lugging, ferruling, and connection with SS Nut -
Bolt with adjustable and fixed washer.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-100
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

4.4 Indication and Marking


All distribution board and panel shall have suitable main name plate, feeder name plate,
danger board plate engraved or anodized aluminium type as per IS 2551. All panels and
distribution boards shall have earthing node, point or strip similar to busbar as per IS 3043.
4.5 UPS Specification
The UPS system to be provided under the Contract shall comply with the specifications
below.

Description Specifications
Rated Power 10 KVA/20KVA
i) True online rack mountable IGBT based UPS with double conversion
technology.
ii)UPS should be capable of paralleling up to 2 units or better .
iii) UPS should have IGBT based rectifier and inverter.
Technology
iv) Advance battery management feature should be built in for prolonged
battery life
v) The UPS should be compatible for single phase input and single-phase
output supply.
i)Voltage range 110 -275 V, Load dependent ,1 Ph,380v AC3 Phase
ii) 45-55Hz / 54-66Hz (extendable to 40~70HZ when load < 60%)
Input
iii)Power Factor 0.99 (With PF correction)
iv) Capacity as per rating
i)Voltage range 220 /230/240 VAC +/- 2%
ii)Harmonic distortion <3% (Linear Load); <5%(Nonlinear load)
Output iii) 45-55Hz / 54-66Hz (extendable to 40~70HZ when load < 60%)
iv) Power Factor Unity
v) CREST factor 3:1
95% @ 230V output with typical load (Line mode with battery full
Efficiency
charged)
i) Type - Sealed lead , acid maintenance free (SMF)
ii) Backup Time - 04 hours hours in parallel mode
Battery
iii) Transfer Time – Zero
iv)Audible Noise - <60 db
Display Multi-language LCD + status LED
Interface slot USB & Intelligent Slot (SNMP)
Protection Grade IP 20
Auto shutdown UPS should come with Auto shutdown and monitoring software in CD
Software media
i)Manufacturer should be ISO 9001: 2000 certified
Credentials ii)Manufacturer should be ISO 14001 certified
iii) UPS should meet ROHS standards
UPS Should have 05 years Onsite warranty and Batteries should have at
Warranty
least 05 years Onsite warranty
Surge IEC 61000-4-5 Level 4
Regulations
Parallel Cable For running UPS in parallel
component

Description Specifications
Rated Voltage 2KVA / 3KVA
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-101
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Description Specifications
True Online Double Conversion Microprocessor based 2 kVA/1.6 kW
UPS as per Bureau of Indian Standards
UPS should have IGBT based rectifier and inverter.
Technology Advance battery management feature should be built in for prolonged
battery life.
The UPS should be compatible for single phase input and single-
phase output supply.
i)Voltage range 110 -300 V, Load dependent
ii) UPS Input Frequency should be 50Hz with frequency window 40
Input Hz to 70 Hz.
iii)Power Factor 0.99 (With P.F correction)
iv) Capacity as per ratting
i)Voltage range 220 /230/240 VAC +/- 2%
ii)Harmonic distortion <3% (Linear Load), <5%(Nonlinear load)
Output iii) UPS output frequency should be 50 Hz +/-1%
iv) Power Factor 0.8
v) CREST factor 3:1
UPS should provide online double conversion efficiency >90%
,provide Economy mode efficiency >97.5% and provide Battery mode
Efficiency
efficiency >86% and should be certified from Bureau of Indian
standard lab
i) Type - Sealed lead acid maintenance free (SMF)
ii) Backup Time- 04 hours in standalone mode & @ Full load
Battery
iii) Transfer Time – Zero
iv)Audible Noise - <51 db
UPS LCD display should provide Input/output/Battery/Load details
Display
on single screen.
Interface slot RS232 & Intelligent Slot (SNMP)
Output socket UPS should have 3* IEC C13 Output Socket + 1 terminal block
Protection Grade IP 20
Auto shutdown UPS should come with Auto shutdown and monitoring software in
Software CD media
UPS should come with conformal coated boards for harsh
PCB Coating
environment
UPS should have inbuilt surge protection as per Criteria B, DM Level
Surge Regulations
3: 2KV, CM Level 4: 4KV Ref Std : IEC 61000-4-5:2014
Credentials i)Manufacturer should be ISO 9001: 2000 certified
ii)Manufacturer should be ISO 14001 certified
UPS Should have 05 years Onsite warranty and inbuilt Batteries
Warranty
module /EBM should have at least 05 years Onsite warranty

5. Cable Installation Work


5.1 Cable Pulling
a. Sufficient care shall be taken, and measures shall be taken during the loading,
transportation and unloading of cable drum so as to avoid shock and damage to the
cable.
b. Appropriate surplus of cable shall be required at inside of handhole/ manhole.
c. Cable shall be connected only inside the handhole/ manhole.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-102
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

d. Cable tag (plastic plate) describing the name of the cable (power cable or earthing
cable) and the origin of cable (cable name, type of cable, interchange name & etc.)
shall be attached to the cable.
e. During the installation of cable, the following constraints shall be observed:
f. The maximum tension allowed.
g. The minimum curvature radius allowed: When installing cable at the handhole/
manhole, curvature radius shall be more than 6 times of the diameter of the cable being
laid at all times. After cable laying work, minimum radius of more than 20 time of the
diameter shall be ensured.
h. Extension speed of laying:
i. Towing cable shall be made smoothly without any excessive tension intermittently at
the time of laying, and calibration of appropriate apparatus for setting up allowable
tension shall be required.
j. The extension of cable shall be carried out at a constant speed and it shall apply the
suitable back tension for a drum to avoid hunching.
k. Cable in the point in a handhole/ manhole shall have at least 3 m margin complied
with curvature radius at every handhole/ manhole and the point of handhole/ manhole
terminal equipment shall have the 3 m margin at both sides of branch.
l. Winding up of Insulating tape for the connecting point of electric wire shall be
required.
m. Connection between electric wire and terminal equipment shall be connected using
terminal lug or a screw.
6. Inspection and Acceptance test
Acceptance test specified shall be performed by the EPC Contractor under the supervision of
Authority Engineer.
Necessary equipment and materials for the site inspection and the Acceptance tests shall be
provided by the EPC Contractor at his own expense. Written report including the test results
shall be prepared by the EPC Contractor and verified by the Authority Engineer.

6.1 Interim Inspection


a. During interim inspection, at least the following test and inspection items shall be
performed:
b. Visual inspection of cable route, cable location, dimension, accessories, cable
terminations and cable joints.
6.2 Acceptance test
During Acceptance test, at least the following test and inspection item shall be
performed.
Acceptance test item for power cable on-site inspection are as follows:

No. Item Contents


Cable Installation/Workmanship/ Installation
1 Visual Check
Practice Compliance to Drawings
Power Cable insulation resistance test, Inductance
2
Performance Test Capacitance
3 As-built Drawings Verification

Details of the test item, test procedure and criteria to judge test results shall be proposed
by the EPC Contractor subject to the approval of the Engineer.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-103
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Section 09 Digital Transmission System

1. Digital transmission system


The field / roadside equipment deployed under the scope of this Contract shall be connected
with the central equipment at the Traffic Management Centre and sub-centres and data and
voice are exchanged between them. Digital transmission system is required to perform the
service of data and voice communication. IP based digital transmission system over optical
fibre cable shall be provided for this purpose.
The EPC Contractor shall design, supply, install and test a digital transmission system that
satisfies the needs of the component systems in terms of speed, bandwidth and reliability.
2. System configuration
Digital transmission system shall consist of local line transmission system and access line
transmission system. The former connects between nodes established along the Highway/
Expressway and uses optical fibre cable while the latter connects roadside facility to the
node using optical or metallic cable.
It is specifically noted that when the Highway / Expressway is extended, trunk line
transmission system will be introduced for long distance data transmission between the
Traffic Management Centre and the offices on the highway / expressway. Digital
transmission equipment for trunk line transmission system will not be installed under this
project. The local line transmission system to be provided shall be compatible with the
standard digital transmission system commonly used in trunk line transmission. The optical
fibre cable to be installed along the Project shall have minimum 48 cores to accommodate
trunk line system.
All transmission cables shall be optical fibre cable having suitable number of cores except
the metallic cable to be used to connect roadside emergency telephones to the nearest
exchange or line concentrators.
3. System design
The EPC Contractor shall undertake the detailed design of the digital transmission system.
The design work shall include but not be limited to transmission protocol, network and
transmission equipment, type and size of cable, cable splicing, conduit and cable installation
work, manhole, hand-hole and pull box at bridge and earth sections.
Digital transmission system shall adopt IP. Suitable media and transmission protocol at
Layers 1 and 2 shall be decided and type of digital station equipment shall be selected. In
developing the design, various factors such as amount and type of data, transmission
distance, quality of service (QoS), reliability, latency, and changeover time to backup route
shall be considered. Type of optical fibre cable shall also be considered in the design. Packet
based transmission system will be preferred than circuit-based transmission system such as
Gigabit Ethernet.
Layer 3 switch will be used at each node to connect local network or device to the local line
network. Layer 2 switch will also be used to connect devices to the local network.
In addition to the equipment listed above, the system requires fibre distribution frame and
main distribution frame for cable termination, surge arrester or similar surge protection
device to protect the equipment from the lightening, and accessories necessary for cable
installation. The EPC Contractor shall supply and install these devices and accessories.
4. Reliability
Digital transmission system shall have high reliability to ensure continuous operation of the
system. Bit error rate for the end to end data communication must be 1 x 10-6 or better.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-104
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

5. Capacity and quality of service


The digital transmission shall have a sufficient capacity in terms of speed and bandwidth to
meet the demands to be decided, based on the estimated amount of data including digitized
voice data at each facility such as Traffic Management Centre, Toll Plazas, sub-centres and
service area/wayside amenities. Video signal from the TMCS camera shall be transmitted in
H.264/H.265 format and the digital transmission system shall provide sufficient capacity for
it. The EPC Contractor shall estimate the type, amount and location of data transmission
need and design the system, equipment and cables that satisfy the demand.
Quality of service (QoS) capability shall be provided to the digital transmission system to
ensure smooth and uninterrupted delivery of data for voice and video image transmission
required for VIDS, VSDS, and TMCS camera system.
6. System supervision
The digital transmission system shall be equipped with a supervisory function which
continuously monitors the system operation and issues an alarm in case malfunction
is found. The supervisory shall have the following functions:
- Management of occurrence and recovery of malfunction
- Registration and modification of system configuration
- Registration and modification of network configuration
- Testing of equipment and circuit
- Logging of equipment operation and cable
- Changeover between primary and backup routes

7. Communication Cable
7.1 General
The type of cable for digital transmission system shall be as per the design and site
requirement. The cable having suitable number of cores for optical cable and pairs for
metallic cable shall be selected.
Two types of cable, optical fibre cable and metallic cable shall be used for digital
transmission system along the Highway/ Expressway. In addition, power cable of suitable
size shall be installed to provide power to the roadside equipment, as applicable.
7.2 Specification
Optical fibre cable (OFC) to be installed along the Highway/ expressway (main duct route)
shall have a minimum of 24 cores. Branching of optical fibre cable shall be made in such a
way that only the cores connected to the facility are taken into the facility and other cores
will be bypassed. Splicing of optical fibre cable shall be made with the method that allows
re-opening of splicing housing and change of connection. The connection of core shall be
made with fusion splicing.
Other materials not specified in this Part shall be based on the EPC Contractor’s own
technical specifications, subject to the approval of Authority Engineer. In this connection,
EPC Contractor shall submit, together with Technical Proposal, the technical specifications
of main and other materials.
7.2.1 OFC Specification
The optical fibre cable to be supplied and installed under the EPC Contractor shall be single-
mode fibre optic cable having characteristics meet ITU-T G.652B, or equivalent and
specification as below.

