Schedules nhidcl
Schedules nhidcl
(Govt. of India)
SCHEDULES
For
JAN, 2025
1. The Site
(i) Site of the Four-Lane Project Highway shall include the land, buildings, structures and road works
as described in Annex-I of this Schedule-A
(ii) The dates of handing over the Right of Way to the Contractor are specified in Annex-II of this
Schedule-A.
(iii) An inventory of the Site including the land, buildings, structures, road works, trees and any other
immovable property on, or attached to, the Site shall be prepared jointly by the Authority
Representative and the Contractor, and such inventory shall form part of the memorandum referred
to Clause 8.2.1 of this Agreement.
(iv) The alignment plans of the Project Highway are specified in Annex-III. In the case of sections
where no modification in the existing alignment of the Project Highway is contemplated, the
alignment plan has not been provided. Alignment plans have only been given for sections where the
existing alignment is proposed to be upgraded. The proposed profile of the Project Highways shall
be followed by the contractor with minimum FRL as indicated in the alignment plan. The Contractor,
however, improve/upgrade the Road Profile as indicated in Annex-III based on site/design
requirement.
(v) The status of the environment clearances obtained or awaited is given in Annex IV.
KEY PLAN
Annex-I
(Schedule-A)
Site
1. Site
The Site of the Four-lane Project Highway starts from Km. 421+850 of NH-08 at Mungiakami,
Tripura and ends at Km. 454+570 of NH-08 in Champaknagar Town, Tripura on Churaibari-
Agartala road in the state of Tripura.
The land, carriageway and structures comprising the Site are described below.
2. Land
The Site of the Project Highway comprises the land described below:
Existing Chainage Right of
(km) Length
Way Remarks
(m)
From To ROW (m)
421+850 422+100 250 12
422+100 422+200 100 8
422+200 422+300 100 8
422+300 422+400 100 8
422+400 422+500 100 8
422+500 422+600 100 8
422+600 422+700 100 9
422+700 422+800 100 9
422+800 422+900 100 8
422+900 423+000 100 8
423+000 423+100 100 9
423+100 423+200 100 8
423+200 423+300 100 8
423+300 423+400 100 8
423+400 423+500 100 8
423+500 423+600 100 8
423+600 423+700 100 9
423+700 423+800 100 8
423+800 423+900 100 9
423+900 424+000 100 8
424+000 424+100 100 8
424+100 424+200 100 8
424+200 424+300 100 9
424+300 424+400 100 9
424+400 424+500 100 8
424+500 424+600 100 8
424+600 424+700 100 8
424+700 424+800 100 8
424+800 424+900 100 9
424+900 425+000 100 9
425+000 425+100 100 8
425+100 425+200 100 9
425+200 425+300 100 9
425+300 425+400 100 8
Existing Chainage Right of
(km) Length
Way Remarks
(m)
From To ROW (m)
425+400 425+500 100 8
425+500 425+600 100 8
425+600 425+700 100 8
425+700 425+800 100 8
425+800 425+900 100 8
425+900 426+000 100 8
426+000 426+100 100 8
426+100 426+200 100 10
426+200 426+300 100 10
426+300 426+400 100 8
426+400 426+500 100 10
426+500 426+600 100 9
426+600 426+700 100 9
426+700 426+800 100 8
426+800 426+900 100 9
426+900 427+000 100 11
427+000 427+100 100 8
427+100 427+200 100 8
427+200 427+300 100 8
427+300 427+400 100 9
427+400 427+500 100 9
427+500 427+600 100 11
427+600 427+700 100 10
427+700 427+800 100 10
427+800 427+900 100 8
427+900 428+000 100 11
428+000 428+100 100 8
428+100 428+200 100 9
428+200 428+300 100 11
428+300 428+400 100 8
428+400 428+500 100 9
428+500 428+600 100 11
428+600 428+700 100 9
428+700 428+800 100 10
428+800 428+900 100 9
428+900 429+000 100 9
429+000 429+100 100 9
429+100 429+200 100 11
429+200 429+300 100 12
429+300 429+400 100 11
429+400 429+500 100 11
429+500 429+600 100 14
429+600 429+700 100 14
429+700 429+800 100 20
429+800 429+900 100 17
429+900 430+000 100 15
430+000 430+100 100 9
Existing Chainage Right of
(km) Length
Way Remarks
(m)
From To ROW (m)
430+100 430+200 100 11
430+200 430+300 100 11
430+300 430+400 100 11
430+400 430+500 100 12
430+500 430+600 100 10
430+600 430+700 100 12
430+700 430+800 100 11
430+800 430+900 100 11
430+900 431+000 100 10
431+000 431+100 100 13
431+100 431+200 100 13
431+200 431+300 100 13
431+300 431+400 100 10
431+400 431+500 100 13
431+500 431+600 100 13
431+600 431+700 100 12
431+700 431+800 100 13
431+800 431+900 100 13
431+900 432+000 100 13
432+000 432+100 100 13
432+100 432+200 100 13
432+200 432+300 100 10
432+300 432+400 100 12
432+400 432+500 100 12
432+500 432+600 100 13
432+600 432+700 100 12
432+700 432+800 100 11
432+800 432+900 100 13
432+900 433+000 100 13
433+000 433+100 100 13
433+100 433+200 100 14
433+200 433+300 100 12
433+300 433+400 100 12
433+400 433+500 100 14
433+500 433+600 100 14
433+600 433+700 100 14
433+700 433+800 100 11
433+800 433+900 100 14
433+900 434+000 100 13
434+000 434+100 100 11
434+100 434+200 100 11
434+200 434+300 100 11
434+300 434+400 100 11
434+400 434+500 100 11
434+500 434+600 100 11
434+600 434+700 100 11
434+700 434+800 100 11
Existing Chainage Right of
(km) Length
Way Remarks
(m)
From To ROW (m)
434+800 434+900 100 11
434+900 435+000 100 11
435+000 435+100 100 11
435+100 435+200 100 11
435+200 435+300 100 11
435+300 436+350 1050 45.72
436+350 436+400 50 11
436+400 436+500 100 11
436+500 436+600 100 11
436+600 436+700 100 11
436+700 436+800 100 11
436+800 436+900 100 11
436+900 437+000 100 11
437+000 437+100 100 11
437+100 437+200 100 11
437+200 437+300 100 11
437+300 437+400 100 11
437+400 437+500 100 11
437+500 437+600 100 11
437+600 437+700 100 11
437+700 437+800 100 11
437+800 437+900 100 11
437+900 438+000 100 11
438+000 438+100 100 11
438+100 438+200 100 11
438+200 438+300 100 11
438+300 438+400 100 11
438+400 438+500 100 11
438+500 438+600 100 11
438+600 438+700 100 11
438+700 438+800 100 11
438+800 438+900 100 11
438+900 439+000 100 13
439+000 439+100 100 14
439+100 439+200 100 8
439+200 439+300 100 7
439+300 439+400 100 8
439+400 439+500 100 9
439+500 439+600 100 9
439+600 439+700 100 9
439+700 439+800 100 8
439+800 439+900 100 10
439+900 440+000 100 10
440+000 440+100 100 10
440+100 440+200 100 10
440+200 440+300 100 10
440+300 440+400 100 10
Existing Chainage Right of
(km) Length
Way Remarks
(m)
From To ROW (m)
440+400 440+500 100 7
440+500 440+600 100 12
440+600 440+700 100 12
440+700 440+800 100 12
440+800 440+900 100 13
440+900 441+000 100 13
441+000 441+100 100 14
441+100 441+200 100 13
441+200 441+300 100 11
441+300 441+400 100 13
441+400 441+500 100 13
441+500 441+600 100 9
441+600 441+700 100 10
441+700 441+800 100 11
441+800 441+900 100 15
441+900 442+000 100 10
442+000 442+100 100 15
442+100 442+200 100 12
442+200 442+300 100 13
442+300 442+400 100 13
442+400 442+500 100 15
442+500 442+600 100 12
442+600 442+700 100 12
442+700 442+800 100 12
442+800 442+900 100 12
442+900 443+000 100 14
443+000 443+100 100 11
443+100 443+200 100 9
443+200 443+300 100 7
443+300 443+400 100 10
443+400 443+500 100 7
443+500 443+600 100 11
443+600 443+700 100 8
443+700 443+800 100 9
443+800 443+900 100 8
443+900 444+000 100 8
444+000 444+100 100 9
444+100 444+200 100 9
444+200 444+300 100 8
444+300 444+400 100 7
444+400 444+500 100 10
444+500 444+600 100 14
444+600 444+700 100 10
444+700 444+800 100 8
444+800 444+900 100 11
444+900 445+000 100 9
445+000 445+100 100 11
Existing Chainage Right of
(km) Length
Way Remarks
(m)
From To ROW (m)
445+100 445+200 100 10
445+200 445+300 100 10
445+300 445+400 100 9
445+400 445+500 100 11
445+500 445+600 100 9
445+600 445+700 100 9
445+700 445+800 100 11
445+800 445+900 100 10
445+900 446+000 100 12
446+000 446+100 100 10
446+100 446+200 100 9
446+200 446+300 100 9
446+300 446+400 100 8
446+400 446+500 100 8
446+500 446+600 100 8
446+600 446+700 100 10
446+700 446+800 100 8
446+800 446+900 100 10
446+900 447+000 100 10
447+000 447+100 100 9
447+100 447+200 100 8
447+200 447+300 100 7
447+300 447+400 100 8
447+400 447+500 100 11
447+500 447+600 100 9
447+600 447+700 100 8
447+700 447+800 100 10
447+800 447+900 100 9
447+900 448+000 100 9
448+000 448+100 100 9
448+100 448+200 100 9
448+200 448+300 100 10
448+300 448+400 100 8
448+400 448+500 100 10
448+500 448+600 100 10
448+600 448+700 100 8
448+700 448+800 100 10
448+800 448+900 100 7
448+900 449+000 100 8
449+000 449+100 100 9
449+100 449+200 100 10
449+200 449+300 100 10
449+300 449+400 100 9
449+400 449+500 100 11
449+500 449+600 100 9
449+600 449+700 100 8
449+700 449+800 100 9
Existing Chainage Right of
(km) Length
Way Remarks
(m)
From To ROW (m)
449+800 449+900 100 9
449+900 450+000 100 11
450+000 450+100 100 9
450+100 450+200 100 7
450+200 450+300 100 9
450+300 450+400 100 9
450+400 450+500 100 10
450+500 450+600 100 10
450+600 450+700 100 6
450+700 450+800 100 7
450+800 450+900 100 10
450+900 451+000 100 8
451+000 451+100 100 10
451+100 451+200 100 9
451+200 451+300 100 12
451+300 451+400 100 11
451+400 451+500 100 9
451+500 451+600 100 7
451+600 451+700 100 8
451+700 451+800 100 10
451+800 451+900 100 9
451+900 452+000 100 7
452+000 452+100 100 10
452+100 452+200 100 11
452+200 452+300 100 9
452+300 452+400 100 12
452+400 452+500 100 8
452+500 452+600 100 8
452+600 452+700 100 9
452+700 452+800 100 9
452+800 452+900 100 10
452+900 453+000 100 11
453+000 453+100 100 8
453+100 453+200 100 9
453+200 453+300 100 8
453+300 453+400 100 7
453+400 453+500 100 9
453+500 453+600 100 12
453+600 453+700 100 10
453+700 453+800 100 11
453+800 453+900 100 9
453+900 454+000 100 9
454+000 454+100 100 11
454+100 454+200 100 12
454+200 453+400 -800 7
453+400 453+500 100 9
453+500 453+600 100 12
Existing Chainage Right of
(km) Length
Way Remarks
(m)
From To ROW (m)
453+600 453+700 100 10
453+700 453+800 100 11
453+800 453+900 100 9
453+900 454+000 100 9
454+000 454+100 100 11
454+100 454+570 470 12
3. Carriageway
The present carriageway of the Project Highway is 7.0 m wide & some four lane Stretch in Teliamura
Town. The type of the existing pavement is flexible. The detail is given below.