No. Item Specifications


Cable type OF-SM 24C
1.
OF-SM 8C
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-105
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

No. Item Specifications


Number of cores OF-SM 24C: 24 cores
2.
OF-SM 8C: 8 cores
3. Mode Single mode
4. Cladding diameter 125.0 µm ± 1.0
5. Coated fibre diameter 245 µm ±10
6. Core/cladding concentricity error ≤ 0.8µm
Coating/cladding concentricity ≤ 12µm
7.
error
8. Cladding non-circularity ≤ 1.0 %
9. Mode Field Diameter 9.3µm ± 0.5 at 1310nm
Attenuation (cable) 0.36dB/Km at 1310nm
10.
0.25dB/Km at 1550nm,
11. Zero-Dispersion Wavelength 1300 to 1322 nm
12. Zero-Dispersion Slope ≤0.092 ps/Sq. Nm .km
13. Cut-off Wavelength ≤1260 nm
Polarization Mode Dispersion ≤0.2 at 1310nm
14.
Coefficient
Fibre macro bend loss ≤0.05dB at 1550 nm with 75 mm
15.
dia, 100 turns
Fibre macro bend loss ≤0.5dB at 1550 nm with 32 mm dia,
16.
1 turn
17. Coating Strip Force 1.3 ≤ F ≤ 8.9
18. Minimum Proof Strength 0.70 (100kpsi) Gpa
19. Strain 1%

Loose Tube
Filling Compound
1 Wrapping

3 Central Strength Member

Peripheral Strength Member


Filler
2
Inner
Sheath
Armor
Outer
Specifications for Fiber Optic Armoured Cable

7.3 Packing and Delivery


a. Packing and delivery of fibre optic cables shall conform to the following:
b. Each length of cable shall be coiled on a substantial wooden or steel drum. Standard
cable peace length shall be 1000 to 3000 meters.
c. After completion of the optical tests, both ends of the cable shall be sealed by a suitable
method to prevent the entrance of moisture.
d. The starting end of the cable shall be secured on the inside of the drum flange.
e. Due care shall be taken during the transportation of the cable drum so as not to cause
damage to the cable.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-106
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

7.4 Metallic Cable


The size of CCP cable shall be 0.65 mm or larger. The number of pairs shall be decided
taking the future demand after 10 year into consideration. Al least spare capacity of 100 %
shall be reserved for future use. The minimum number of pairs shall be 50 pairs for the cable
to be installed along the Highway/expressway and 10 pairs for the cable other than the above.
In case of metallic cable, all pairs shall be connected to the MDF at each facility.
8. Conduit and Cable Work
8.1 General
a. Conduit work includes underground conduit, conduit attached to bridge and culvert,
handhole, manhole, cable rack and associated accessories necessary for cable installation.
b. The EPC Contractor shall undertake the detailed design of conduit and cable work
including preparation of plain plan of conduit and cable route showing type and length of
conduit, number of conduits, type and length of cable, and type of handhole, manhole.
The detailed design shall be submitted to the Authority Engineer for his approval.
c. For the section where electromagnetic induction or electrostatic induction caused by high
power transmission line is expected, countermeasures such as use of steel conduit or used
of aluminium sheath shall be taken.
8.2 Conduit Works
Scope of work shall cover the following.
- Installation of conduit (HDPE PLB duct Φ40mm x 1),
- Excavation and back filling,
- Construction of cable trench,
- Construction of manhole,
- Temporary reinstatement of road surface,
- Safety measures and warning signs during installation works,
- Power cable duct to be included (as required),
- Site clean-up and disposal of excess materials
- Compaction and backfill.
8.2.1 Installation of Cables
Scope of cable installation work shall cover the following.
- Installation of cable rack (vertical part of inside building) and ODF (Optical
Distribution Frame).
- laying of cable into HDPE pipe,
- splicing of optical fibres and jointing of cables,
- splicing of metallic cables and jointing of cables,
- termination of optical fibre cable and metallic cable,
- testing of optical fibre cable and metallic cable,
- preparation of as-built documents,
- site clean-up and disposal of excess materials,
- safety precaution where necessary,
- preparation of as-built documents,
- Acceptance test.
8.3 Cable Works
Conduit works done under this Project shall have satisfied to conduit works acceptance tests
before cable are pulling in, specially to cable test piece for conduit (ducts). Conduits shall be
rodded by an acceptable method and cleaned before cables are pulled / blown in.
Duct assignment shall be always done carefully to avoid crossing of cables between the duct
entrance and cable bearer, and blockage of future access to vacant duct. In general, placing
shall start at the bottom row and handhole/ manhole wall side of the duct arrangement.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-107
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Splicing shall be carried out as soon as possible after placing of the cables.
The extension of fibre optic cable shall be carried out at a constant speed and suitable back
tension shall be applied to the drum to prevent hunching.
While under tension, a minimum bend radius of 20 times the outside cable diameter shall be
maintained through the use of pulleys and sheaves where required. After pulling, no bend
may have a radius, at rest, of less than 10 times the outside cable diameter.
At the splicing point, slack of minimum 3 meter shall be kept on each side of splicing kit.
The slack shall be neatly arranged and the requirement for the minimum radius shall be met.
8.3.1 Type and Size of Conduit
Main materials to be supplied by the EPC Contractor for the implementation of the
duct installation shall be in accordance with, or better in quality than, the
specification stipulated hereinafter.
8.3.2 Application of Conduit
In general, HDPE (high density polyethylene) pipe having nominal inside diameter
of 40mm shall be used. Galvanized steel pipe shall be used in the following cases
and in accordance with EPC Contractor’s own specification subject to the approval
of Authority Engineer.
Bridge Attachment, b) Culvert Crossing, c) Highway/Expressway road crossing and
d) etc.
8.3.3 Warning Tape
“CAUTION: NHAI F.O CABLE BELLOW” caution marks in English and Hindi
should be printed in every two meters of the yellow warning tape to be placed in the
cable trench (100mm width and 0.15mm thickness).
Cable Tag
Cable tag (plastic plate) describing the name of the cable and the origin of cable
(cable name, type of cable, interchange name & etc.) shall be attached to the cable
All other materials not specified in this ToR shall be in conformity with the
Contractor’s own technical specification, subject to the approval of the Authority
Engineer.

8.3.4 Cable Tag


Cable tag (plastic plate) describing the name of the cable and the origin of cable
(cable name, type of cable, interchange name & etc.) shall be attached to the cable
All other materials not specified in this Functional and Technical Specifications shall
be in conformity with the EPC Contractor’s own technical specification, subject to
the approval of the Authority Engineer.
8.3.5 Depth of Conduit
The covering depth from the top of HDPE pipes and GI pipes to the surface of
ground shall be as follows:
Location Depth
Side-shoulder 165cm
Carriageway 100cm or more
Highway road crossing, Main road crossing
120cm or more
and Interchange area
However, in special case, the depth shall be determined in consultation with Authority
Engineer, as per the site conditions and soil type.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-108
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

8.4 Installation and Construction


Conduit installation works shall be performed in accordance with the specification stipulated
hereinafter.
Other installation and/or construction works, the detail of which is not specified in this
section, shall be based on the industry standard specification and/or the EPC Contractor’s
own Technical Specifications, subject to the approval by Authority Engineer.
NHAI / Authority Engineer shall, at any time when deemed necessary during the
construction period, carry out inspection and/or tests on the facility under construction and/or
the portions of facilities completed by the EPC Contractor.
Upon completion of conduit section, loose materials such as concrete, mud, dirt, sand, etc.
shall be cleaned out from new ducts before testing. 6.0 m cable test piece may be used for
main duct sections (cable test piece diameter 35mm) with sharp curve under the condition of
the prior approval of the Authority Engineer.
The EPC Contractor shall apply the Area Log Book in order to facilitate a full supervision on
the construction work.
8.5 Handhole and Manhole
The internal sizes of the standard type of Handhole and Manhole shall be as follows:

Number of Length Width Depth Cable


Type
Ducts (m) (m) (m) Bracket
Handhole
HH-1 1-8 1.20 0.60 0.85 One side
Manhole
MH-1 1-9 1.80 1.00 1.50 One side
Handhole and Manhole shall be equipped with covers, duct plug, ladders, steps, cable
bearers, cable brackets, name plates and pulling irons according to detailed drawings.
8.6 Excavation for Handhole, Manhole and/or Conduit
All excavation shall be done in a thorough and workmanlike manner in accordance with the
detailed drawings and the Specifications.
The EPC Contractor shall obtain all pertinent records from the Electric, Water Supply, and
Sewage pipe and other organizations for underground utilities in order to proceed with his
work and safeguard the other utilities.
During the execution of the work, if existing underground facilities are damaged, or any part
thereof is disturbed, the EPC Contractor shall immediately notify of the facts to NHAI and
owner of the utility and shall be responsible for the rectification of the damaged utility at its
own cost. The EPC Contractor shall indemnify the NHAI and its representatives from any
loss or damaged caused by the EPC Contractor during execution of the works. The EPC
Contractor shall cart away all excavated materials except that to be used for backfilling.
9. Inspection and Acceptance test
Site inspection specified herein shall be performed throughout installations and constructions
of the various type of conduit facilities.
Should any errors in construction, faulty materials or other evidence of unsatisfactory
construction and installation are found in the course of test, the EPC Contractor shall
immediately repair, replace and/or remedy such unsatisfactory items.
The EPC Contractor shall perform the conduit facility inspection by himself every time to
see if the work meets the requirement before the Acceptance test.
Acceptance test specified shall be performed by the EPC Contractor under the supervision of
the Authority Engineer. Necessary equipment and materials for the site inspection and the
Acceptance tests shall be provided by the EPC Contractor at his own expense. Written report

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-109
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

including the test results shall be prepared by the EPC Contractor and verified by the
Authority Engineer.
During interim inspection, at least the following test and inspection items shall be
performed:
Visual inspection of location, dimension, accessories and workmanship of
handhole/manhole, Number and type of conduit, Cable test piece passage test, Check of new
conduit, Backfilling and temporary reinstatement Acceptance test.
During Acceptance test, at least the following test and inspection item shall be performed:
Acceptance test item for handhole, manhole, conduit and optical fibre cable on-site
inspection are as follows:
No. Item Contents
1 Visual Check Handhole, Manhole & Conduit
Construction/Cable Installation
Workmanship/ Installation Practice Compliance to
Drawings
2 Optical Line Performance Optical Fibre Attenuation Test (Transmission
Test Loss Measurement by Laser Source & Power
meter)/ OTDR (Optical Time Domain
Reflectometer) Test (OTDR Measurement both
direction and Splice Loss)
3. As-built Drawings Verification

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-110
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Section 10 Facility Monitoring System

1. Function
Facility monitoring system shall be provided to monitor the operation of facilities on the
Highway/ Expressway. The system shall monitor the operation of the following component
systems:

1) Traffic Monitor Camera System (TMCS)


2) Video Incident Detection System (VIDS)
3) Automatic Traffic Counter and Classifier (ATCC) module
4) Travel Time Measurement System (TTMS) module
5) Probe Data System
6) Central processing System
7) Vehicle Speed Detection System (VSDS)
8) Adaptive Traffic Signal Control System (ATSC)
9) ADAS
10) Incident Monitoring System (IMS)
11) Digital Transmission System
12) Power supply system (at building and field)