4. Major Bridges
The Site includes the following Major Bridges:
6. Grade separators
The Site includes the following grade separators:
S. Chainage Type of Structure No. of Spans with
Width (m)
No. (km) Foundation Superstructure span length (m)
NIL
7. Minor bridges
The Site includes the following minor bridges:
S. N. Chainage (km) Length (m) Left Hand Side Right Hand side
NIL
(NH: National Highway, SH: State Highway, MDR: Major District Road)
15. Minor Junctions
The details of the minor junctions are as follows:
S. Ex. Type of Type of
Side Leading To Remarks
N. Chainage Junction pavement
1 422+100 T Left Mungiakami CC
2 422+200 T Right Budhraipara BT
3 422+460 Y Right To Village BT
4 423+210 T Right Mungiakami Elephant Camp BT
5 423+280 T Left To Village Earthen
6 423+380 Y Left To Village Earthen
7 424+650 T Left Pashkar Sarak Earthen
8 425+300 T Left Baskarchara Earthen
9 425+550 T Left Dampay Earthen
S. Ex. Type of Type of
Side Leading To Remarks
N. Chainage Junction pavement
10 426+900 T Right Chamlay Earthen
11 428+250 T Right Chaplay Earthen
12 429+850 T Right Shaplay Earthen
13 430+080 T Right To Chakmaghat Colony BT
14 430+200 T Right To Chakmaghat Colony Earthen
15 430+330 T Right To Chakmaghat Colony Earthen
16 430+410 T Right To Chakmaghat Colony Earthen
17 430+510 T Left To Chakmaghat Dam BT
18 430+550 T Right To Chakmaghat Colony Earthen
19 430+900 Y Right To Chakmaghat Colony Earthen
20 431+260 T Right To Chakmaghat Colony Earthen
21 431+400 T Right Tsr Camp BT
22 431+570 T Right Sdm Ofc BT
23 432+330 T Right Jaraillongbari Earthen
24 432+420 T Right Jaraillongbari Bt
25 432+940 Y Right Maharanipur Earthen
26 433+140 T Left Maharanipur BT
27 433+260 T Right Maharanipur School BT
28 43+370 T Right Maharanipur BT
29 433+850 T Right Maharanipur BT
30 434+100 T Right Krishna Mission School BT
31 434+360 T Left Netaji Nagar High School BT
32 434+650 Y Right Krishnapur BT
33 434+870 Y Left Netaji Nagar BT
34 435+050 Y Right Krishnapur BT
35 441+800 T Right Kukibasti BT
36 441+950 T Left Charanmoni BT
37 443+540 Y Right South Hadrai Adc BT
38 444+260 T Right Hathaikotar Ecopark BT
39 446+050 T Right Salka BT
40 446+500 Y Right Khamtingbari BT
41 446+870 T Right Khamtingbari Earthen
42 446+970 T Left Chindoypara Earthen
43 447+250 Y Left Chinraibari Earthen
44 447+390 Y Left Ongc BT
45 447+630 Y Right Khamtingbari Earthen
46 447+790 Y Left Toyad BT
47 448+000 T Left Champabari Earthen
48 448+760 T Right Village Earthen
49 449+180 T Left Bardowar School Earthen
50 449+430 T Right The New Khamtingkami Earthen
51 449+550 T Left Village Earthen
52 450+430 T Left Village Earthen
53 451+500 T Left Village Earthen
54 453+650 T Left Village BT
55 453+750 T Right Hathaikotar BT
16. Bypasses
The details of the bypasses are as follows:
S. Name of bypass (town) Chainage (km) From km to km Length
N.
NIL
Water Tank
Sl. No. Capacity
Chainage Nos
NIL
Other Items
Sl. No. Nos
Items
Design Chainage
(km) Length Width
Description Date of Providing ROW*
(km) (m)
From To
421+850 422+200 350 60
422+200 422+600 400 45
422+600 423+100 500 60
423+100 424+100 1000 80
424+100 426+700 2600 60
426+700 426+900 200 45
426+900 432+400 5500 60
432+400 433+800 1400 80
433+800 434+700 900 60
434+700 435+800 1100 80
435+800 436+400 600 60 On appointed date
Full Right of Way (full width) Within150 days after Appointed
436+400 439+900 3500 80
Date
439+900 440+200 300 60
440+200 440+700 500 80
440+700 441+400 700 60
441+400 442+300 900 80
442+300 442+500 200 45
442+500 444+300 1800 80
444+300 445+300 1000 60
445+300 445+500 200 45
445+500 446+700 1200 60
446+700 447+100 400 80
447+100 447+300 200 60
The dates specified herein shall in no case be beyond 150 (One Hundred & fifty) days after Appointed date.
Full Right of Way (full width)
(Schedule-A)
Alignment Plans
The alignment plan of the Project Highway is available on E - Tendering portal of NHIDCL
The existing alignment of the Project Highway shall be modified in the following sections as per
the alignment plan indicated below:
i. The alignment of the Project Highway is enclosed in alignment plan. Finished road level
indicated in the alignment plan shall be followed by the contractor as minimum FRL. In any
case, the finished road level of the project highway shall not be less than those indicated in
the alignment plan. The contractor shall, however, improve/upgrade the Road profile as
indicated in Annex-III based on site/design requirement.
ii. Traffic Signages of the Project Highway showing numbers & location of traffic signs is
enclosed. The contractor shall, however, improve/upgrade upon the traffic signage plan as
indicated in Annex-III based on site/design requirement as per the relevant
specifications/IRC Codes/Manual.
Annex - IV
(Schedule-A)
Environment Clearances
As per MOEF notification F. No. 21-270/2008-1A.III (dated 22 August 2013), Environmental
Clearance is not required for Tripura state.
Annexure -V
(Schedule -A)
(SeeClause2.1)
Development of the Project Highway shall include design and construction of the Project
Highway as described in this Schedule-B and in Schedule-C.
4 laning shall include Four-Laning of the Project Highway as described in Annex-I of this
Schedule-B and in Schedule-C.
The Project Highway shall be designed and constructed in conformity with the Specifications
and Standards specified in Annex-I of Schedule-D.
Schedule-B
Annex– I
(Schedule-B)
Description of Project Road (Four-Laning)
[Note: Description of the Project Highway shall be given by the Authority in detail together with
explanatory drawings (where necessary) to explain the Authority’s requirements
precisely in order to avoid subsequent changes in the Scope of the Project. The particulars
that must be specified in this Schedule-B are listed below as per the requirements of the
Manual of Specifications and Standards for [Four Laning of Highways (IRC: SP:84-2019)],
referred to as the Manual. If any standards, specifications or details are not given in the
Manual, the minimum design/construction requirements shall be specified in this Schedule.
In addition to these particulars, all other essential project specific details, as required,
should be provided in order to define the Scope of the Project clearly and precisely.]
(i) The Project Highway shall follow the existing alignment unless otherwise specified by the
Authority and shown in the alignment plans specified in Annex-III of Schedule-A. Geometric
deficiencies, if any, in the existing horizontal and vertical profiles shall be corrected as per
the prescribed standards for [plain/rolling] terrain to the extent land is available.
(a) Four-Laning with paved shoulders shall be undertaken. The paved carriageway
shall be in accordance with the typical cross-sections’ drawings in the manual
IRC SP 84 - 2019. The typical drawings attached in schedules.
Provided that in the built-up areas [refer to paragraphs 2.1 (ii) (a) of the
Manual and provide necessary details]: the width of the carriageway shall be
as specified in the following table:
Sl. Built-up stretch Location (Km Width Typical cross section (Ref. to
No. (Township) to km) (m) Manual)
NIL
(b) Except as otherwise provided in this Agreement, the width of the paved
carriageway and cross-sectional features shall conform to paragraph 1(i) above
(d) On horizontal curves with radius up to 300 m, width of pavement and roadway
in each carriageway shall be increased as per table 2.5 of IRC SP 84 -2018.
(i) General
Schedule-B
Geometric design and general features of the Project Highway shall be in accordance
with Section 2 of the Manual (IRC: SP: 84-2019) for Plain & hilly terrain and as
specified in Annex-I of Schedule D.
The contractor shall adopt ruling design speed for designing the project highway in
conformity with the provisions of the manual & as specified in Plan and Profile
drawings of Annexure-III of Schedule-A and in Annex-I of Schedule D.
[Refer to paragraph 2.3 of the Manual]. Details of the Right of Way are given in Annex II of
Schedule-A.
(a) In built-up section, footpaths are to be provided in the following stretches and as
specified in Schedule-D.
(b) In open country, 2.0m wide paved shoulder and 1.5m wide earthen shoulder shall be
provided on both side of median in plain terrain whereas 1.5m wide paved shoulder and
1.0m wide earthen shoulder shall be provided on valley side shall be provided (Hilly
terrain).
(c) Design and specifications of shoulders shall conform to the requirements of Section 5 as
specified in paragraphs 5.10 and 5.11 of the Manual. The Earthen Shoulder shall be
compacted with 150mm thick granular sub-base quality material at the top duly
stabilized with cement/suitable admixtures to prevent erosion.
(d) 1.0m wide separator shall be provided at all service road locations and grade separator
locations.
(a) Lateral and vertical clearance at underpasses and provision of guardrails/ crash
barriers shall be as per the provision of relevant Manual.
(b) Lateral clearance: The width of the opening at the under passes shall be as follows:
Schedule-B
S. Location (Chainage) Span/opening
Remarks
No. (from km to km) (m)
1 422+075 1X20 VUP
2 422+855 1X12 LVUP
3 428+736 1X30 VUP
4 429+600 1X30 ONE SIDE VUP
5 431+192 1X12 LVUP
6 433+240 2X25 VUP
7 435+278 1X30 VUP
8 436+900 1X30 ONE SIDE VUP
9 438+000 1X12 LVUP
10 439+950 1X30 VUP
11 440+800 1X12 LVUP
12 442+462 1X20 VUP
13 443+310 1X12 LVUP
14 446+800 1X12 LVUP
(a) Lateral and vertical clearances at overpasses shall be as the provision of relevant
Manual.
(b) Lateral clearance: The width of the opening at the overpasses shall be as follows:
Location (Chainage) Span/opening
S. No. Remarks
(from km to km) (m)
Nil
Note:- The above chainages are excluding of tapering the service road to join with main carriageway
and all service road shall be tapered as per the provisions of Manual.
Schedule-B
(x) Grade separated structures
(a) Grade separated structures shall be provided as per provision of the relevant
Manual. The requisite particulars are given below:
[Refer to the provision of relevant Manual and provide details]
Location of Length Number and length of
S. No. Remarks, if any
structure (m) spans (m)
1 422+075 2x11m 1X20x5.5 VUP
2 422+855 2x11m 1X12x4.0 LVUP
3 428+736 2x12.1m 1X30X5.5 VUP
4 429+600 2x12.1m 1X30 X5.5 ONE SIDE VUP
5 431+192 2x12.1m 1X12x4.0 LVUP
6 433+240 2x12.1m 2X25 X5.5 VUP
7 435+278 2x12.1m 1X30 X5.5 VUP
8 436+900 2x12.1m 1X30 X5.5 ONE SIDE VUP
9 438+000 2x12.1m 1X12x4.0 LVUP
10 439+950 2x11m 1X30 X5.5 VUP
11 440+800 2x11m 1X12x4.0 LVUP
12 442+462 2x11m 1X20 X5.5 VUP
13 443+310 2x11m 1X12x4.0 LVUP
14 446+800 2x11m 1X12x4.0 LVUP
(e) In the case of grade separated structures, the type of structure and the level of
the Project Highway and the cross roads shall be as follows: [Refer to the
provision of relevant Manual and specify the type of vehicular underpass/ overpass
structure and whether the cross road is to be carried at the existing level, raised
or lowered]
Schedule-B
*Cross road levels shall be decided in accordance with the manual as per
the requirement of main carriageway geometrics and the same shall be
finalized in consultation with Authority’s Engineer. It is clarified that, any
raising or lowering of crossroad levels and development of approaches along
crossroad is also covered under scope of this work and same will not attract
change of scope.
(xi) Cattle, Animal and pedestrian underpass /overpass
Cattle and pedestrian underpass/overpass shall be constructed as follows: [Refer to
provision of relevant Manual and specify the requirements of cattle and pedestrian
underpass/overpass]
S. Span
Location Type of crossing
No.
1 423+220 1x10m Animal Underpass
2 426+325 1x10m Animal Underpass
Schedule-B
Length TCS
S.No. From To Description TCS
(m) Type
Fig:- 2.9 4 lane divided highway with service road
1 421+850 421+890 40 TCS 1 A with raised median (one side retaining wall & one
side hill)
Fig:- 7.8 cross section of grade separated
2 421+890 422+075 185 TCS 6 A structure & vehicular underpasses with service
road both side (Hilly Terrain)
Schedule-B
Length TCS
S.No. From To Description TCS
(m) Type
Fig:- 2.9 4 lane divided highway with raised
22 426+400 426+600 200 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
23 426+600 426+700 100 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
24 426+700 426+800 100 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
25 426+800 427+840 1040 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
26 427+840 428+200 360 TCS 2
median (both side retaining wall)
Fig:- 2.3 4 lane divided highway with service road
27 428+200 428+240 40 TCS 4 A
with Depressed median
Fig:- 7.8 cross section of grade separated
28 428+240 430+050 1810 TCS 5 A structure & vehicular underpasses with service
road both side (Plain Terrain)
Fig:- 2.3 4 lane divided highway with service road
29 430+050 430+200 150 TCS 4 A
with Depressed median
Fig:- 2.3 4 lane divided highway road with
30 430+200 430+930 730 TCS 4
Depressed median
Fig:- 7.8 cross section of grade separated
31 430+930 431+450 520 TCS 5 A structure & vehicular underpasses with service
road both side (Plain Terrain)
Fig:- 2.3 4 lane divided highway road with
32 431+450 432+500 1050 TCS 4
Depressed median
Fig:- 7.8 cross section of grade separated
33 432+500 433+700 1200 TCS 5 A structure & vehicular underpasses with service
road both side (Plain Terrain)
Fig:- 2.3 4 lane divided highway road with
34 433+700 434+830 1130 TCS 4
Depressed median
Schedule-B
Length TCS
S.No. From To Description TCS
(m) Type
Fig:- 2.9 4 lane divided highway with raised
42 440+470 440+650 180 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
43 440+650 440+690 40 TCS 2
median (both side retaining wall)
Schedule-B
Length TCS
S.No. From To Description TCS
(m) Type
Fig:- 2.9 4 lane divided highway with raised
64 445+580 445+900 320 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
65 445+900 446+170 270 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
66 446+170 446+270 100 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
67 446+270 446+360 90 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
68 446+360 446+550 190 TCS 2
median (both side retaining wall)
Fig:- 2.3 4 lane divided highway road with
69 446+550 446+650 100 TCS 4
Depressed median
Fig:- 2.9 4 lane divided highway with raised
70 446+650 446+800 150 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with service road
71 446+800 447+050 250 TCS 3 A
with raised median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
72 447+050 447+100 50 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with service road
73 447+100 447+300 200 TCS 1 A with raised median (one side retaining wall & one
side hill)
Total Length (in m) 25450
Schedule-B
Typical Cross Sections
Typical cross section of culvert at road level with service road
3. Intersections and Grade Separators
All intersections and grade separators shall be as per the provision of relevant Manual.
Existing intersections which are deficient shall be improved to the prescribed standards.
[Refer to the provision of relevant Manual and specify the requirements. Explain where
necessary with drawings/sketches/general arrangement]
Properly designed intersections shall be provided at the locations and of the types and
features given in the tables below:
a. Major Intersections
TYPE of Detail of
S. Existing Design Type of Crossing Side
Junction Destination of Remarks
No. Chainage Chainage (NH/SH/MDR/VR) (LHS/RHS)
(T,Y,X) Junction
Teliamura Bypass
1 431+380 429+600 Y-Type RHS To NH-8 Major
Start
Teliamura Bypass
2 441+060 436+900 Y-Type RHS To NH-8 Major
End
b. Minor Intersections
S. TPYE OF
N. CHAINAGE JUNCTION SIDE LEADING TO
1 422+850 T RIGHT Mungiakami Elephant Camp
2 422+900 T LEFT To Village
3 423+000 Y LEFT To Village
4 424+000 Y LEFT To Pashkar Sarak
5 428+300 T RIGHT To Chakmaghat Colony
6 428+420 T RIGHT To Chakmaghat Colony
7 428+565 T RIGHT To Chakmaghat Colony
8 428+625 T RIGHT To Chakmaghat Colony
9 428+736 T LEFT To Chakmaghat Dam
10 428+770 T RIGHT To Chakmaghat Colony
11 429+120 Y RIGHT To Chakmaghat Colony
12 429+470 T RIGHT To Chakmaghat Colony
13 430+000 T RIGHT To Chakmaghat Colony
14 430+200 T RIGHT To Chakmaghat Colony
15 430+980 X Both R-Teliamura L-Kakrachara
16 431+192 X Both R-Teliamura L-Kakrachara
17 432+585 X Both To Village
18 432+790 X Both R-Teliamura L-Bhrmachara
19 433+140 X Both R-Teliamura L-Chandrapur
20 433+240 X Both R-Teliamura L-Chandrapur
21 433+700 X Both R-Gamaibari L-Kasiya Nangalpara
22 434+900 X Both To Village
23 435+015 X Both To Village
24 435+278 X Both R-Teliamura L-Rangamura
25 435+700 X Both R-Hawaibari L- Monirampara
26 436+130 X Both R-East Hawaibari L - Arjunsardarpada
S. TPYE OF
N. CHAINAGE JUNCTION SIDE LEADING TO
27 437+110 T RIGHT Palpara
28 437+625 T RIGHT Kukibasti
29 437+780 T LEFT Charanmoni
30 439+350 Y RIGHT South Hadrai Adc
31 439+950 T RIGHT Hathaikotar Ecopark
32 442+440 X Both ONGC
33 443+350 X Both To Village
34 444+075 T LEFT To Village
35 446+800 T RIGHT Hathaikotar
Total Length
From To Side
(in m)
421+890 422+065 Both Side 350
422+085 422+180 Both Side 190
422+360 422+849 Both Side 978
422+861 423+070 Both Side 418
428+240 428+721 Both Side 962
428+751 429+585 Both Side 1668
429+615 430+050 Both Side 870
430+930 431+186 Both Side 512
431+198 431+450 Both Side 504
432+500 433+215 Both Side 1430
433+265 433+700 Both Side 870
434+830 435+263 Both Side 866
Total Length
From To Side
(in m)
435+293 435+700 Both Side 814
436+500 436+885 Both Side 770
436+915 437+994 Both Side 2158
438+006 438+315 Both Side 618
439+550 439+935 Both Side 770
440+030 440+150 Both Side 240
440+690 440+870 Both Side 360
Total Length (in m) 15348m
Note: The above locations are minimum. Additional locations if any required as per
site condition shall be provided as per manual. It shall not be treated as change in
scope of work.
4. Road Embankment and Cut Section
(i) Widening and improvement of the existing road embankment/cuttings and construction of
new road embankment/cuttings shall conform to the Specifications and Standards given in
Section4 of the Manual and the specified cross-sectional details. Deficiencies in the plan
and profile of the existing road shall be corrected.
Note: -
1. Disposal of extra earth (Muck) obtained by cutting & carriage of earth for filling from borrow
area is sole responsibility of contractor.
2. Identification & finalization of muck disposal site/Borrow area is sole responsibility of
contractor in consultation with Authority Engineer & without violating Guidelines of MoEFCC.
3. Any financial implication related to the muck disposal, muck disposal site & borrow area will
not be considered as Change of Scope.
(ii) Raising of the existing road [Refer to the provision of relevant Manual and specify sections
to be raised]
The existing road shall be raised in the following sections:
5. Pavement Design
(i) Pavement design shall be carried out in accordance with Section 5 of the Manual.
[Refer to paragraph 5.1 of the Manual and state specific requirement, if any, of providing
cement concrete pavement.]