The functions of facility monitoring system may not be integrated in a single system. They
may be achieved by the operation monitoring function of the component systems. The role of
the facility monitoring system is to consolidate the monitoring function undertaken by
component system, present the system status in a concise manner to the operator and keep
the record of system operation. In case any abnormality or malfunction is detected, the
system shall issue an alarm together with the information regarding type and location of the
trouble so that remedial action can be taken swiftly.
The EPC Contractor shall design, procure, manufacture, install, test and commission the
facility monitoring system that meets the concept and functions stated herein.
2. Operating Status
a. Items to be monitored and its content differ from one system to another system to be
monitored. In general, the condition of the system and device such as ‘Normal’, ‘Error’
and ‘No Reply’ shall be classified in detail.
b. The system shall have a function to test itself without affecting normal operation of the
system being monitored by the system.
c. Each error or malfunctioned status shall be assigned with severity level for each system.
Depending on the severity level, different action shall be taken by the system. For minor
errors such as abnormal data from vehicle detector for one interval, error is recorded in
the log and no alarm will be issued. For severe errors such as interruption of
communication circuit, alarm signal shall be automatically displayed on the system
supervisory server overwriting the display being shown.
3. Monitoring
The manner of monitoring shall differ depending on the system and device to be monitored.
In general, normal operation shall be confirmed periodically by the monitoring system by
sending inquiry command. The time interval of inquiry shall be adjustable for each
component system and its devices. But alarm signal shall be issued immediately by the
component system and their devices comprising it to minimize delay.
4. Recording and logging
The facility monitoring system shall keep record of its operation and status of the various
systems and devices in a unified manner in the database. All incident and events shall be
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-111
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

recorded. Data retrieval software shall be provided to retrieve and display the operating
history of the specified systems and devices. The database thus stored will be used to
calculate the reliability indicators of the system and device including MTBF (mean time
between failures) and MTTR (mean time to repair).
Availability calculation shall be reported in a quarter.
The Formula of calculation of availability is shown as follows.
Availability={1-{[(A)/(B-C)] *100}}
Where
A= Time for which system is down
B = Total Time
C= Scheduled downtime
5. Monitoring signal interface
a. The EPC Contractor shall provide necessary number of monitoring signal interface units
to receive operating condition and alarm signal from the system or device to be
monitored. The interface shall be provided with sufficient number of analog, digital and
pulse interfaces. It shall be capable of receiving operating condition signals through
interface and sending them to the Traffic Management Centre using FTP, SNMP or
DATEX-ASN protocol.
b. The interface shall be provided with an optical hub or switcher and can be connected to
optical fibre cable directly.
c. The interface shall be equipped with a clock and the clock shall be adjusted using network
time protocol (NTP) or simple network time protocol (SNTP).
d. Some of the monitoring signal interface shall be installed outdoor. The device to be used
outdoor shall be capable of withstanding the environmental conditions for outdoor
equipment.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-112
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Annexure-I Indicative list of key Components


(Rough Estimation for 6-lane highway section of 100 kms considering 10 flyovers/Interchange)

The EPC Contractor shall conduct the site survey in consultation with the Authority Engineer and
shall propose the equipment location during the design phase of the Contract.

I. TMCS shall be provided at approx. every 1 Km in the median and 1 additional for each
flyover / interchange.
II. VIDS shall be installed at each junction point of the ramps at each interchange such that
one camera of the VIDS monitors the ramp and other two cameras monitor the main
carriageway.
III. VSDS shall be installed at a suitable location on MCW between two interchanges or after
every 10 kms, which every is lesser.

Note: This is Indicative list of key components. The EPC Contractor shall provide item-wise rates
and quantity for each component proposed as well as any additional item deemed necessary by the
him to ensure completeness and compliance with the Scope of work. The EPC Contractor shall
also provide comprehensive list with unit price of proposed spares for each section as a separate
enclosure. All values must be verified before submission, in case of any errors/ incompleteness,
EPC Contractor shall be responsible, and no additional items/ claims for the payments shall be
entertained.
Only one make / model for each component along with Country of Origin, delivery lead time, etc.
shall be specified in the BOQ submitted by the EPC Contractor for the Approval of the Authority
/ Authority Engineer.

ATMS - Indicative list of key Components


Total Length (KM) 100 Junction 0
Lanes Interchang
6 10
e / Flyover
Traffic Management Centre (TMC) 1 Sub-Centre 0
Project vehciles (patrol, ambulance, crane,
20 PIU 1
maintenance vehicle etc.)

Sr. Remark
ATMS Component Unit Qty
No. s
1 Traffic Management Centre (TMC)
(TMC 1 no. per project & Sub-Centre 1 no. per
additional 80 kms)
1.1 Central Processing Server in hot standby configuration
(Primary + Secondary) at TMC and 1 nos. at each sub- Nos. 2
centre
1.2 Video Recording Server with storage (minimum 360
TB) Nos. 2
2 nos. at TMC and 1 nos. at each sub-centre
1.3 Backup Video Recording (Only Incidents) Server with
240 TB storage Nos. 1
1 nos. at TMC and 1 nos. at each sub-centre
1.4 Facility Monitoring System Controller (1 nos. at TMC
Nos. 1
and 1 nos. at each sub-centre)
1.5 Graphic Display 2x6 (FHD Laser DLP/ 0.9mm Pixel
LED) for TMC incl. Controller, Software, Video Set 1
Switches

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-113
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

ATMS - Indicative list of key Components


1.6 Graphic Display 2x3 (FHD Laser DLP/ 0.9mm Pixel
LED) for TMC incl. Controller, Software, Video Set 0
Switches
1.7 Internet & SMS Server Nos. 1
1.8 Command Centre Operator Console with 4 nos. 21 inch
Nos. 4
touchscreen monitors
1.9 USB joystick to control PTZ cameras Nos. 5
1.1 Emergency Telephone (1033) console with 2 nos. 21
Nos. 2
0 inch touchscreen monitors
1.1 Facility Monitoring System Console with 2 nos. 21 inch
Nos. 1
1 touchscreen monitors
1.1
Operations Laser Printer (Colour) Nos. 1
2
1.1
Operations Laser Printer (Black) Nos. 1
3
1.1 Firewall, IDS, IPS, Core Switch, and Network
4 Equipment (Bidder shall attach the breakup of Network LS 1
equipment with unit price of each item)
1.1
Aadhar enabled Biometric Fingerprint machine Nos. 2
5
1.1
Power Distribution Board (PDB) LS 1
6
1.1
Server Rack Nos. 2
7
1.1 Maintenance Equipment as per ToR and site
LS 1
8 requirement
1.1
Surge Protection Device (SPD) LS 5
9
1.2
Lighting protection LS 5
0
1.2 Advance Driver Advisory System (ADAS), GPS
1 tracker, industrial grade rugged (Waterproof) dashboard
mounted 10" Tablet, Dashcam with video calling
feature, body cam, rear & front view varifocal cameras
with vandalproof housing (mounted on vehicle), LPU, Set 20
storage, UPS, live monitoring provision of cameras
from TMC & sub-centres, etc. for patrol, ambulance,
and maintenance vehicles. (Note: Quantity shall be as
per the project requirement)
1.2 Incident Monitoring System (IMS) for PIU office:
2 Workstation (1 nos. at each location), All-in-one color
A4 printer, 100"(±2%) 4K UHD LED display
(commercial grade), UPS as per site requirement, Set 1
Networking devices, switches, CCTV camera, DG of
suitable ratting as per site requirement, Connectivity
with TMC & Sub-centres, etc.
1.2 ATMS Software package at TMC for entire
LS 1
3 expressway stretch
1.2
Uninterruptible Power Supply (UPS) For Server Rack
4
(10KVA Online Double Conversion UPS -IGBT based Set 1
-Warranty 5 years) (1 at TMC and 1 at each Sub-centre)
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-114
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

ATMS - Indicative list of key Components

Battery backup -24000 VAH for Each UPS -Warranty 5


Nos. 25
years-100AH X 20nos.
Racks Links DC cable Nos. 1
1.2 Uninterruptible Power Supply (UPS) For TMC & Sub
5 centre operator consoles (20KVA Online Double
Set 2
Conversion UPS -IGBT based arranged in parallel
configuration -Warranty 5 years)
Battery backup -34560 VAH for Each UPS -Warranty 5
Nos. 40
years-100AH X 20nos.
Racks Links DC cable Nos. 2
1.2
Power Distribution Board (Essential & Critical Supply) Set 3
6
1.2 Civil construction of TMC including Operation room,
7 Server Room, UPS room, Incharge cabin, NHAI cabin,
Authority Engineer cabin, pantry, toilet, etc. with
interior works, complete technical furniture, raised
floor, false celling, indoor and outdoor lighting,
Audio/Mic system, Public Announcement / addressing LS 1
system, CCTV system including PTZ cameras outside
the buildings, Access Control system with smart card
and biometrics, MEP works, HVAC system, power
backup system including sufficient DG, Firefighting,
alarm, extinguishers, etc.
1.2 Any other item(s) considered necessary to comply with
8 the Scope of Works
2 Traffic Monitoring Camera System Equipment
(TMCS)
(1 no. at every 1km)
2.1 PTZ Camera 36x with 500m IR Nos. 100
2.2 Cabinet & 12m Pole with 1m arm at 8m Nos. 100
2.3 Motion Detection surveillance camera, hooter alarm
Nos. 100
with beacon, and all-in-one solar street light
2.4 Chamber / Manhole and Pole Foundation, PCC,
Nos. 100
backfilling with sand
2.5 Solar System with UPS, Li-on battery & Pole with
Nos 100
SPD, and lighting protection
2.6 Industrial 5-port managed Gigabit Ethernet switch with
3x10/100/1000Base-T(X) and 2xGigabit combo ports, Nos. 100
SFP socket
2.7 Any other item(s) considered necessary to comply with
the Scope of Works
3 Video Incident Detection System Equipment (VIDS)
(at every junction, merging / demerging / accident 40
prone area / black spot)
3.1 VIDS Camera (4 nos. at each Junction + 3 nos. at each
Set 120
interchange/flyover ramp)
3.2 Warning amber lights with hooters and solar with at Set 40
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-115
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

ATMS - Indicative list of key Components


least 96 hours backup, pole and foundation (10 nos. at
each junction/ location/interchange)
3.3 Local Processing unit (LPU) Nos. 40
3.4 Cabinet & 12m Pole with 1m arm at 8m Nos. 40
3.5 Motion Detection surveillance camera, hooter alarm
Set 40
with beacon, and all-in-one solar street light
3.6 Chamber / Manhole and Pole Foundation, PCC,
Set 40
backfilling with sand
3.7 Solar System with UPS, Li-on battery & Pole with
Nos. 40
SPD, and lighting protection
3.8 Standalone Solar powered Amber Flasher Light of 500
mm Dia with at least 96 hours backup, Pole & Set 0
Foundation (2 at each median opening)
3.9 Industrial 8-port managed Gigabit Ethernet switch with
3x10/100/1000Base-T(X) and 2xGigabit combo ports, Nos. 40
SFP socket
3.1 Any other item(s) considered necessary to comply with
0 the Scope of Works
4 Vehicle Speed Detection System Equipment (VSDS)
(1 nos. each at LHS & RHS at every 10kms / 10
between 2 interchanges)
4.1 ANPR camera with IR flasher for 6 lanes (8 Cameras -
Nos. 80
one each for all lanes in each direction + shoulder)
4.2 Local Processing Unit (LPU) Nos. 10
4.3 Speed Detection Radar (upto 90m range) for 4 lanes
Nos. 20
(one in each direction for all lanes + shoulder)
4.4 Vehicle Actuated Speed Display (VASD) System (one
Nos. 80
each for all lanes in each direction + shoulder)
4.5 Motion Detection surveillance camera, hooter alarm
Set 10
with beacon, and all-in-one solar street light
4.6 Gantry (including manufacturing, galvanizing, pile
foundation) (1 no. for LHS and 1 No. for RHS at each Nos. 20
location)
4.7 Cabinet Nos. 10
4.8 Industrial 12-port managed Gigabit Ethernet switch
with 3x10/100/1000Base-T(X) and 2xGigabit combo Nos. 10
ports, SFP socket
4.9 Solar System with UPS, Li-on battery, Pole, cabinet for
Set 10
VSDS, with SPD, and lighting protection
4.1 Any other item(s) considered necessary to comply with
0 the Scope of Works
5 Digital Transmission System
5.1 Supply of 24 core single mode armoured OFC
Multitube (TEC G-652) (Loop 10-15m every MH/HH) Mtr 105000
+ all accessories
5.2 40 mm PLB HDPE duct as per latest TSEC
Mtr 105000
specifications + all accessories
5.3 Trenching of 1.5 meters, Laying & Backfilling for PLB
Mtr 105000
HDPE duct, cable pulling, chambers lowering, etc.
Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-116
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