Homogenous Section (Km) Type of Pavement
From To Length (in Km)
421+850 447+300 25.450 Flexible Pavement
[Refer to the provision of relevant Manual and specify design requirements and strategy]
b) Design Traffic
Main Carriageway
Not with standing anything to the contrary contained in this Agreement or the Manual,
the Contractor shall design the pavement for design traffic of 10 million standard axles.
[Refer to the provision of relevant Manual and specify the stretches, if any, to be
reconstructed.]
The following stretches of the existing road shall be reconstructed. These shall be designed
as new pavement.
S. Stretch
Remark
No. From km To km
1. 421+850 429+600 Reconstruction
2. 436+900 447+300 Reconstruction
6. Roadside Drainage
Drainage system including surface and subsurface drains for the Project Highway shall be
provided as per the provision of relevant Manual.
iii. Culvert
Overall width of all culverts shall be equal to the roadway width of the
approaches. All culverts shall be constructed as per Schedule-D.
Note:
The overall width of culverts shall be equal to Roadway width (Inner
edge of Crash barrier to inner edge of crash barrier) with crash barrier on both sides
of project highway including the gap between main carriageway & service
road/slip/connecting road, in case there is any service road/slip/connecting road.
Any additional Barrel length required as per site conditions shall not constitute a
Change of Scope, save and except any variations arising out of a Change of Scope
expressly undertaken in accordance with the provisions of Article 13 of EPC Contract
Agreement.
Location of culverts are indicative and span arrangement is minimum
specified. Exact location of these culverts may be decided in consultation with
Authority Engineer. The actual location/vent way/span arrangements of culverts
shall be determined on the basis of detailed investigations by the Contractor in
accordance with the Specifications and Standards. Any variations in number of
culverts/vent way/span arrangements specified in this Schedule-B shall not
constitute a Change of Scope, save and except any variations in the length
arising out of a Change of Scope expressly undertaken in accordance with the
provisions of Article 13 of EPC Contract Agreement.
All culverts shall be provided with approach slab & requisite
protection works like chute, guide bandh, floor aprons .
NIL
a) Major Bridge
Khowai River 4x30
1 430+532 2x14.1
b) Minor Bridge
1 431+380 - 1x10 2x12.1
2 431+820 - 1x16 2x14.1
3 432+015 - 1x20 2x14.1
4 433+835 - 1x10 2x14.1
5 433+925 - 1x10 2x14.1
6 434+300 - 1x10 2x14.1
7 435+080 - 1x16 2x12.1
8 435+250 - 1x20 2x12.1
9 436+640 - 1x10 2x12.1
C ) Minor Bridge on Service Road
1 431+380 - 1x10 2x11.0
2 436+640 - 1x10 2x11.0
3 437+175 - 1x16 2x11.0
4 438+850 - 1x16 2x11.0
Note: Proposed span arrangement is minimum and the same shall be finalized as per site
condition in accordance with the Manual in consent with the concerned authority. Any
increase in length/span/height shall not be treated as change in scope of work.
(c) The railings of existing bridges shall be replaced by crash barriers at the following
locations:
Nil
Sl. No. Location of Level Crossing (chainage Number and length of span (m)
km) Nil
Sl. No. Chainage (km) Nature and extent of repairs / strengthening to be carried out
Nil
Sl. No. Chainage (km) Nature and extent of repairs / strengthening to be carried out
NIL
Sl. No. Chainage (km) Nature and extent of repairs / strengthening to be carried out
Nil
i. Traffic control devices and road safety works shall be provided in accordance with the
provision of relevant Manual.
ii. Specifications of the reflective sheeting. [Refer to the provision of relevant Manual and
specify]
9. Roadside Furniture
(i) Road side furniture shall be provided in accordance with the provisions of the relevant
Manual.
(ii) Overhead traffic signs: at each village start and end border, etc.
[Refer to the provision of relevant Manual and specify the number of trees which are
required to be planted by the Contractor as compensatory afforestation.]
a. Thrie metal beam crash barrier shall be provided on both sides of median (Except Structure
and viaduct locations) at following locations-
Location stretch Total executable Length
Sl. No. Side
From (km) To (km) (m)
1 421+850 447+300 Both Sided 47148
b. Kerb Stone shall be provided on both sides of median (Except Structure and viaduct locations)
at following locations-
Location stretch Total executable Length
Sl. No. Side
From (km) To (km) (m)
1 421+850 447+300 Both Sided 77649
c. Thrie Metal Beam crash barriers shall also be provided at the following locations:
Location stretch
Sl. No. Side Total Length (m)
From (km) To (km)
1 421+850 421+890 One Side 40
2 423+070 423+300 One Side 230
3 423+300 423+400 Both Side 200
4 423+400 423+760 One Side 360
5 424+050 424+370 Both Side 640
6 424+370 424+450 One Side 80
7 424+450 424+520 Both Side 140
8 424+800 424+890 One Side 90
9 425+000 425+100 One Side 100
10 425+100 425+300 Both Side 400
11 425+460 426+080 Both Side 1240
12 426+240 426+310 One Side 70
13 426+310 426+400 Both Side 180
14 426+600 426+700 Both Side 200
15 426+700 426+800 One Side 100
16 427+840 428+200 Both Side 720
17 439+400 439+550 Both Side 300
18 440+470 440+650 One Side 180
19 440+650 440+690 Both Side 80
20 440+870 441+400 Both Side 1060
21 441+860 441+930 One Side 70
22 441+930 442+450 Both Side 1040
23 442+790 443+200 Both Side 820
24 443+510 443+600 Both Side 180
25 443+600 443+700 One Side 100
26 444+000 444+150 Both Side 300
27 444+150 444+880 Both Side 1460
28 444+880 445+010 One Side 130
29 445+010 445+070 Both Side 120
30 445+310 445+410 Both Side 200
31 445+580 445+900 Both Side 640
32 445+900 446+170 One Side 270
33 446+170 446+270 Both Side 200
34 446+270 446+360 One Side 90
35 446+360 446+550 Both Side 380
36 446+650 446+800 Both Side 300
37 447+100 447+300 One Side 200
Total Length(in m) 12910
ii. Other than above locations at following locations concrete crash barrier shall be provided on
central part of structures –
VIADUCT LOCATIONS
S.N. FROM TO LENGTH (M)
1 422+180 422+360 180
2 423+280 423+380 100
VIADUCT LOCATIONS
S.N. FROM TO LENGTH (M)
3 424+090 424+130 40
4 424+470 424+510 40
5 425+190 425+250 60
6 439+970 440+030 60
7 440+450 440+530 80
8 440+650 440+690 40
9 440+870 440+930 60
10 441+930 442+030 100
11 442+350 442+450 100
12 443+110 443+170 60
13 444+210 444+290 80
14 444+550 444+670 120
15 444+720 444+760 40
16 445+650 445+730 80
Total 1240
Note: - Viaduct shall be designed and provided as per the technical requirement in consultation with the
Authority Engineer subject to minimum length of 1240 meter. Increase in length of viaduct will not be treated
as change of Scope.
b) RCC Retaining Wall with parapet wall: - Retaining wall shall be constructed with parapet
wall at the following locations-
Location stretch Height (m) Total Length
Sl. No. Side (m)
From (m) To (m)
1 422+070 422+090 Both Side 8 40
2 422+110 422+150 Both Side 9 80
3 422+390 422+430 Both Side 9 80
4 422+450 422+600 Both Side 8 300
5 422+670 422+710 Both Side 9 80
6 423+110 423+270 Both Side 9 320
7 424+050 424+090 One Side 9 40
8 425+130 425+190 One Side 8 60
9 427+870 427+930 Both Side 9 120
10 439+670 439+710 Both Side 8 80
11 439+850 439+970 Both Side 10 240
12 440+030 440+090 Both Side 8 120
13 440+530 440+550 One Side 9 20
14 440+930 440+970 Both Side 10 80
15 441+610 441+730 Both Side 7 240
16 441+860 441+930 One Side 8 70
17 442+035 442+345 Both Side 10 620
18 442+805 442+875 Both Side 5 140
19 443+070 443+110 Both Side 5 80
20 443+170 443+190 Both Side 7 40
21 443+510 443+650 Both Side 5 280
22 444+070 444+210 Both Side 5 280
23 444+290 444+550 Both Side 10 520
24 444+670 444+710 Both Side 10 80
25 444+770 444+790 Both Side 10 40
26 445+590 445+650 Both Side 7 120
Location stretch Height (m) Total Length
Sl. No. Side (m)
From (m) To (m)
27 445+730 445+870 Both Side 8 280
28 446+650 446+700 Both Side 9 100
29 446+740 446+800 Both Side 10 120
Total Length (m) 4670
Note: - Retaining wall shall be designed and provided as per the technical requirement in consultation with
the Authority Engineer subject to minimum length of 4670 meter. Increase in length of Retaining wall will not
be treated as change of Scope.
c) RCC Toe Wall with pitching: - the minimum height of Toe wall above ground level is 2.0m
and same shall be constructed with stone pitching at the following locations-
TOE WALL
FROM TO LENGTH (m) Remarks
422+000 422+060 120 Both Side
422+430 422+450 40 Both Side
422+600 422+660 120 Both Side
422+750 423+090 680 Both Side
424+130 424+170 80 Both Side
424+250 424+350 200 Both Side
425+090 425+100 10 One Side
425+100 425+130 60 Both Side
425+250 425+290 80 Both Side
425+890 426+070 360 Both Side
426+330 426+390 120 Both Side
427+910 427+970 120 Both Side
428+130 428+170 80 Both Side
428+320 429+060 1480 Both Side
429+240 430+000 1520 Both Side
430+260 430+500 480 Both Side
430+560 430+620 120 Both Side
430+860 431+600 1480 Both Side
432+450 432+510 120 Both Side
432+700 432+900 400 Both Side
433+120 433+220 200 Both Side
433+340 433+980 1280 Both Side
434+840 435+640 1600 Both Side
436+470 436+530 120 Both Side
436+620 437+120 1000 Both Side
437+720 438+140 840 Both Side
Total 12710m
Note: - Toe wall shall be designed and provided as per the technical requirement in consultation with the
Authority Engineer subject to minimum length of 12710 meter. Increase in length of Toe wall will not be
treated as change of Scope.
ii. Following is the details of RCC Breast wall which is 3.0m high above Ground
Level
Location stretch Total Length
No. Side (m)
From (km) To (km)
1 423+590 423+630 One side 40
2 423+750 423+760 One side 10
3 423+760 423+770 Both side 20
4 423+770 423+810 Both side 80
5 423+890 423+910 Both side 40
6 423+930 424+030 Both side 200
7 424+550 424+610 Both side 120
8 424+650 424+800 Both side 300
9 424+800 424+890 One side 90
10 424+890 424+930 Both side 80
11 425+310 425+450 Both side 280
12 425+810 425+830 Both side 40
13 425+850 425+870 Both side 40
14 426+110 426+130 Both side 40
15 426+530 426+550 Both side 40
16 426+830 426+990 Both side 320
17 427+030 427+050 Both side 40
18 427+170 427+470 Both side 600
19 427+550 427+670 Both side 240
20 427+710 427+790 Both side 160
21 432+590 432+630 Both side 80
22 436+390 436+430 Both side 80
23 436+570 436+590 Both side 40
24 439+730 439+770 Both side 80
25 440+090 440+110 Both side 40
26 440+190 440+210 Both side 40
27 440+290 440+310 Both side 40
28 440+330 440+430 Both side 200
29 440+590 440+630 Both side 80
30 441+450 441+830 Both side 760
31 442+530 442+770 Both side 480
32 442+970 442+990 Both side 40
33 443+210 443+430 Both side 440
34 443+910 443+930 Both side 40
35 443+990 444+030 Both side 80
36 444+910 445+010 One side 100
37 445+070 445+310 Both side 480
38 445+430 445+550 Both side 240
39 446+070 446+170 One side 100
40 446+270 446+310 One side 40
41 446+610 446+630 Both side 40
Location stretch Total Length
No. Side (m)
From (km) To (km)
42 446+810 446+890 Both side 160
43 447+010 447+030 Both side 40
44 447+050 447+070 One side 20
Total = 6520m
Note: - 1. Breast wall shall be designed and provided as per the technical requirement in consultation with
the Authority Engineer subject to minimum length of 9280 meter. Increase in length of Breast wall will not be
treated as change of Scope.
2. For Height of Breast Wall following parameters shall be adopted: -
(a) For cutting height of hill side slopes till 10m – minimum height of breast wall should be 1.5m above GL.
(b) For cutting height of hill side slopes above 10m – minimum height of breast wall should be 3.0m above GL.
The length of Structures and bridges specified here in above shall be treated as an
approximate assessment. The actual lengths as required on the basis of detailed
investigations shall be determined by the Contractor in accordance with the Specifications
and Standards. Any variations in the lengths specified in this Schedule-B shall not constitute
a Change of Scope, save and except any variations in the length arising out of a Change of
Scope expressly undertaken in accordance with the provisions of Article 13.
Notes:
a) The type/spacing/size/specifications of poles/towers/lines/cables to be used in
shifting work shall be as per the guidelines of utility owning department and it is to be agreed
solely between the contractor/Concessionaire* and the utility owning department. No change
of scope shall be admissible and no cost shall be paid for using different
type/spacing/size/specifications in shifted work in comparison to those in the existing work or
for making any overhead crossing to underground as per requirement of utility owning
department and/or construction of project highway. The contractor/concessionaire* shall
carry out joint inspection with utility owning department and get the estimates from the
utility owning department. The assistance of the Authority is limited to giving forwarding
letter on the proposal of contractor/concessionaire* to utility owning department whenever
asked by the contractor/concessionaire*. The decision/ approval of utility owning department
shall be on the contractor/concessionaire*.
Drilling and boring pilot hole in any soil strata by drilling rig, collection of
soil samples of diffetent strata met with during drilling at verious suitable
levels, preservation of samples in polythene bags/ sample boxes and
1 disposal of excess soil or mud including the cost for bentonite water etc. as
required to maintain the pilot hole properly as per specification (IS :
2800(part-I)) and direction of the Engineer-in-charge.
Reaming of pilot hole to an enlarged bore hole in any soil strata by deep
drilling rig, disposal of excess soil or mud, including the cost for bentonite
water etc. as required to maintain the bore hole properly as per
specification (IS : 2800(part-I) and direction of the Engineer-in-charge
26 b) Columns, Pillars, Piers, Abutments, Posts and Struts with wooden plank. 30.78 sqm
First class brick work in superstructure above plinth level & upto floor-five
level including cost of all materials as required complete:-
31 3.53 Cum
e:-
iii) In Cement mortar 1:4 ( 1 cement : 4 fine sand )
Extra for brick work in triangular, square and rectangular pillars including
32 3.53 Cum
cost of all materials as required complete
Half brick masonry work with first class bricks
in superstructure upto floor five level
33 including cost of all materials as required 83.68 sqm
complete:-
a) In Cement mortar 1:4 ( 1 cement : 4 fine sand )
Half brick masonry work with first class bricks in foundation and plinth
34 including cost of all materials as required complete:- 0.52 sqm
a) In cement mortar 1:4 ( 1 cement : 4 fine sand)
Half brick masonry work with first class bricks in foundation and plinth
35 including cost of all materials as required complete:- a) In cement mortar 8.3 sqm
1:5 ( 1 cement : 5 fine sand)
15 mm cement plaster on the rough side of single or half brick wall of mix.
39 108 sqm
a) In cement mortar 1 : 4 ( 1 cement : 4 fine sand )
Painting on G.S. sheet with synthetic enamel paint of approved brand and
manufacture of required colour to give an even shade [Payment shall be
made after submission of Test Certificate issued by the Manufacturer):
47 12.49.1 New work (two or more coats) including a coat of 60 sqm
appropriate steel primer but excluding a coat of
mordant
solution
Providing and placing of G.I. pipe over the pump house on top portion of
the R.C.C. column as per specification and the direction of the Engineer- in-
49 12.2 mtr
charge.
i) 150 mm dia.
Providing and fixing ISI marked oxidise M.S. tower bolts, black finish (Barrel
50 type) with necessary screws etc. complete: 2 No
i) 250x 10 mm.
Providing and fixing M.S. grill of required pattern in frames of window etc.
51 with M.S. flats, square or round bars etc.all complete. 81 kg
i) fixed to steel windows by welding
52 i) 150 x 10 mm 2 Nos
Providing and fixing ISI marked oxidised M.S. handles conforming to IS:4992
53 with necessary screws etc. complete : 2 Nos
i) 125mm
Sl. No. Description of Items Quantity Unit
Providing and fixing, M.S. round holding down bolts withnuts and washer
55 150 kg
plates complete as per standard design.
Providing structural steel work in single section fixed with or without
56 connecting plate in/c cutting , hoisting, fixing, in position and applying a 20 kg
priming coat of approved steel primer all complete as required.
Providing and fixing 1mm thick M.S. sheet door with frame of 40x40x6mm
angle iron and 3mm M.S. gusset plates at the junctions and corners, & with
cleats with bolts & nuts, rivets, locking arrangement, handles, hooks &
eyes, pinlets including embedding in cement concrete of required grade for
57 13.68 sqm
fixing in position, all necessary fittings, including applying a priming coat of
approved steel primer etc. complete as required:-
a)Using flats 30x6mm for diagonal braces and central cross
Piece.
Providing and fixing M.S. bolts in/c nuts & washer complete as per standard
58 design. 14 kg
(i) upto 300 mm length .
Providing and fitting fixing of Fully Automatic Star Delta type Motor starter (
3 ph. 50 Hz, 415V, in Steel Sheet Enclosures with Contractors and Timer etc.
62 complete suitable for submersible Pump (L & T) as per specification and 1 Nos
direction of the Engineer-in¬charge.
i] 25 HP/18.5 kw Relay range within 20-32 +10%
Sl. No. Description of Items Quantity Unit
ii] 35 HP/26 kw Relay range within 20-32 +10% 2 Nos
Providing and fitting fixing of 6 feet x 4 feet x 1 inch inch (thickness) Gamair
wood / plywood pannel board for fitting fixing of electrical items, in/c 2 nos
MS angle post ( size 2 inch x 2 inch x 9 feet ), nuts & bolts etc. for irrection
63 2 No
of the same by 1:1.5:3 cement concrete casting ( 1 feet x 1 feet x 2 feet)
below the ground level and painting two or more coats & plastic paint as
per specification and direction of the Engineer-in-charge.
Providing and fitting fixing steel sheet enclosed switch fuse unit (suitable
for DIN fuses), triple pole with Neutral Link (TPN), 415/500 Volt, L & T /
Havells / BCH make etc. complete as per specification and direction of the 1 Nos
64
Engineer-in-charge.
(i) 63 amps
(ii) 100 amps 2 Nos
Providing and fitting fixing with PVC insulated single core multi strand
Copper cable conforming to IS : 694 for inter connection with all electrical
equipments of the pannel board as per specification and direction of the 11.79 mtr
65
Engineer-in-charge. i)
(i) 10 sqmm
(ii) 16 sqmm 23.21 mtr
Providing and fitting fixing of moving iron type,Range 0-500 V, 96 mm x 96
mm size AC Volt meter ( L & T / AE make) with selector switch as a electrical
66 2 No
instrument of the pannel board as per specification and direction of the
Engineer-in-charge.
Providing and fitting fixing of moving iron type, Range 0-100/0-200 amps,
96 mm x 96 mm size AC Amps meter direct reading type ( L & T / AE make)
67 2 No
with selector switch and CT coil as a electrical instrument of the pannel
board as per specification and direction of the Engineer-in¬charge.
Providing and febrication of column pipe including fitting fixing of G.I Flange
by cutting the G.I pipe(conforming to LS:1239 medium class) into 3.05 mtr
long and welding the same
68 10 No
direction of Engineer-in -Charge (G.I. pipe will be provided by the agency at
his own cost & risk).
iv)For 100 mm dia G.I. pipe with 10 mm thick GI flange
Providing and fitting fixing of Moulded Case Circuit Breaker (MCCB) of
69 different Thermal release range , 415 + V, 50Hz (L & T, BCH, ABB make)as 1 No
per specification and direction of the Engineer-in¬charge.
Providing and fitting fixing of Moulded Case Circuit Breaker (MCCB) of
different Thermal release range , 415 + V, 50Hz (L & T, BCH, ABB make)as
70 1 Nos
per specification and direction of the Engineer-in¬charge.
I0 32-40 Amps
Providing and fitting fixing 3 phase indicating lamp fiited with panel board
72 with three different colour lamps with batten holder 2 No
complete as per specification and direction of the Engineer-in¬charge.