ATMS - Indicative list of key Components


5.4 1m x 1m x 1.8m (depth) chambers (with concrete
cover) with proper reinforcement and minimum M25 Nos. 200
grade at every 500m
5.5 24 core OFC LIU - Bamboo Type Nos 200
5.6 Fiber Patch Cord Single Mode – 2m Length LC to LC Nos 152
5.7 SFP - 20 km Transmission range Nos 5
5.8 Any other item(s) considered necessary to comply with
the Scope of Works
6 Adaptive Traffic Signal Control System (ATSC)
6.1 Traffic Signalling System (Discrete LED aspect) for
Set 10
entire junction / interchange
6.2 Vehicle Detector (Non-intrusive) Set 10
6.3 Red light violation detection system (RLVD) for entire
Set 10
junction / interchange
6.4 Automatic Pedestrian Detection system (APDS) for
Set 10
entire junction / interchange
6.5 ATSC Controller with cabinet Set 10
6.6 Pedestrian signal system (Discrete LED aspect, pole,
Set 10
etc.) for entire junction / interchange
6.7 Traffic Signal Poles – high poles, cantilever poles (mast
arms) and gantries with civil works - foundations, Set 10
manholes, etc.
6.8 Solar System with UPS, Li-on battery, Pole, cabinet,
Set 10
SPD, and lighting protection
6.9 Cabling, installation, trenching, HDD, ducting,
LS 10
chamber, etc.
6.1 Any other item(s) considered necessary to comply with
0 the Scope of Works
7 Services
7.1 Installation, testing & Commissioning LS 1
7.2 Year
ATMS System Technical support staff (5 years) 5
s
7.3 Year
ATMS Control Room Operations staff (5 years) 5
s
7.4 Year
Spares for 5 years 5
s

ATMS O&M Staff


S.No. Description Nos. Remarks
A. Technical Staff
System
Maintenance
1 Engineer/ Manager 1 I at TMC & 1 at each sub-centre
2 System IT Engineer 1 I at TMC & 1 at each sub-centre
System
Maintenance
3 Technicians 4 1 for each at TMC & sub-centre in each shift + Relievers

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-117
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

ATMS O&M Staff


S.No. Description Nos. Remarks
Maintenance
Vehicle with Driver
4 and helper 1 I at TMC & 1 at each sub-centre
Manhoist vehicle
with Driver and
5 helper 1 I at TMC / Sub-centre
6 Overhead Cost Including tools
B. Control Room Operations Staff
Traffic
Management 1 at TMC
1 Manager 1
Traffic
Management 1 at each sub-centre
2 Engineer 0
Asst Manager –
3 Operations 4 1 for each at TMC & sub-centre in each shift + Relievers
Control Room
4 operators 13 3 at TMC & 3 at each sub-centre in each shift + Relievers
5 Support Staff 1 In General Shift at TMC and Sub-centres
6 Office Assistant 4 1 at TMC & 1 at each sub-centre in each shift + relievers
7 Security Guard 4 1 at TMC & 1 at each sub-centre in each shift + relievers
Incl. office maintenance, recurring charges, DG and
8 Overhead Cost electricity bill

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-118
( Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Form TECH: Format for Submission of Detailed methodology and technical work plan
supported with broad system architecture and design in Technical Proposal.

Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National
Highway

Ref: Functional and Technical Specifications of above subject.

NOTE:
i. The EPC Contractor shall submit elaborately the following items with Technical proposal and
Detail Design for evaluation of the Authority Engineer, while giving information, the EPC
Contractors are advised to strictly focus and address the topic/sub-topic as asked for, in a
structured manner. Any superfluous submission shall be at EPC Contractors’ risk
ii. EPC Contractor shall provide comprehensive list of proposed spares for each section.

Dated: ….. /…../2021


(i) Detailed Methodology:
……………………………………………………………………………………………………………
………………………………………………………………………………………………………

(ii) Technical Work Plan:


……………………………………………………………………………………………………………
………………………………………………………………………………………………………

(iii) Broad system architecture and design proposed:


……………………………………………………………………………………………………………
………………………………………………………………………………………………………

(iv)
Equipment Delivery Schedule and Time schedule to complete the entire work under
Functional and Technical Specifications, supported with Bar Chart, including the
interior and allied works for TMC:
……………………………………………………………………………………………………………
………………………………………………………………………………………………………

(v)Limitations on part of EPC Contractor to address requirements under Functional and


Technical Specifications, and SLA:
……………………………………………………………………………………………………………
………………………………………………………………………………………………………

(vi) Design Concept of Central Processing System


(Design Concept including approach of concept and methodology for Central Processing System.)
……………………………………………………………………………………………………………
………………………………………………………………………………………………………Eve
nt Generation Method and Event List
(The Event Generation Method and Event list for design of Central Processing System.)
……………………………………………………………………………………………………………
………………………………………………………………………………………………………Eve
nt Management Method
(The event flow, event priority management method, event associate method, completion of missing
data method, tuning of setting, supporting function for event management for Design of Central
Processing System.)
……………………………………………………………………………………………………………
………………………………………………………………………………………………………Exc
hange Information Method with linked Different Highway Operator

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-119
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

(The method and technology for exchange information and expandable method for exchange
information with linking different operator for design of Central Processing System.)
……………………………………………………………………………………………………………
………………………………………………………………………………………………………Lay
out of Operation Room in Traffic Management Centre and sub-centres
(Layout of Operation room in effective technology and suitable for operation.)
……………………………………………………………………………………………………………
………………………………………………………………………………………………………Con
tents Image of Graphic Display and Dashboard
(Showing Contents Image of important items and Dashboard with feasible technology for effective
operation.)
……………………………………………………………………………………………………………
………………………………………………………………………………………………………GIS
Map layout, process, and features
(Showing GIS Map Image of important items meeting Functional and Technical Specification
features with feasible technology for effective operation.)
……………………………………………………………………………………………………………
………………………………………………………………………………………………………Ope
ration and Maintenance Service Plan for ATMS
(Method and outline of Operation and Maintenance Service Plan for ATMS, mentioned in the
Operation & Maintenance Specification.)
……………………………………………………………………………………………………………
………………………………………………………………………………………………………On-
line Access during the Operations & Maintenance phase
…………………………………………………………………………………………………………
……………………………………………………………………………………………………
(vii) Mobilization Schedule
…………………………………………………………………………………………………………
……………………………………………………………………………………………………
(viii) Safety Plan
…………………………………………………………………………………………………………
……………………………………………………………………………………………………

(ix) Schedule of Guarantee


…………………………………………………………………………………………………………
……………………………………………………………………………………………………

(x) EPC Contractor’s Equipment


…………………………………………………………………………………………………………
……………………………………………………………………………………………………

(xi) Spare Parts


…………………………………………………………………………………………………………
……………………………………………………………………………………………………

(xii) Proposed Sub Contractors for Major Items of Plant Design, Supply and Installation
Services
The Details of proposed Manpower for implementation and O&M phase shall be submitted in the
format provided below (Form SUB and Form MAN)
…………………………………………………………………………………………………………
……………………………………………………………………………………………………

(xiii) Arrangements by EPC Contractor to address O&M Requirements, including complete


manpower details proposed during implementation and O&M period.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-120
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

NOTE: 1) The Manpower proposed here shall be dedicated for this project and shall not be
proposed for any other project or assigned any other similar project of NHAI. The resource
cannot be change for at least two years. In case of any variation or change in the manpower /
person proposed in the Technical Proposal and manpower / person deployed upon successful
award of the works, minimum 20% remuneration of the proposed role for the total contract
period shall be deducted.
2) The Details of proposed Manpower for implementation and O&M phase shall be
submitted in the format provided below (Form PER-1 and Form PER-2)
3) The substitute proposed by the EPC Contractor must have more experience than the
proposed candidate in all respect (no. of years of relevant experience, no. of similar projects
executed, qualification of the replacement candidate, etc.):
……………………………………………………………………………………………………………
………………………………………………………………………………………………………

(xiv) Comments on Accuracy of information/data expected in RFP with justification:


……………………………………………………………………………………………………………
………………………………………………………………………………………………………

(xv) Any other aspects the EPC Contractor may wish to add:
……………………………………………………………………………………………………………
……………………………………………………………………………………………

(xvi) Catalogue, brochure, or other supporting document


(Catalogue, brochure, or other supporting document for each equipment proposing for this project.)
……………………………………………………………………………………………..
…………………………………………………………………………………………………………

(xvii) Applied standards


(Applied standards for each works and equipment s are clearly identified and those satisfy India
standards or international defect standards)
……………………………………………………………………………………………………………
……………………………………………………………………………………………
Note: Following documents shall be enclosed along with this form
(a) In case of any Non-Compliance in the Functional and Technical Specifications, Matrix
thereof shall be submitted in the following format:
S. No. RFP Clause RFP Provision Non-compliance Remarks with alternate
& Page no. (details) solution details

(b) Technical details of each component, clearly mentioning the make, model, country of
origin, and end of life of each component/ equipment as per the format given below, brief
technical datasheet shall also be enclosed along with the material approval certificate*.
(c) Please include all items mentioned under the indicative list of key components.

(d) Quality Certificate and Undertaking for Country of Origin: The EPC Contractor shall
submit Quality Certificate from each OEM confirming that everything to be supplied by
the OEM shall be brand new, free from all encumbrances, defects and faults in material.
Workmanship and manufacturing shall be of highest grade and quality and consistent with
the established and generally accepted standards. Materials of the type ordered shall be in
full conformity with the specifications, drawings or samples, if any, and shall operate
properly. The EPC Contractor shall ensure that none of the key component or its sub-
component such as PTZ / TMCS Cameras, VIDS system, Vehicle Speed Detection
System, Control Centre / Command Centre / TMC equipment including servers, storage,
network devices, security devices are procured / sourced from any of the region and / or
company barred / banned / blacklisted / restricted by any of the Government Department /

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-121
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Authority / PSU / Ministries / Defense etc. in India. The proposal may be considered as
non-compliance / non-responsive in case this requirement is not fully met by the EPC
Contractor. The EPC Contractor shall submit the certificate from each OEM in the format
given below, fully complying to this requirement.

*Material Approval Certificate (MAC) – To be filled for every key component and all its
sub-component proposed. The technical datasheet of the OEM relevant and specific to the
proposed make & model must only be enclosed along with the MAC.

Signature of Authorized Signatory of EPC Contractor


Name
Seal
Date

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-122
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-123
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Form PER - 1: Proposed Personnel

Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National
Highway

Ref: Functional and Technical Specification of above subject.