Providing earthing with perforated 40 mm dia G.I. pipe (Medium class) (12
mm dia perforation), laying of 4 mm dia Gl wire from earth electrode to
panel, including excavating hole of 600 mm dia and refilling with Salt and
73 1 Nos
Charcoal / coke in alternate layers of 300 mm, as per standard specification
and direction of the Engineer-in-charge.i) For 3-phase connection with 4.00
mtr. Long G.I. pipe
Providing and fitting fixing with PVC insulated 3 core flat Copper cable
conforming to relevant IS code for submerssible motor with all necessary
75 30 mtr
equipments and fittings as required as per sepcification ans direction of the
Engineer-in-charge (iii)6.0 sqmm
Providing fixing and laying rigid UPVC pipes conforming to IS: 4985 jointing
with couplers, of same class conforming to IS: 10124 (Pt-II) with solvent
cement conforming to IS: 14182 including testing of joints complete (but
excluding the cost of specials like bend, tees etc. which will be pald
separately) as per CPWD specification and direction of the Engineer-In-
77 charge.
i) 63 mm OD 778.5 mtr
ii) 90mm OD 1964.25 mtr
iii)110mm OD 1185.5 mtr
iv) 140mm OD 964.25 mtr
Sl. No. Description of Items Quantity Unit
roviding, fixing and laying fabricated UPVC bend of required degree
conforming to IS: 10124 (part8/9/ 10/11/12/13) with solvent cement
conforming to IS: 14182 Including testing of joints complete as per CPWD
specification and direction of the Engineer - in - charge.
78
i) 63 mm OD 3 Nos
ii) 90mm OD 9 Nos
iii)110mm OD 6 Nos
iv) 140mm OD 4 Nos
Providing, fixing and laying fabricated UPVC end cap conforming to IS:
10124 (Part 4) with solvent cement conforming to IS: 14182 including
testing of joints complete as per CPWD specification and direction of the
79 Engineer-In-charge.
i) 63 mm OD 2 Nos
ii) 90mm dia 5 Nos
iii)110mm dia 1 Nos
Providing, fixing and laying fabricated UPVC equal tee conforming to IS:
10124 (Part 5) with solvent cement conforming to IS: 14182 including
testing of joints complete as per CPWD specification and direction of the
Engineer-in-charge.
80
i) 63 x 63 mm dia 2 Nos
ii) 90 x 90 mm dia 7 Nos
iii)110 x 110 mm dia 2 Nos
iv) 140 x 140 mm dia 2 Nos
Providing, fixing and laying fabricated UPVC straight reducer conforming to
IS: 10124 (Part 3) with solvent cement conforming to IS: 14182 including
testing of joints complete as per CPWD specification and direction of the
Engineer-in-charge.
81
i) 63 x 63 mm dia 1 Nos
ii) 90 x 90 mm dia 1 Nos
iii)110 x 110 mm dia 4 Nos
iv) 140 x 140 mm dia 3 Nos
Providing, fixing and laying flanged fabricated UPVC tailpiecewith MS flange
(8 mm thick) conforming to IS: 10124 (Part6) with solvent cement
conforming to IS: 14182 Including testing of joints complete as er CPWD
82 specification anddirection of the Engineer-In-
(1) 90 mm dia 1 Nos
(iii) 110 mm dia 4 Nos
iv) 140 mm dia 4 Nos
Providing and fixing G.L. pipes medim class as per IS: 1239 with latest
amendment complete with G.I. fittings including trenching and refilling,
83 cutting and making good the walls etc. complete as per CPWD specification
and direction of the Engineer-in- charge.
i) 15 mm dia. nominal bore 150 mtr
Providing and fixing C.L. non-return valve of approved quality as per of
CPWD specification and direction of the Engineer-in-charge.
84
1) 80 mm nominal bore 1 Nos
ii) 100 mm nominal bore 1 Nos
Sl. No. Description of Items Quantity Unit
Providing and fixing brass ferrule with C.L. cover conforming to IS: 2692
including boring and tapping the main as per CPWD specification and
85
direction of the Engineer-in-charge.
1) 10 mm nominal bore 45 Nos
Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts,
rubber insertions etc. (the tail pieces if required will be paid separately) as
per CPWD specification and direction of the Engineer - In - charge.
86
1) 80 mm dia. A. PN - 1.0 1 Nos
(ii) 100 mm dia. A. PN - 1.0 2 Nos
(III) 125 mm dia. A. PN-1.0 1 Nos
ii) 150 mm dia. A. PN - 1.0 2 Nos
Providing and laying D.J. specials of class K-12 suitable for push on jointing
as per IS: 9523 as per CPWD specification and direction of the Engineer - in -
87
charge.
i) Upto 300 mm dia. 1 Tonne
Charges for push-on (Tyton) joints to centrifugually ( Spun) cast iron pipes
or ductile iron pipes including of testing of joints and including the cost of
rubber gasket as per CPWD specification and direction of the Engineer-in-
88 charge.
1) 100 mm dia 2 Nos
ii) 150 mm dia 17 Nos
Providing and laying S & S Centrifugally Cast (Spun) Ductile Iron Class K-7
Pipes conforming to IS: 8329 as per CPWD specification and direction of the
89 Engineer - In-charge.
(1) 100 mm dia Ductile Iron Class K-7 plpes. 12 mtr
(ii) 150 mm dia Ductile Iron Class K-7 plpes. 95 mtr
Charges for cutting D.1. pipe with mechanical cutter as of per CPWD
specification and direction of the Engineer in-charge.
90
i) 100 mm dia 1 Nos
iii) 150 mm dia 16 Nos
Providing and fixing U.P.V.C. service saddle as per CPWD specification and
direction of the Engineer-in- charge.
(1) 63 mm dia with 15 mm dia opening 20 Nos
91
ii) 90 mm dia with 15 mm dia opening 10 Nos
iii) 110 mm dia with 15 mm dia opening 4 Nos
iv) 140 mm dia with 15 mm dia opening 4 Nos
Providing and laying of flexible PVC pipe (conforming to 15:7634) complete
as per specification and direction of the Engineer-in-charge (cost of earth
92 work and fittings will be paid separately).
i) 15 mm dia 900 mtr
ii) 25 mm dia 200 mtr
Sl. No. Description of Items Quantity Unit
Providing and fixing G.I. Bend /elbow in the pipe line including testing of
joints complete as per CPWD specification and direction of the Engineer-in-
Providing and fitting fixing of pressure meter (0.0- 14.0 Kg/ sqcm.) as per
101 1 Nos
specification and as per specification and the direction of the Engineer In-
Providing and fixing in position Precast RCC hydrant post of size 100 mm dia
(made with reinforced cement concrete 1: 1.5: 3 (1 cement: 15 fine sand: 3
graded well burnt brick aggregate 1st class 12 mm nominal size) and steel
reinforcement (TMT bars )3 nos 8 mm dia 950 mm long and 7 Nos 6 mm dla
ties including plastering the surface with 6 mm thick cement mortar 1:3 (1
cement: 3 sand) finished with Ja floating coat of neat cement including
104 45 Nos
providing & embedding 15 mm dia G.I. pipe (medium class as per IS: 1239)
with necessary Gl fittings like 2 Nos elbow, 1 no socket, 2 nos nipple 225
mm long and fitting fixing of PVC bib cock with Gl socket complete with all
earth work required including refilling etc. complete as per approved
drawing (Drawing No- 06/CE/ACE/P&DU/DWS/2022-23), specification and
direction of Engineer-in-charge.
Sl. No. Description of Items Quantity Unit
Providing and fixing in position Precast RCC platform of size 900 mm x 900
mm x100 mm with curb of size 75 x 75 mm keping an opening of 200 mm
wide for surface drain of 60 cm length of size (200 mmx150 mm) in a
suitable place for draining out of grey water (made with cement concrete
1:1.5:3 (1 cement: 1.5 sand: 3 graded well burnt brick aggregate 12 mm
nominal size) and steel reinforcement(TMT bars) 6 nos. 8 mm dia in both
105 direction including plastering the exposed surface with 6 mm thick cement 45 Nos
mortar 1:3 (1 cement:3 sand) for platform &12 mm cement plaster(1:4) (1
cement :4 sand) for surface drain finished with a floating coat of neat
cement complete with all earth work required including refilling etc.
complete as per approved drawing (Drawing No-
06/CE/ACE/P&DU/DWS/2022-23), specification and direction of Engineer-
in-charge.
Providing and fitting fixing of hoarding cum display board of IIM of size 8 ft.
x 6 ft. (2.40 m x 1.80 m) with frame comprising of 40 mm dia Gl pipe
(medium class) around the board, 2 nos. 25 x 25 x 4 mm sizo MS vertical
stifmers with equally placed and 1 no. 25 x 25 x 4 mm size MS horizontal
stiffner centrally placed and 2 mm thick MS Sheet (2.40 m x 1.80 m) with
necessary welding, painting, lettering and erected vertically in such a way
106 1 Nos
bottom of the board shall be placed 900mm above the Ground Level with 2
nos. 40 mm dia Gl pipe embedded in cement concrete block of 1:2:4 (1
Cement: 2 fine Sand: 4 graded well burnt brick aggregate 20 nım nominal
size) of 300 mm x 300 mm & 900 mm total depth out of which 150 mm
shall be projected over GL etc. complete as per specification and direction
of the Engineer-in-Charge.
Drilling and boring pilot hole in any soil strata by manual means, collection
of soil samples of different strata met with during drilling at various suitable
levels, preservation of samples in polythene bags/sample boxes and
107 disposal of excess soil or mud, including the cost of for bentonite, water
etc, as required to maintain the pilot hole properly as per specification (IS:
2800 (part-I) and direction of the Engineer-in-charge.
Providing and fixing of UPVC end cap suitable for UPVC 'CM' casing or 'CS'
casing or 'RS' pipes as per specification and direction of the Engineer-in-
112 1 nos
charge
(i)100 mm dia
Providing and Shrouding of the deep tube well assembly with washed pea
gravels ( 2.0 - 4.75 mm effective size ) as per specification (IS:4097) and
113
direction of the Engineer - in - charge.
A. With Contractor"s Rig
Providing and fixing of housing clam (made with 12 mm thick MS sheet )
along with well cap (made with 10 mm thick MS sheet ) with necessary
114 2023 arrangements for SBDTW as per specification and direction of the
Engineer - in - charge.
iii) 125 mm dia 1
Supplying and fitting fixing of single phase motor set 2HP, head (as per
115 requirement), 160 to 220 V, 50hz At Various location in/c. trail run as per 1
specification and direction of the Engineer - in - charge.