Dated: ….. /…../2020

[The EPC Contractor shall provide the names of suitably qualified personnel to meet the specified
requirements stated in Functional and Technical Specifications.]

1. Title of position*
Name
2. Title of position*
Name
3. Title of position*
Name
4. Title of position*
Name
*As listed in Functional and Technical Specifications.

Signature of Authorized Signatory of EPC Contractor


Name
Seal
Date

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-124
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Form PER - 2: Resume of Proposed Personnel

Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National
Highway

Ref: Functional and Technical Specification of above subject.

Dated: ….. /…../2020

[The EPC Contractor shall provide the data on the experience of the personnel indicated in Form
PER-1, in the form below.]

Name of EPC Contractor

Passport size
recent color
photograph of
the candidate

1. Proposed Position : ……………………………………

2. Name of the Candidate (in Block letters) : ……………………………………

3. Father’s/Husband’s Name : ……………………………………

4. (a) Date of Birth in Christian era : ……………………………………


(in dd/mm/yyyy format)
(Please furnish proof of age)
(b) Age as on submission date :….. Yrs, … Months &, …. Days

5. Permanent Address : ……………………………………


……………………………………
……………………………………

6. Address for Correspondence : ……………………………………


……………………………………
……………………………………

7. E-mail address, Phone Numbers : Email: …………………………….


Mobile: ………………………….....

8. Details of Educational Qualifications from Matriculation onwards


(Please furnish proof of qualifications)
Sl. No. (1) (2) (3) (4) (5)
Examination Year of passing Name of College / University / Board Main subjects Percentage of
passed Institute marks obtained

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-125
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

9. Experience
Total Experience : .….. Yrs, ……… Months &, ….... Days
Relevant Experience : …… Yrs, ……. Months &, ……. Days

10. Details of experience of each employment (in chronological order):


In case of change in posting held within the same employer, please fill in details separately.
1 Name and Address of the Position Period of tenure Responsibilities / Job
organization held Profile
From To 1
DD/MM/YYYY DD/MM/YYYY 2
3
4

Technical details of project


experience

2 Name and Address of the Position Period of tenure Responsibilities / Job


organization held Profile
From To 1
DD/MM/YYYY DD/MM/YYYY 2
3
4

Detailed description of project


experience

3 Name and Address of the Position Period of tenure Responsibilities / Job


organization held Profile
From To 1
DD/MM/YYYY DD/MM/YYYY 2
3
4

Detailed description of project


experience

4 Name and Address of the Position Period of tenure Responsibilities / Job


organization held Profile
From To 1
DD/MM/YYYY DD/MM/YYYY 2
3
4
Detailed description of project

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-126
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

4 Name and Address of the Position Period of tenure Responsibilities / Job


organization held Profile
experience

Note: In case of more than 4 employments, the relevant details in prescribed format be added.

Certification by Candidate:
i) I am willing to work on the project and I will be available for entire duration of the project
assignment and I will not engage myself in any other assignment during the currency of
this assignment on the project
ii) I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualification and experience. In case NHAI discovers anything
contrary to above, NHAI would be at liberty to remove the personnel from the present
assignment and debar him for an appropriate period to be decided by NHAI.
iii) I have not left any assignment with the consultants/ agencies/ EPC Contractors engaged by
NHAI/ contracting firm for any continuing works of NHAI without completing my
assignment. I will be available for the entire duration of the current project. If I leave this
assignment in the middle of the work, I may be debarred for an appropriate period to be
decided by NHAI. I have also no objection if my services are extended by NHAI for this
work in future.

Signature of the Candidate


Place:
Date:

Undertaking from EPC Contractor

The undersigned on behalf of …………………………………….……. (name of EPC Contractor)


certify that Shri………………………(name of the proposed personnel and address) to the best of our
knowledge has not left his assignment with any other firm engaged by NHAI / contracting firm for the
ongoing projects and he is currently not engaged with any other firm engaged by NHAI / contracting
firm for the ongoing projects. We understand that if the information about leaving the past assignment
with MORT&H/NHAI without completing his assignment is known to NHAI, NHAI would be at
liberty to remove the personnel from the present assignment and debar him for an appropriate period
to be decided by NHAI.

Signature of Authorized Signatory of EPC Contractor


Name
Seal
Date

Note:
Each page of the CV shall be signed in ink by both the staff member and the Authorized
Representative of the firm. Photocopies will not be considered.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-127
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Form SUB: Proposed Sub-Contractors for Major Items of Equipment and Installation Services

Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National
Highway

Ref: Functional and Technical Specification of above subject.

Dated: ….. /…../2020

A list of major items of ATMS is provided below.

The following Sub-Contractors and/or manufacturers are proposed for carrying out the item of the
facilities indicated. EPC Contractors shall propose only one sub-Contractor and / or manufacturer for
each item.

Major Items of Equipment and Proposed Sub Reference


Nationality
Installation Services Contractors/Manufacturers Project*

*Attach proof of relevant experience of minimum two projects.

Signature of Authorized Signatory of EPC Contractor


Name
Seal
Date

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-128
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Form MAN: Manufacturer's Authorization

(to be printed on the Letter head of the Manufacturer)


[The EPC Contractor shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be signed by a person with the proper
authority to sign documents that are binding on the Manufacturer.]

Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National
Highway

Ref: Functional and Technical Specification of above subject.

To:

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods
manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby
authorize [insert complete name of Bidder] to submit a Bid, the purpose of which is to provide the
following goods, manufactured by us [insert name and/or brief description of the goods], and to
subsequently negotiate and sign the Contract.

We are Indian [OEM/ Manufacturers / Class-I local supplier] as per DPIIT Order no. P-
45021/2/2017-PP (BE-II) dated 04.06.2020 (revised “Public Procurement (Preference to Make in
India) Order 2017”.

We have direct presence in India having own service and support offices at [insert full address of
Manufacturer’s Service Centres] to ensure smooth on-site after sales service support.

We hereby extend our full guarantee and warranty in accordance with RFP requirement, Defect
Liability, of the Contract, with respect to the goods offered by the above firm.

We, hereby confirm that the above goods shall be covered under comprehensive on-site warranty for a
period of 5 years from the date of installation & commissioning at the site and we shall maintain
sufficient spares and have sufficient technical resources at our regional service centre to provide next
business day service support at the site. In addition to this, we shall provide adequate training to the
on-site maintenance staff of the bidder for regular corrective and preventive maintenance.

We, hereby confirm that the on-site warranty and training support stated above shall be extended to
the Authority directly or its representative or any other Contractor appointed by the Authority, upon
the request from the Authority.

Name: [insert complete name Authorised Signatory]

In the capacity of [insert legal capacity of Authorised Signatory]

Signature: [Authorised Signatory]

Duly authorized to sign the document for and on behalf of: [insert complete name of Manufacturer]

Dated on ____________ day of __________________, 2020 [insert date of signing]

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-129
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Quality Certificate from OEM


(To be enclosed with MAC of each Component / Sub-Component)

Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National
Highway

Ref: Functional and Technical Specification of above subject.

We _____________________________________________________ (Name and address of


OEM) certify that everything to be supplied by us hereunder shall be brand new, free from all
encumbrances, defects and faults in material. Workmanship and manufacturing shall be of
highest grade and quality and consistent with the established and generally accepted standards.
Materials of the type ordered shall be in full conformity with the specifications, drawings or
samples, if any, and shall operate properly. It is also certified that the supplied items /
equipment’s have not been sourced from OEM backlisted by Government of India or firms of
anti-national antecedents.

We, M/s ……………………………………………………………….. also undertake that in


case of any item supplied by us found to be defective, faulty, or used at any stage, it shall be
replaced by us at our cost.

Signature of OEM Signature of Witness


Name Name
Seal Seal
Date Date

Signature of Authorized Signatory of EPC Contractor


Name
Seal
Date

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-130
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Variable Message Sign (VMS)

1. General
a. Variable Message Sign (VMS) is intended to provide the road and traffic condition
information to the commuters. It will help users travel on the project smoothly without much
stress. In case of incident like congestion drivers can judge whether to take detour or not, or
make other decision based on the information provided through VMS.
b. The ATMS Contractor shall supply and construct a VMS system that can achieve the
purpose of the system mentioned above. The ATMS Contractor shall be responsible for the
detailed design, procurement, software development, installation, adjustment, and
commissioning of the VMS. Portable VMS is mounted on the trolley towable by the patrol
vehicle to display the maintenance/ incident related information on it.
c. The VMS shall be capable of playing videos, messages in all font size, graphics, etc, and
shall be configurable to divide the single screen into multiple sections to display multiple
contents at the same time in each section.
d. Kindly refer “Revised Functional & Technical Specifications of ATMS on NH_20210221”
ref. no. NHAI/CO/ATMS/02-2021 February-2021 “General Requirement, Design
Requirement, Central Processing System, Maintenance Requirement, SLA, Penalties, etc.
e. This Document shall be the additional section of the document referred in sl. d. above for
the projects having Variable Message Sign (VMS).

2. System Configurations
The VMS system will consist of the following equipment.
1) Full matrix outdoor LED panel and control unit in VMS with supporting structure (gantry
type) at roadside.
2) VMS centre controller with application software installed in Traffic Management Centre.
3) Power supply equipment and peripheral.
2.1. Outdoor LED Panel
a. High intensity LED (light emitting diode) shall be used as light source for VMS. At least
three colour elements, blue, red and green, shall be provided and a total of seven (7) colours
including white, yellow, green, red and blue shall be displayed. Brightness and colour shall be
uniform throughout the surface.
b. The panel shall have 10 mm ±5% pixel pitch, suitable for outdoor operations. The Pixel
density shall not be less than 10,000 pixels per square meter.
c. The VMS shall have automatic brightness sensors and shall have minimum brightness of
5500 cd/sqm and refresh rate shall be more than 1920 Hz.
d. The thickness of the panel shall not be more than 150mm and shall be light weight.
e. Life of LED unit shall be long enough to withstand the severe environmental conditions in
which the signboard operates. The ATMS Contractor shall submit the results of high
temperature high moisture biased test of LED to be used to the satisfaction of the ITS
Engineer.
f. Display panel of VMS shall be of unit/ modular construction using LED matrix. The size of
the LED matrix unit shall be as per the manufacturer’s design. The unit shall be easily
replaceable from backside or front without affecting other units. Display unit shall be capable
of detecting open circuit condition of each LED.
g. Malfunction of an LED, a pixel, and a display unit shall not affect the normal operation of
other LEDs, pixels and display units.
h. VMS designs, components, and enclosures primarily designed for commercial, advertising,
billboard or other display purposes shall not be accepted.
i. VMS should be CE certified as per EN 12966.
j. VMS should be BIS, MSME, NSIC, and FCC certified.
k. Message / video shall be sufficiently bright and directed to indicate to a motorist approaching
the VMS, at a distance of 300m on a bright cloud free day.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-131
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

l. The enclosure shall be made from a corrosion resistant material. The enclosure shall have an
IP65 rating for front and IP 54 rating for back.
m.The LED chip used for the display shall be from internationally acceptable OEM only. Post
supply the LED chip shall be verified by the ITS Engineer with the manufacturer at the cost
of the ATMS Contractor, in order to confirm the genuineness of the LED chip used in the
VMS LED Panel.
n. The ATMS Contractor shall submit the EN 12966 and BIS certifications of the VMS in the
Technical Proposal.
2.2. Type of LED Signboard
Three (3) types of variable message signboard, Types L, M, and Portable shall be provided
depending on the location where VMS is installed and VMS display size. Different support
structures shall be suitably adopted. However, they shall be identical in terms of VMS function.

Type Support Type Message Input Installed Location


Type L Locate on the main carriageway (only 6/8
lane highway and expressway projects)
Type M - Locate on the main carriageway (2/4 lane
Gantry type Remotely highway projects)
- Service/ approach roads / ramps/
connecting roads etc. (6/8 lane highways
and expressway projects)
Portable Mounted on On the vehicle, Portable mounted on the trolley and moved
Trolley manually as well by the patrol vehicle.
as remotely

2.3. VMS Controller


VMS controller will have the following functions:
1) Communication control
2) Display control
3) Monitoring
4) Local operation
The VMS control unit will communicate with the VMS centre controller in the TMC through
the fibre optic network using TCPIP or GPRS or other equivalent international protocols. It will
receive display data from the VMS centre controller and send back the operating status data to
the centre controller.
Display data received from the VMS centre controller will be stored in the buffer until all the
data have been correctly received without error. Upon confirmation of correctness of data,
display will be changed to the new message. Changeover shall be fast, and no irregular display
shall be shown during the transition. Under any circumstances, the changeover of message shall
be completed within 3 -5 seconds after the system operator in the TMC has issued a message
changeover command.
Several test patterns will be provided to the VMS control unit, with which defect of LED can be
tested by indicating one of them sequentially.
Operating condition of the VMS will be monitored regularly by VMS itself and the control unit.
If any abnormality is detected, error signal will be issued to the VMS centre controller together
with the type of error.
It will be possible to operate the control unit and the VMS board manually at the site. The
manual control panel will be provided to the VMS control unit. Alternatively, manual control
will be made with a notebook computer connected to the VMS control unit through serial port
or network port.
2.4. VMS Application
VMS central application will have following minimum functions.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-132
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

1) To compose message by three method, manual input, combination of pre-set words, and
selection of pre-set message.
2) To have interface with operator through data input device.
3) To convert text and symbol message to be displayed on VMS into dot image data to
control LED display matrix.
4) Shall display time at the top right corner of the display in HH:MM:SS (24 hour) format at
all the times, even if no message is being displayed on the VMS.
5) To communicate with VMS controller unit at roadside for message data and operating
status data transmission.
6) To display and store operating status and issue alarm in case of abnormal condition; and
7) To record operation log.
The VMS centre controller and operation console shall be standard models manufactured by
organizations of international repute.
3. Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar
streetlight
a. A surveillance camera of 2MP at 25 FPS shall be provided at each equipment location along
with hooter alarm and beacon. The IP camera shall be POE powered bullet type with inbuild
IR of 50 meters with illumination at 0.005 lux for colour image and black& white at 0.001 lux
with IR. The lens shall be of 2.8-12 mm motorised varifocal with true WDR, 3D DNR, BLC,
AGC and triple streaming. The Camera shall have inbuild SD card slot and shall be provided
with at least 128 GB class 10 SD card. The shutter speed of the camera shall be 1/3 second to
1/100000 seconds for capturing the motion detection even during low light condition and
provide proper image. The housing shall be IP 67 rated with IK10 protection against
vandalism. The camera shall support one alarm I/O port for activation of Hooter and beacon.
b. The function of this camera is to monitor the cabinet and pole surrounding for pilferage and
vandalism attempts. The motion detection feature shall raise the alert in the control centre as
soon as any movement is detected nearby the cabinet and the Gantry to alert the control centre
operators regarding any possibility of pilferage and vandalism attempt.
c. Hooter shall be controlled locally by the camera and shall sound when the motion detection
period is greater than 5 seconds. The alert in the TMC/Sub-centre shall be raised by
VMS/ATMS software as soon as hooter is activated.
d. The face detection function shall be activated as soon as the motion detection is triggered.
e. The camera shall also detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
g. The camera and hooter beacon alarm shall be installed at the gantry to prevent vandalism.
h. The camera shall be mounted on at a suitable location on the Gantry such that it focuses on
the enclosure / cabinet housing the LPU and Li-ion battery bank.
i. All-in-one solar streetlight of 15W 2000 Lumens with inbuilt motion detection sensor and
auto on-off and auto dimming function shall be installed at each location at a suitable height.

4. Equipment Location
a. The location of M and S type of VMS shall be proposed by the ATMS Contractor and
approved by the ITS Engineer.
b. Portable VMS is installed on the trolley and moved by the patrol vehicle at the incident
location.
5. System Function
5.1 General
5.1.1 Power Supply
a. The power supply shall be connected from communication rack using the POE or
Adaptor.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-133
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

b. A solar power supply system consisting of a solar panel, a controller, a UPS and
Lithium-ion battery bank shall be provided at each location that operates on solar
power. Solar power equipment except solar panel shall be accommodated in the same
stainless-steel cabinet as controller or in a separate stainless-steel cabinet. The solar
panel shall have sufficient size to generate the power required. The ATMS Contractor
shall provide the support for solar panel and connection between the panel and the
controller, which shall not be exposed. A mechanism shall be provided to adjust the
angle of solar panel to the solar panel support and prevent pilferage.
c. The Lithium-ion battery shall provide power for at least for 3 days even if solar power
cannot be generated due to the weather condition. The ATMS Contractor shall present
the calculation of power consumption and capacity of solar power supply system to be
used for the system. The ATMS Contractor shall also consider the power requirement
of network devices, wireless access points, PoE switch, SPD etc. suitably during the
calculation.
d. Proper earthing shall be provided at each equipment location.
5.1.2 Communication
The data transmission of the VMS system will be made through the fibre optic and
GSM.
5.2 Message Indication Function
a. Message to be displayed on the VMS shall be concise and clear as drivers driving a
vehicle have to read and understand the message in a short time. Messages shall have
uniform structure and simple words shall be used. Messages on the VMS shall be in
expressed in English, Hindi and Regional. Messages in different language will be
separately managed and automatic translation is not required.
b. In principle, a message to be displayed on the variable message signboard shall be
composed of three parts, “location”, “event”, and “instruction or regulation”.
c. Location
d. Location indicates the relationship between the VMS location and the event location.
They can be expressed as section (between Interchange A to Interchange B), distance
(ahead, xx km ahead), or specific location (near Interchange A).
e. Event
f. Event is a thing that has happened or taken place. It includes traffic conditions
(accident, congestion, car on fire), traffic regulation (lane closure, road maintenance
work), road condition (wet road surface, fallen object, damaged pavement), and
weather condition (fog, rain, strong wind).
g. Instruction / Regulation
h. The instruction is the action to be taken by the project users such as “slow down”,
“cautious”, “exit here”, “exit at next interchange”, and “use right/left lane”. The
regulation is the traffic regulation being enforced like “lane closure” or “Highway
closed”.
i. The three components are not necessarily required all the time. Messages consisting of
one or two components described above or simple message will also be displayed.
5.2.1 Message Creation and Editing Function
Three message composition methods shall be provided: (1) manual input, (2)
combination of pre-defined phrase, and (3) selection of ready-made message. The
functions specified herein shall be possible in three languages. In addition, a set of
graphic symbols shall be provided to complement the text message.
5.2.2 Manual composition
In the manual input, it shall be possible to display on the VMS any text message input by
the system operator through the keyboard of the VMS operator console. There shall be
no restriction as to the contents of the message, but the length of message is limited to
the display capacity of the variable message signboard. If manual composition mode is

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-134
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

selected, the VMS Server shall show the image of the signboard and the message as it is
input by the system operator.
5.2.3 Combination of pre-defined phrase
In the case of combination of pre-defined phrase, frequently used words or phrases such
as “accident”, “congestion”, “construction work”, “slow down” and so on are used to
compose a message. It shall be possible to insert a word into the message composed by
combination method. There shall be sets of pre-defined words. They shall contain words
indicating location, event and instruction or regulation. Each set shall have a capacity of
100 words in each language. In this mode, the VMS operator console shall show the
categories and the words or phrases in each category for the system operator to select. It
shall be possible to alter the pre-defined words by the system operator.
5.2.4 Ready-made message
Ready-made message selection method shall allow the system operator to choose one of
the ready-made messages. If the ready-made message mode is selected, the VMS Server
shall indicate the list of ready-made messages grouped into categories for the system
operator to select. Message set shall have the capacity of 100 messages in each language.
5.2.5 Video and Graphic symbols
Video and Graphic symbols that show typical incidents such as highway closure,
construction work, and rain graphically shall be provided to complement the text
message. The sample graphic symbols are provided in these RFP for reference. The
design of graphic symbols shall be subject to the NHAI’s approval.
5.2.6 Dot matrix pattern
The VMS system shall be provided with a function to create a display pattern by
specifying the on/off status and colour of each pixel comprising the display area of the
signboard. It shall be possible to mix the dot matrix pattern and character message on the
signboard.
5.2.7 Automatic message creation from incident information
If an incident is detected through other system, the system shall send an alarm to the
VMS system. VMS system shall then create a warning message indicating the location,
type of incident and action to be taken. The message thus created shall not be displayed
automatically on the signboard. Instead, a recommendation shall be displayed on the
VMS operator console indicating the contents of the message and the location of VMS
for which message is recommended. Upon confirmation of the recommendation, the
message will be displayed on the specified message.
The VMS centre controller console will be provided with updating and editing functions
of pre-defined word, phrase, message and symbol mark. Editing of symbol mark will be
possible on a pixel basis.
The console will communicate with the operator through monitor and keyboard for
message composition and operation monitoring. Message composition will be made
interactively with one of the methods described above. Graphic user interface will be
adopted in the interface as much as possible for user friendly operation and fail-safe
mechanism will be incorporated to prevent VMS system from showing inadequate
message. The system will be equipped with a text input method in Hindi and Regional
languages commonly used in the Project area through the standard keyboard.
The VMS system will be provided with an automatic message selection function based
on the priority or severity of the events and coefficient that represents the importance of
event to each VMS as described in the following tables. The function will select and
recommend the message to be shown separately for each VMS when there are two or
more incidents to be informed to the road users.
Each message being displayed on the VMS will be assigned with a time-to-live (TTL)
value, during which message is displayed, to prevent inadvertently displaying false

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-135
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

message after incident has been removed. Upon expiration of TTL, message will be
automatically extinguished, if no response is made to the warning within the pre-set time
limit. A warning will be issued to the operator console before TTL expires for operator
to choose extension of TTL or termination of the display as scheduled.
The VMS system will have an alternate display function, in which a maximum of two
sets of messages can be displayed alternately. The function is intended to display a
message in three different languages (Hindi, English and Regional) but not necessarily
limited to the same message.
5.3 Data Transmitting Function
Text and symbol mark messages to be displayed will be converted to pixel image data to
control display unit before transmitting to the variable message sign.
The VMS centre controller will communicate with the VMS control unit at roadside
through the fibre optic network. It will send out message converted to dot pattern for
display. It will also send out command data to control the VMS control unit and to
confirm normal operation of the VMS board. In return, the centre controller shall receive
status data from the control unit.
5.4 Operation Monitoring and Logging Function
Operating status of the VMS will be checked periodically. Status (message on, no
message, fault, local control, test and switch off) will be collected from the VMS control
unit at roadside. If any abnormality is reported, an alarm will be issued. The collected
operation monitoring data will be recorded as part of operation log. It will be possible for
the VMS centre controller console to send a command to the control unit and collect the
dot pattern data being displayed on the VMS board upon system operator’s initiative.
Message displayed together with the starting and ending time will be recorded as
operation log. Status or malfunction of the VMS and the control unit will also be
recorded. Data retrieval software will be provided, and operation log can be retrieved for
display on monitor and as printed report.
5.5 Data Storage Function
All data transmitted from the VMS roadside equipment and processed data in the TMC
will be recorded and stored in the VMS centre controller for analysis and future usage.
Data retrieval and presentation software will be provided that can easily retrieve and
show the recommended message automatically generated against event and message
indicating on each VMS of the specified roadside equipment location at the hour or day.
Status of roadside equipment (normal or malfunctioned) will be recorded in the VMS
centre controller as operation log and for future reliability analysis together with error
code and date & timestamp.