Providing and fixing to filter and lowering to proper levels 40 mm G.I. pipe
for tube well including cleaning and priming the tube well as per CPWD
116 36
specification and direction of the Engineer -
in - charge
Providing and fixing C.I. non-return valve of approved quality as per of
117 CPWD specification and direction of the Engineer - in - charge. 1
i) 50mm dia
Labour cost of lowering of 2HP/3HP submersible pump with motor in/c
118 column pipe assembly & transportation charges from workshop/office to 1
site in/c testing
Supplying and fitting fixing of single phase motor starter panel unit 3.0 HP /
2.0 HP capacity comprise with 2 pole unit conductor, over load rely,
120 1
capacitors, volt meter, amp meter of BCH/L&T make with necessary copper
wire etc. complete as per direction of the Engineer-in-charge
Providing and fitting fixing steel sheet enclosed switch fuse unit (suitable
for DIN fuses), triple pole with Neutral Link (TPN), 415/500 Volt, L & T /
121 1
Havells / BCH make etc. complete as per specification and direction of the
Engineer-in-charge.32 Amps
Sl. No. Description of Items Quantity Unit
Providing and fitting fixing with PVC insulated 3 core flat Copper cable
conforming to relevant IS code for submerssible motor with all ne
122 equipments and fittings as required as per specification and direction of the 40 mtr
Engineer-in- charge.
i) 2.5 sq mm
125 Energisation of electrical power Line & service Charge of DTW Scheme. 2 No.
Excavating trenches of required width for pipes cables etc in/c excavation
for sockets and dressing of the sides where required ,ramming of bottoms,
depth up to 1.5m in/c getting out excavated soil and backfilling of soil as
required after laying of pipe line, layers not exceeding 20cm in depth in/c
consolidating each deposited layer by ramming, watering and disposing of
surplus excavated with all required leads as per chapter 2 of CPWD
specifications and direction of the engineer-in-charge.
126
A. For UPVC pipes in new work
a. In all kinds of soil
i. For pipes not exceeding 90 mm dia. 9423 mtr
ii. For pipes exceeding 90 mm dia but not exceeding 300 mm dia 2953 mtr
B. F or G.I. / C.I. / D.I. pipes in new work
a. In all kinds of soil
ii. For pipes exceeding 90 mm dia but not exceeding 300 mm dia 3875 mtr
Providing & laying of flexible PVC pipe (conforming to IS:7634) complete as
127 per specification and directio of the Engineer in chare.
i)15 mm dia. 1835 mtr
Sl. No. Description of Items Quantity Unit
Providing, fixing and laying rigid UPVC pipes conforming to IS : 4985 jointing
with couplers, of same class conforming to IS : 10124 ( Pt-II ) with solvent
cement conforming to IS : 14182 including testing of joints complete ( but
excluding the cost of specials like bend, tees etc. which will be paid
separately ) as per CPWD specification and direction of the Engineer - in -
charge.
128 A. Class - 3 ( working pressure 6.0 kg / cm2)
i. 40 mm OD 887 mtr
ii. 50 mm OD 879 mtr
iii. 63 mm OD 895 mtr
v. 90 mm OD 5762 mtr
vi. 110 mm OD 1881 mtr
vii. 140 mm OD 1072 mtr
providing fixing & laying fabricated UPVC socket/Coupler conforming to
1S:10124(pary-2) with solvent cement conforming to IS:14182 in/c testing
of joints complete as per CPWD specification and direction of the Engineer
129 in charge.
i. 90 mm dia 381 no
ii. 110 mm dia 90 no
iii. 140 mm dia 75 no
Providing and laying S & S Centrifugally Cast ( Spun ) Ductile Iron Class K-7
Pipes conforming to IS : 8329 as per CPWD specification and direction of
the Engineer - in - charge.
130 i. 80 mm dia Ductile Iron Class K-7 pipes. 40 mtr
ii. 100 mm dia Ductile Iron Class K-7 pipes. 40 mtr
iii. 125 mm dia Ductile Iron Class K-7 pipes. 40 mtr
ii. 150 mm dia Ductile Iron Class K-7 pipes. 410 mtr
Providing and fixing DI specials as per CPWD specification and direction of
the Engineer-in-charge.
A. DI all socketted Bend 90 degree
i. 80 mm dia 15 no
ii. 100 mm dia 15 no
iii. 150 mm dia 15 no
B. D.1. all socketted Bend 45 degree
i. 80 mm dia 15 no
ii. 100 mm dia 15 no
iii. 125 mm dia 15 no
131 iv. 150 mm dia 15 no
F. D.1. all socketted tee
i. 80 x 80 x 80 mm dia 15 no
ii, 100 x 100 x 80 mm dia 15 no
iii. 100 x 100 x 100 mm dia 15 no
iii. 125 x 125 x 80 mm dia 15 no
iv. 150 x 150 x 80 mm dia 15 no
v. 150 x 150 x 100 mm dia 15 no
vi. 150 150 150 mm dia 15 no
I. D.I. Double Socketted tapper
i. 100 x 80 mm dia 15 no
Sl. No. Description of Items Quantity Unit
ii. 125 x 80 mm dia 15 no
iii. 125 x 100 mm dia 15 no
iv. 150 x 80 mm dia 15 no
v. 150 x 125/100 mm dia 15 no
J.D.1. Flanged Socketted tail piece
i. 80 mm dia 15 no
ii. 100 mm dia 15 no
iii. 125 mm dia 15 no
iv. 150 mm dia 15 no
K. D.I. Flanged Spigotted-tail piece
i. 80 mm dia 15 no
ii. 100 mm dia 15 no
iii. 125 mm dia 15 no
iv. 150 mm dia 15 no
Providing and fixing U.P.V,C. service saddle as per CPWD specification and
direction of the Engineer -in-charge
132 iii) 63 mm dia with 15 mm dia opening 1500 mtr
V) 90 mm dia with 15 mm dia opening 2500 mtr
viii) 110 mm dia with 15 mm dia opening 1500 mtr
Providing and fixing G.I. pipes of Heavy class as per IS 1239 with latest
amendment complete with G.I. fittings including trenching and refilling,
cutting and making good the walls etc. complete as per CPWD
specification and direction of the Engineer - in -charge.
Providing & fixing bruss ferrule with CI cover conforming tO IS:2692 in/c
boaring and taping the main as per chapter 20 of CPWD specification and
142
direction of Engineer in charge.
constructing masonry Chamber 120 x 120 x 120 cm, inside with 75 class
designation brick work in cement mortar 1:4 (1 cement: 4 fine sand) for
sluice valve,with C.I. surface box 100 mm. top diameter, 160 mm bottom
diameter and 190 mm deep (inside) with chained lid and RCC top slab 1:2:4
mix (1) cement: 2 coarse sand: 4 graded stone aggregate 20 mm nominal
153
size) necessary excavation foundation concrete 1:5:10 (1 cement: 5 fine
sand: 10 graded stone aggregate 40 mm nominal size) and inside plastering
with cement mortar 1:3 (1 cement 3 coarse sand) 12 mm thick finished with
a floating coat of neat cement complete as per standard design.
Providing and fixing in position Precast RCC hydrant post of size 100 mm dia
(made with reinforced cement concrete 1 : 1.5 : 3 (1 cement : 1.5 fine sand
: 3 graded well burnt brick aggregate 1st class 12 mm nominal size) and
steel reinforcement (TMT bars) 3 Nos. 8 mm dia 950 mm long and 7 Nos. 6
mm dia ties including plastering the surface with 6 mm thick cement mortar
1 : 3 (1 cement : 3 sand) finished with a floating coat of neat cement
154 212 no
including providing & embedding 15 mm dia G.I. pipe (medium class as per
IS 1239) with necessary GI fittings like 2 Nos. elbow, 1 No. socket 2 Nos.
nipple 225 mm long and fitting fixing of PVC bib cock with Cl socket
complete with all earth work required including refitting etc. complete as
per approved drawing. Drawing No.06/CE/ACE/P&DU/DWS/2022-23).
Specification and direction of the Engineer-in-charge.
Sl. No. Description of Items Quantity Unit
roviding and fixing in position Precast RCC platform of size 900 mm x 900
mm x100 mm with curb of size 75 x 75 mm keping an opening of 200 mm
wide for surface drain of 60 cm length of size (200 mmx150 mm) in a
suitable place for draining out of grey water (made with cement concrete
1:1.5:3 (1 cement: 1.5 sand: 3 graded well burnt brick aggregate 12 mm
nominal size) and steel reinforcement (TMT bars) 6 nos. 8 mm dia in both
155 direction including plastering the exposed surface with 6 mm thick cement 212 no
mortar 1:3 (1) cement :3 sand) for platform &12 mm cement plaster(1:4) (1
cement :4 sand) for surface drain finished with a floating coat of neat
cement complete with all earth work required including refilling etc.
complete as per approved drawing {Drawing No-
06/CE/ACE/P&DU/DWS/2022-23), specification and direction of Engineer-
in- charge.
Providing and fixing M.S. bolts in/c nuts & washer complete as per standard
156 139.5 kg
design. upto 300 mm length
Providing and placing on terrace (at all floor levels) polyethylene water
storage tank ISI: 12701 marked with cover and suitable locking
157 12.1 ltr
arrangement and making necessary holes for inlet, outlet and overflow
pipes but without fittings and the base support for tank.
Providing and fixing C.I double action air valve of approved quality with
nuts, bolts, rubber insertion complete etc. as per chapter 20 of CPWD
158 specification and direction of engineer in charge (the tailpiece, tapper etc. if
required will be paid separately.
iii) 100 mm dia. 10317.3 nos
Providing and fitting fixing of brass fullway valve with handle in the Gl pipe
line including cutting, threading etc. complete as per CPWD specification
159 and direction of the Engineer - in - charge.
v) 40 mm dia. 885.3 Nos
vi) 50 mm dia. 1107.3 Nos
First class brick work in foundation and plinth including cost of all materials
160 as required complete:
In cement mortar 1:4 (1 cement: 4 fine sand). 9845.2 Cum
Charges for making G.I. Short piece i/c. cutting threading at both end,
fitting, fixing at site etc. as per specification and the direction of the
Engineer-in-charge.
161 i) 125 mm dia 694.2 No
ii) 100 mm dia 616.9 No
iii) 80 mm dia 539.9 No
IV) 50 mm dia 409.9 No
Providing and fixing U.P.V.C. service saddle as per CPWD specification and
direction of the Engineer - in-charge.
i. 40 mm dia with 15 mm dia opening 362.7 No
162 ii. 50 mm dia with 15 mm dia opening No. 384.7 No
iii. 63 mm dia with 15 mm dia opening 406.7 No
iv. 75 mm dia with 15 mm día opening 430.1 No
v. 90 mm dia with 15 mm dia opening 447.7 No
Sl. No. Description of Items Quantity Unit
the cost of centring, shuttering, and reinforcement- All work upto level:
171 1.833 Cum
i) 1:2:4 ( 1 cement: 2 fine :4 graded well burnt brick aggregrate 20mm
nominal size
and fixing 1mm thick M.S. sheet with frame of 40x40x6mm angle iron and
m,s. gusset plates at the junctions and
& with cleats with bolts & nuts, rivets, ocking arrangement, handles, hooks
186 & eyes, 'inlets inc,...-lingembedding in cement ,onorete of required grade 7.920 Sqm
for fixing in iosition, all necessary fittings, including ippiying a priming coat
of approved steel 'rimer etc. complete as required
) Using flats 30x6mm for diagonal braces and :entral cross piece.