Data Storage
Storage Data Type
Sub-system Period
Recommended message automatically
Raw data
generated against event
Manual input operation record Raw data
VMS system 2 years
Equipment operational status Raw data
Current message indicating on each Processed
VMS data
5.6 Display and Reporting Function
The VMS centre controller will be capable of showing the following screens.
Item Contents
Schematic road map of project and access road
Route map Detailed VMS location map
Name and station number of interchanges and toll barrier

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-136
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Item Contents
Equipment location Location of VMS and their condition (message / no message
and status and normal / error)
Message being displayed at selected VMS with starting time
and scheduled end time
Message Pre-defined words and phrases
Pre-defined messages
Graphic symbol marks
List of VMS currently not in operation
Operation
Operation log and error record
Date and Time Current date and time

The VMS centre controller will produce the reports listed below. The reports will be output
according to the schedule or upon the system operator’s request. It will be possible to output the
report as a file in portable document file format.

Item Contents
Daily report summarizing VMS location, message displayed,
VMS operation
start time, end time
List of VMS currently not in operation
Error log
Error record

6. Specifications
VMS must have LED pixel failure detection, door open sensor and temperature & humidity
sensors.
6.1 VMS board (Type-L)
I. The L-VMS board size shall be 10,000 mm (W) x 4,000 mm (H) ±5%
II. The LED configuration shall be 3 in 1 SMD and the pixel pitch shall be 6mm outdoor or
better. Lower pixel pitch shall be considered better.
III. The VMS board shall have the capacity to display any content, graphics, videos, symbols,
text in full matrix, with multiple font size and character height, and multiple languages.
IV. The brightness of the board shall not be less the 5500 mcd with option to adjust the
brightness manually as well as auto brightness adjustment feature.
6.2 VMS board (Type-M)
I. The M-VMS board size shall be 5,000 mm (W) x 2,000 mm (H) ±5%
II. The LED configuration shall be 3 in 1 SMD and the pixel pitch shall be 6 mm outdoor or
better. Lower pixel pitch shall be considered better.
III. The VMS board shall have the capacity to display any content, graphics, videos, symbols, text
in full matrix, with multiple font size and character height, and multiple languages.
IV. The brightness of the board shall not be less the 5500 mcd with option to adjust the brightness
manually as well as auto brightness adjustment feature.
6.3 Portable VMS
I. The Portable-VMS board size shall be 2,000 mm (W) x 2,000 mm (H) ±10%
II. The LED configuration shall be 3 in 1 SMD and the pixel pitch shall be 6mm outdoor or
better. Lower pixel pitch shall be considered better. The pixel density shall be more than 2500
pixels per square meters.
III. The VMS board shall have the capacity to display any content, graphics, videos, symbols, text
in full matrix, with multiple font size and character height, and multiple languages.
IV. The brightness of the board shall not be less the 5500 mcd with option to adjust the brightness
manually as well as auto brightness adjustment feature.
V. The DC power supply with suitable power backup shall be provided.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-137
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

6.4 Movable Trolley (for Portable VMS)


Portable VMS shall be mounted on this trolley. It is used for security measurement to display
maintenance information on the portable VMS while maintenance of the system equipment’s.
This trolley shall be moved by the vehicle which will be used to patrol on the highway to locate
damage, to implement countermeasures such as highway closure or lane closure, and to
undertake emergency action such as removing obstacle on the Highway/Expressway. As such,
the vehicle must have high driving performance, short stopping distance, high safety features,
large loading capacity and environmentally friendly features. It shall be equipped with an on-
board signboard specified elsewhere in these specifications on the rooftop. The body of the
trolley shall have sufficient strength and durability as signboard or other objects will be loaded
on the trolley.
6.4.1 Warning light with Siren
A yellow / Red warning light and siren system shall be provided to the trolley and placed firmly
on the roof. It shall be LED type and shall be ECE R65 Compliant.
6.5 VMS Controller
a. VMS controller will have the following functions:
1) Communication control
2) Display control
3) Monitoring
4) Local operation
b. The VMS control unit will communicate with the VMS centre controller in the TMC through
the fibre optic network using NTCIP / GPRS / TCPIP or other equivalent international
protocols. It will receive display data from the VMS centre controller and send back the
operating status data to the centre controller.
c. Display data received from the VMS centre controller will be stored in the buffer until all the
data have been correctly received without error. Upon confirmation of correctness of data,
display will be changed to the new message. Changeover shall be fast, and no irregular
display shall be shown during the transition. Under any circumstances, the changeover of
message shall be completed within 3 seconds after the system operator in the TMC has issued
a message changeover command.
d. Several test patterns will be provided to the VMS control unit, with which defect of LED can
be tested by indicating one of them sequentially.
e. Operating condition of the VMS will be monitored regularly by VMS itself and the control
unit. If any abnormality is detected, error signal will be issued to the VMS centre controller
together with the type of error.
f. It shall be possible to operate the control unit and the VMS board manually at the site. The
manual control panel will be provided to the VMS control unit. Alternatively, manual control
will be made with a notebook computer connected to the VMS control unit through serial port
or network port.
7. Supporting Structure
a. The VMS board will be fixed on gantry type supporting structure. A mechanism to adjust the
tilting angle of VMS will be provided to the VMS housing or fixture used to attach the VMS
to the support. It shall be possible to adjust the tilting between 0 degree (vertical) and 10
degree (tilted forward).
b. There shall be proper and safe walkway provision at the rear side so that the maintenance
engineer can easily walk and sit behind the board for maintenance and repair works. the width
of the walkway shall be minimum 3 feet or at least 1 foot more than the width of the backdoor
of the VMS board. The floor of the walkway shall be designed suitably so that no tool or
equipment part may fall on the road.
c. The walkway shall be rugged and shall bearing capacity of at least 4-5 persons.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-138
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

8. TMC Equipment
8.1 VMS Application
VMS central application will have following minimum functions.
1) To compose message by three methods - manual input, combination of pre-set words, and
selection of pre-set message.
2) To have interface with operator through data input device.
3) To convert text and symbol message to be displayed on VMS into dot image data to
control LED display matrix.
4) To communicate with VMS controller unit at roadside for message data and operating
status data transmission.
5) To display and store operating status and issue alarm in case of abnormal condition; and
6) To record operation log.
8.2 Installation
a. VMS sign on the Highway/Expressway shall be mounted on a Gantry installed between
the median and shoulder. Clearance of minimum 6 meters above the ground level shall be
secured. Gallery shall be provided to the support / walkway at the back of signboard for
maintenance purpose.
b. Face of VMS shall be slightly rotated inner side so that the line perpendicular to VMS
front panel shall extend toward a point on the carriageway about 120 meters from the VMS
location. The face shall also be tilt down slightly for better recognition of message.
c. Foundation and other civil works required for the VMS installation shall be completely in
the scope of the ATMS Contractor.
d. Communication cable shall be extended from the nearest hand-hole at to the VMS through
the conduit to be installed by the ATMS Contractor. No aerial cable shall be allowed.
8.3 VMS Location
The VMS foundation shall be constructed at locations specification in the general layout
of ATMS location or construction drawings to be approved by NHAI and/ or other
location as dictated by The Engineer.
9. Design Principle of VMS TMCS, VIDS, and other Foundations
9.1.1 Design Strength
The foundation shall be of reinforced concrete with the concrete having the compressive
strength of 2,500 N/cm2 (250kg/cm2) after 28 days (cylinder type), or when made with a
high rapid strength Portland Cement, it shall acquire the same strength after 7 days.
9.1.2 Contractor’s Detailed Survey and Design
Before commencing the actual work, Contractor shall carry out the field detailed
survey/design of the facilities. The detailed drawings including the calculation data based
on the survey/design shall be prepared and shall be submitted to NHAI for approval.
9.2 Construction of Foundation
9.2.1 VMS, TMCS, VIDS, and other Foundations
a. Contractor shall comply with the following specifications for preparing and mixing
concrete.
b. All foundations shall be constructed with a ready-mixed or site-mixed, M20 Grade Or
if made manually then the concrete, when made with a normal Portland Cement, shall
attain a minimum compressive strength of 2,500N/cm2 (250kg/cm2) in 28 days
(cylinder type) , or when made with a high rapid strength Portland Cement, it shall
acquire the same strength in 7 days (Test to be performed on cylindrical type concrete
specimen of size 150mm x 300mm).

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-139
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

c. The slump range for the concrete used in the construction of foundation shall be
between 8 and 15cm.
d. NHAI may order three (3) test pieces (cylinder type) from any batch of the concrete to
be taken and properly marked for the laboratory test a required.
e. The concrete shall be slowly poured around the moulds or forms up to adequate level
evenly and tamped into all parts of the moulds or forms by using a vibrator until a
densely solid mass without cavities is obtained.
f. The concrete, once mixed, shall be used within 60 minutes. After one hour, any
remaining concrete shall be removed and shall not be used.
g. Cement mortar shall consist of one (1) measure of Portland Cement and two (2)
measures of sand.
h. The concrete shall be covered with saturated sack-cloth or similar materials and shall
be sprinkled water to keep the sufficient moisture, adequate times a day for 7 days.
9.2.2 Excavation for Foundation
a. The Contractor shall take all countermeasures necessary for safety of the public and
for protecting and preserving any and all temporary or permanent utilities.
b. Contractor shall obtain all permissions, right-of-way and/or permits necessary for the
execution. The permissions shall include property owners’ approvals for necessary
work on their properties.
c. Contractor shall obtain all permissions, right-of-way and/or permits necessary for the
execution. The permissions shall include property owners’ approvals for necessary
work on their properties.
d. Contractor shall be directly responsible for all damages to existing utilities and shall
restore these services immediately at his own expense.
9.2.3 Backfilling
a. Backfilling shall commence after notifying The Engineer.
b. Upon completion of the backfilling, all remaining soil shall be removed and the road
surface, pavement and the area concerned shall be immediately cleaned.
c. Before backfilling, all foreign objects shall be removed from the excavation.
9.3 Material for Foundation
9.3.1 Cement
a. All cement used in underground construction shall be Portland Cement and in
accordance with BS 12 or equivalent.
b. The cement shall be stockpiled in such a manner as to afford easy access for
inspection. Cement shall be kept dry at all times prior to use in order to prevent
deterioration. Open air storage of cement shall not be permitted.
c. Deteriorated cement, such as cement containing lumps that are too difficult to powder
by hand, shall not be used.
9.3.2 Water
a. All water used for mixing and curing of concrete shall be supplied by the waterworks.
b. Water from other sources may be used only if authorized by NHAI after tests have
shown the quality to or better than that supplied by the waterworks.
c. Water from any source which has been contaminated with dirt, oil, salt or other
foreign substances shall not be used.
9.3.3 Fine Aggregate
a. The fine aggregate for concrete shall consist of natural river sand or equivalent
material.
b. The fine aggregate shall be uniformly graded and shall meet the grading requirements
as follows:

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-140
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Sieve Designation Percentage by Weight Passing square mesh sieve


(10.0mm) 100
No.4 (5.0mm) 95 to 100
No.16 (1.2mm) 45 to 80
No.50 (0.3mm) 10 to 30
No.100 (0.15mm) 2 to 10

c. The fine aggregate shall be stored in such a manner as to prevent mixture with other
aggregate prior to the use and also to prevent inclusion of foreign materials.
9.3.4 Coarse Aggregate
a. The coarse aggregate for concrete shall consist of crushed stones having hard, strong
and durable pieces free from adherent coatings such as mud or other foreign
materials. The coarse aggregate shall be graded between a maximum size of 25mm
and a minimum size corresponding to No.4 sieve size. It must be free from dirt, floury
stone dust, earth or any similar materials.
b. The coarse aggregate shall be stored in such a manner as to prevent mixture with
other aggregate prior to the use and also to prevent inclusion of foreign materials.
9.3.5 Reinforcing Bar
Reinforcing bars shall be deformed steel bars. The bars shall be free from dirt, oil, paint,
grease, thick rust and other defects and shall conform to the following requirements:
Item Unit Specific Value
Tensile Stress at Minimum N/mm2 500 (49 kg/mm2)
Yield Point at Minimum N/mm2 300 (30kg/mm2)
Elongation at Minimum % 14
Design Stress N/cm2 160(1,600kg/mm2)

10. Acceptance test


VMS, VMS local controller, VMS central controller, and operator console shall be subjected to
the test. Tests shall be conducted at the factory(before Site Acceptance test), during installation
work and upon completion depending on the test item. Two types of test, function and
performance test and general test shall be conducted.
Details of the test item, test procedure and criteria to judge test result shall be proposed by the
Contractor subject to the approval by the NHAI.
10.1 Function and performance test
In principle, function and performance requirement stated above shall be tested. More
specifically, the following tests shall be conducted as minimum:
1) Message composition
2) Data exchange
3) Central control
4) Local control
5) Colour and brightness
6) Response time
7) Display off function
8) Error detection
10.2 General test
The following tests shall be conducted as minimum:
1) Appearance
2) Power supply fluctuation
3) Instantaneous power interruption

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-141
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

4) Insulation resista0nce
5) Dielectric strength
6) Temperature variation
7) Waterproof test (field equipment)
8) Amount of zinc coating (field equipment and support)
11. Operation of Variable Message Sign (VMS) System
11.1 Type of information provided
Different types of message will be displayed on the VMS. These types are summarized below.
With regard to the message format, the sample messages presented in “IRC:SP: 85-2010,
Guidelines for Variable Message Signs, Annex-B” can be referred.
Social messages shall not be displayed on the VMS at any time. Only the messages useful for
the user to provide them the information / alert / warning for any incident, road closure, traffic
jam, over-speeding alerts etc. or travel time shall be displayed on the VMS. Travel advisory
or travel time shall be displayed when there is no alert / warning is required to be
disseminated to the commuters.
11.2 Advance warning message
Advance warning message gives the road users running at upstream section an advance notice
of the incident at downstream section. The incident includes traffic congestion, slow traffic,
accident, stalled vehicle, lane closure, fallen object, work zone and weather conditions. The
message is effective in reducing possibility of secondary incidents.
11.3 Advisory message
Advisory message provides the road users with useful information about a specific problem
along their route. This information allows the road users to change their speed or lane in
advance of the problem area, or the road users may elect to voluntarily take an alternative
route to their destination.
11.4 Early notice
Early notice informs the road users of a planned event such as road work on the Project or the
closure of an interchange. This type of message has lower priority than other types of message
and will be displayed only when there is no real-time message to be shown.
11.5 Language used
Three languages, English, Hindi, and another one local language will be used for VMS. Thus,
the VMS operator shall be fluent in these languages. Except short message, messages will be
displayed in one of the three languages. Message shall carry the same meaning regardless of
the language used. For short message that can be expressed in one line, the same message
may be displayed simultaneously in three lines.
11.6 Message Layout
Standard layout shall be followed consistently to express information for easier understanding
by the road users.
11.7 Message Composition Method
TCC operator can choose message creation from three (3) methods as indicated below.
1) Combination of pre-defined message
The word which are frequently used such as “accident”, “congestion”, “construction work”,
“slow down” and so on are used to compose a message combination by selection at VMS
console. They contain words indicating location, event and instruction.
2) Ready-made message
VMS operator may select one of the ready-made messages stored in VMS console.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-142
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

3) Manual composition
Any message which VMS operator cannot select from VMS console; operator can create any
message through keyboard.
4) Graphic symbols
VMS operator may provide a graphic symbol that graphically represent an incident and help
Project road users to understand instantly without reading messages.
11.8 Message display
Upon reception of incident information from other operators or directly from other agencies,
the VMS operator shall display proper message on the VMSs at adequate locations and
direction without undue delay.
If the VMS on which new message is to be displayed is already showing a message, the
operator shall evaluate the priority of the current and new incidents and decide whether the
message being displayed is replaced with the new message or not.
The incident that exists at immediate downstream section shall have higher priority than the
incident that is located more than one section away in general. If there are two incidents in a
same section between two interchanges, incident of higher severity will take precedence over
the incident with lower severity. If there are two incidents of same severity, incident nearer to
the VMS shall be selected.
11.9 Message removal
Upon reception of the notice that an incident for which a message is displayed has been
resolved, the operator shall remove the message or replace with another message
immediately. The message of the incident that has been resolved shall not be displayed
unnecessarily.
The operator shall check the effectiveness of all the messages being displayed at every 15
minutes and confirm the message needs to be continued or removed. The operator shall
remove the message or replace with another message if the message being displayed is no
longer applicable.
11.10Message Providing Area
For an incident occurred, not all VMSs are required to display the message related to the
incident. The message of an incident shall be displayed on one or more VMSs starting from
the VMS located immediately upstream of the incident location. The higher severity of
incident, the more VMSs will display the message about the incident. In other words, the
number of VMSs on which message about an incident is displayed depends on the severity of
incident and distance from the incident location to VMS location.
12. Response Time and Resolution Time for VMS
For all cases, the failure shall be classified into three severity levels, critical, major and minor.
The ATMS Contractor shall satisfy the response time and resolution time specified for each
type of failure as presented hereunder.
Severity Response time Resolution time
Critical failure 30 minutes 2 hours
Major failure 60 minutes 6 hours
Minor failure 2 hours 48 hours

Critical failure is defined as follows:


1) Failure of uninterruptible power supply.
Major problem is defined as follows:
1) Loss of control of VMS.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-143
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Minor failure is defined as those failures other than critical and major failures listed above.
1) Additional Service Level Requirement for VMS Equipment is shown below table below
No Parameter Severity levels Target
1.5 Console Availability (VMS, Internet) Major 97%
2. Field Equipment
2.3 Average Uptime Time period of the VMS Major 97%
The downtime shall be calculated on per day basis.
2) Additional Service Level Requirement for Operations of VMS is shown in table below
S.No. Requirement Deliverable & Metric Remarks
3. Accident / Incident / Traffic Management
3.1 Response to incidents (e.g. a) Informing the ambulance within Automatic ATMS system
Emergency calls received at the 3 generated report &
ATMS Control Centre/ TMC / Sub- minutes of receipt of Emergency recorded audio files
centre) within stipulated time and Call
enabling of all reporting an accident.
actions for optimal rescue and
traffic normalization, including the b) Informing the Selected Trauma
rapid deployment of vehicles Care Centre(s) within 5 minutes of
(ambulances, breakdown cranes and receipt of Emergency Call reporting
Patrol vehicles) an accident.

c) Sending the first set of


appropriate announcement and
guidance messages via VMS and
Mobile apps (as applicable) to
road users within 5 minutes of
receipt of Emergency Call
reporting an accident.

d) Continuous monitoring of the


progress of Emergency vehicles &
capture of their time stamp of
reaching site and reaching the
trauma care centre (in case of an
ambulance) with the victim.

e) Providing inputs to the


emergency
vehicles (in terms of estimated
travel
times, optimal routes etc.) during
their journey to the site and to the
trauma care centre.

13. Spare Parts and Consumables


The ATMS Contractor shall maintain required spare parts to maintain required service levels.
An undertaking to be submitted along with Technical Proposal that the ATMS Contractor has
the sufficient infrastructure and capability to keep/store spares required for maintenances and
will at all times during the contract period maintain sufficient inventory of spares and
consumables for operating and maintaining the ATMS and to meet the Service Level
requirements.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-144
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

Annex - III
(Schedule-D)

SPECIFICATIONS AND STANDARDS FOR DEVELOPMENT OF BUILDINGS

1. General: National Building Code of India – 2005

2. Code for Structural design and details:

CODE OF PRACTICE FOR LOADS AND COMBINATIONS


IS 875 Part I Dead Loads - Unit weights of building Materials and stored
materials.
IS 875 Part II Imposed loads.
IS 875 Part III Wind Loads.
IS 875 Part V Special Loads and Combinations.
CODES OF DESIGN AND FABRICATION FOR PRE -
ENGINEERED BUILDING
IS 800 : 2007 General construction in steel
IS 808 : 1989 Dimensions for hot Rolled steel sections.
IS 801 : 1975 Code of Practice for use of Cold Formed light gauge steel structural
members in general building
IS 811 Code of Practice for use of Cold Formed light gauge structural steel
sections
AISC : 2000 Design Code
IBC : 2002 Building Code
AISI : 2001 Purlin Code
ANS : 2006 Welding Code
SP - 38 (S&T): Handbook of typified designs for structures with steel Roof trusses
1987
IS 816 : 1969 Code of Practice for use of metal arc welding for general
construction in mild steel
IS 456 : 2000 Plain and Reinforced Concrete Code of Practice.
IS 1893: 2002 Criteria for Earthquake resistant design of structures
IS 6403: 1981 Code of Practice for determination of bearing capacity of shallow
foundations
IS 1786: 2008 Specification for high strength deformed steel bars and wires for
concrete reinforcement
IS 13920: 1983 Code of practice for ductile detailing of reinforced concrete
Structures subjected to seismic forces.
SP - 16 (Design Design aids for reinforced concrete to IS 456.
Aids for Reinforced
Concrete) :1978
SP - 34:1987 Hand book on concrete reinforcement and detailing

3. All relevant BIS Code of India for Civil, Electrical, Water Supply, Sanitary, HVAC and Solar
Panels.

4. Energy Conservation Code - 2007.

5. Roads / Driveway / Parking: IRC 37-1984 / MORTH specifications.

6. Indian Electricity Rules / State Electricity Rules.

7. ASHRAE Standards.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-145
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.
National Highways Authority of India Request for Proposal – Bid Documents

8. All local bylaws.

9. Hand Book of Water Supply and Drainage, BIS, SP-35.

10. CPWD - Specifications published by Director General (Works) CPWD, New Delhi including
subsequent amendments, upto date correction slips, revisions.

a. CPWD Specifications 2009 (Volume I & II)


b. CPWD General Specifications for Electrical Works Part IV Sub Station - 2013
c. CPWD General Specifications for Electrical Works Part IV Sub Station - 2013.
d. CPWD General Specifications for Electrical Works Part VII D.G. Sets - 2013.
e. General Specifications for Heating, Ventilation & Air-Conditioning(HVAC) - 2004

11. Specifications published by Director General (Works), MES, E-in-C branch, Kashmere House
New Delhi, including subsequent amendments, upto date correction slips, revisions

a. MES SSR Part I 2009,


b. TI’s issued by E-in-C branch for specified purpose from time to time

Note: Any reference to codes and standards shall be deemed to include all subsequent revisions, up
to date corrections slips, updates, amendments etc.

Construction of Six lane access controlled Highway from Km 40+080 to Km 86+513 Page D-146
(Mator to Barodameo Section- of Paniyala-Barodameo ICR) in the State of Rajasthan on EPC Mode under
Bharatmala Pariyojana.

You might also like