Providing and fixing M.S. round holding down bolts withnuts and wahser
188 15.000 Kg
plates complete as per standard design.
Providing and laying cement concrete 1:2:4 (1 cement 2 fine sand : 4 graded
well burnt brick aggregate) flooring finished with a floating coat of neat
189 cement including cement slurry, rounding of edges and strips and cost of 19.153 Sqm
glass strips etc. complete.
i) 40 mm thick
Poviding and fitting fixing of Fully Automatic Star Delta type Motor starter (
3 ph. 50 Hz, 415V, in Steel Sheet Enclosures with Contractors and Timer etc.
202 complete suitable for submersible Pump L & T, BCH, ABB make as per 1.000 Nos
specification and direction of the Engineer-in-charge.i) 25 HP/18.5 kw Relay
range within 20-32 + 10%
203 ii) 35 HP/26 kw Relay range within 20-32 + 10% 1.000 Nos
Providing and fitting fixing of 6 feet x 4 feet x
1 inch (thickness) Gamair wood / plywood pannel board for fitting fixing of
electrical items, in/c 2 nos MS angle post ( size 2 inch x
304 2 inch x 9 feet ), nuts & bolts etc. for irrection of the same by 1:1.5:3 1.000 Nos
cement concrete casting (1 feet x 1 feet x 2 feet) below the ground level
and painting two or more coats & plastic paint as per specification and
direction of the Engineer-in-charge.
Providing and fitting fixing with PVC insulated
single core multistrand Copper cable conforming to IS : 694 for inter
205 connection with all electrical equipments of the panne! board as per 1.786 Mtr.
specification and direction of the Engineer-in-charge.
i) 10 sqmm
206 ii) 16 sqmm 23.214 Mtr.
Providing and fitting fixing of moving iron
type, Range 0-500 V, 96 mm x 96 mm size AC Volt meter ( L & T / AE make)
207 1.000 Nos
with selector switch as a electrical instrument of the pannel board as per
specification and direction of the Engineer-in-charge.
Sl. No. Description of Items Quantity Unit
Providing and fitting fixing of moving iron
type, Range 0-100/0-200 amps, 96 mm x 96 mm size AC Amps meter direct
208 reading type (L & T/ AE make) with selector switch and CT coil as a electrical 1.000 Nos
instrument of the pannel board as per specification and direction of the
Engineer-in-charge.
209 per specification and direction of the Engineer-in-charge 1.000 Nos
Providing earthing with perforated 40 mm dia g.i. pipe Medium class) (12
mm dia erforatior,!aYing of 4 mm dia GI wire from rearm electrode to
panel, including excavating hole of 600 mm dia and refilling with Salt and
210 Charcoal / coke in alternate layers of 300 mm as per standard specification 1.000 Nos
and direction
of the Engineer-in-charge.
i) For 3-,phase connection with 4.00 mtr. Lone G.I. pipe
Providing and fitting fixing 3 phase indicatin lamp flited with panel board
211 with three different colour lamps with batten holder complete as per 1.000 Nos
specification and direction of the Engineer-in-charge.
Providing and fitting fixing heavy duty box type (Resin filled) power factor
correction
capacitor L & T make etc. complete as per 1 specification and direction of
212 7.857 KVAR
the Engineer-in- 7.857
charge
i) 5-15 kVAr 440 V
Providing and fitting fixing Single phasing preventor +selectable under
voltage +selectable over voltage on delay 5 sec & off delay 15 sec phase
213 1.000 Nos
asymmetry 10% L & T IBCH/HAVELS/Siemens etc. make complete as per
specification and direction of the Enaineer-in-charge
Providing & laying of pipeline including installation of 01(one) No pump
214
motor set.
Providing, fixing and laying rigid UPVC pipes conforming to IS : 4985 jointing
with couplers, of same class conforming to IS : 10124 ( Pt-11 ) with solvent
cement conforming to IS :
14182 including testing of joints complete but excluding the cost of specials 778.500 Mtr.
like bend, tees etc. which will be paid separately ) as per CPWD
215 specification and direction of the Engineer - in - charge.
A. Class - 3 ( working pressure 6.0 kg / cm2) --(63 mm OD
ii) 9Omm OD 1964.250 Mtr.
iii) 11Omm OD 1185.500 Mtr.
iv) 14Omm OD 964.250 Mtr.
Providing, fixing and laying fabricated UPVC bend of required degree
conforming to IS : 10124 ( part 8 / 9 / 10 / 11 / 12 / 13 ) with solvent
cement conforming to IS : 14182 including testing of joints complete as per
3.000 Nos
CPWD specification and direction of the
216 Engineer - in - charge.
i) 63 mm dia
ii) 9Omm dia 9.000 Nos
iii) 11Omm dia 6.000 Nos
iv) 14Omm dia 4.000 Nos
Sl. No. Description of Items Quantity Unit
Providing, fixing and laying fabricated UPVC end cap conforming to IS :
10124 ( Part 4 ) with solvent cement conforming to IS : 14182 including
testing of joints complete as per CPWD specification and direction of the 2.000 Nos
217 Engineer - in - charge
i) 63 mm OD
ii) 90 mm dia 5.000 Nos
iii) 110 nim dia 1.000 Nos
including testing of joints complete as per
CPWD specification and direction of the Engineer - in - charge. 2.000 Nos
i) 63x63 mm dia
218
ii) 90 x 90 mm dia 7.000 Nos
iii) 110 x 110 mm dia 2.000 Nos
Iv) 140 x 140 mm dia 2.000 Nos
Providing, fixing and laying fabricated UPVC straight reducer conforming to
IS 10124 ( Part 3 ) with solvent cement conforming to IS 14182 including
testing of joints complete as per CPWD specification and direction of the 1.000 Nos
Engineer - in - charge.
219 i) 75 x 63 mm dia
ii) 90 x 75 mm dia 1.000 Nos
iii) 110 x 90 mm dia 4.000 Nos
iv) 140 x 110 mm dia 3.000 Nos
Providing, fixing and laying fabricated UPVC tailpiecewith MS flange ( 8 mm
thik) conforming to IS : 10124 ( Part6 ) with solvent cement conforming to
IS : 14182 includ testing of joints complete as er CPWD specification 1.000 Nos
220 anddirection of the Engineer - in charge.
i) 90 mm dia
iii) 11Omm dia 4.000 Nos
iv) 14Omm dia 4.000 Nos
Providing, and fixing G.I. Pipes median class as per IS : 1239 with latest
amendment complete with G.I. ng fittings including trenching and refilli,
221 cutting and making good the Walls etc. complete as per CPWD specification 150.000 Mtr.
and direction of the Engineer - in - charge.A. External worki) 15 mm dia
nominal bore
Providing and fixing C.I. sluice valves (with cap) complete with bolts, nuts,
rubber insertions etc. (the tail pieces if required will be paid separately) as
1.000 Nos
per CPWD specification and direction of the Engineer - in -charge.
224 i) 80 mm dia. A. PN-1.0
Charges for push-on (Tyton) joints to centrifugually (Spun) cast iron pipes or
ductile iron pipes including testing of joints and including the cost of rubber
2.000 Nos
226 gasket as per CPWD specification and direction of the Engineer-in-charge.
i) 100 mm dia
ii) For pipes exceeding 90mm dia but not exceeding 300mm dia. 2171.500 Mtr.
B) For Gl/C/Di pipes in new work.
232 a) All kind of Soils 101.000 Mtr.
i) For pipes exceeding. 90mm dia but not exceeding 300mm dia.
Sl. No. Description of Items Quantity Unit
Providing and fixing G.I. Bend /elbow in the pipe line including testing of
joints complete as per CPWD specification and direction of the Engineer in-
30.000 Nos
charge.
233 i) 15 mm dia
ii) 25 mm dia 2.000 Nos
iv) 80 mm dia 1.000 Nos
v) 100 mm dia 1.000 Nos
Providing and fixing G.I. Reducer with the pipe line including testing of
joints complete as per CPWD specification and direction of the Engineer-In-
234 1.000 Nos
charge.
i) 100 x 80 mm dia
Providing and fixing G.I. socket as per CPWD specification and direction of
the Engineer-in-charge. 38.000 Nos
235
i) 15 mm dia
ii) 25 mm dia 8.000 Nos
Providing and fixing G.I. union as per CPWD specification and direction of
the Engineer-in -charge 142.000 Nos
236
i) 15 mm dia
ii) 25 mm dia 7.000 Nos
The GI pipe ( conforming to 16 : 1239 medium class ) into 3.05 mfr. tong
and welding the same with GI flange as per specification and direction of
237 the Engineer-in-charge ( G.I. Pipe will be provided by the agency at his own 10.000 Each
cost & risk).
i) For 80 mm dia G.I. pipe with 10 mm thick GI flange
Supplying and fitting fixing of submersible pump and motor set 5HP(2500
GPH), head ( as per requirement), 350 to 420 V(TP), 50 Hz. At various
240 1.000 Set
location in/c trial run as per specification and direction of the Engineer-in-
charge
Providing and fitting fixing of pressure meter(- 14.0 Kg/ scicm.) as per
243 specification and ,s per specification and the direction of the engineer - in- 1.000 Nos
charge.
Making road crossing by horizontal boaring or smooth laying of
UPVC/Cl/DI/GI pipes etc. )f required dia complete as per specification and
244 208.250 Mtr.
the direction of the Engineer-in-charge.
A. By manual means
Sl. No. Description of Items Quantity Unit
Providing and fixing in position Precast RCC hydrant post of size 100 mm dia
( made with reinforced cement concrete 1 : 1.5 : 3 ( 1 cement : 1.5 fine sand
: 3 graded well burnt brick aggregate 1st class 12 mm nominal size) and
steel reinforcement ( TMT bars )3 nos 8 mm dia 950 mm long and 7 Nos 6
mm dia ties including plastering the surface with 6 mm thick cement mortar
1 : 3 ( 1 cement: 3 sand ) finished with a floating coat of nest cement
246 150.000 Nos
including providing & embedding 15 mm dia G.I. pipe (medium class as per
IS : 1239 ) with necessary GI fittings like 2 Nos elbow, 1 no socket, 2 nos
nipple 225 mm long and fitting fixing of PVC bib cock with GI socket
complete with all earth work required including refilling etc. complete as
per approved drawing ( Drawing No-06/CE/ACE/P&DLYDWS/2022-23),
specification and direction of Engineer-in-charge.
Providing and fixing in position Precast RCC platform of size 900 mm x 900
mm x100 mm with curb of size 75 x 75 mm keping an
opening of 200 mm wide for surface drain of 60 cm length of size (200
rnmx150 mm) in a suitable place for draining out of grey water (made with
cement concrete 1:1.5:3 (1
cement: 1.5 sand: 3 graded well burnt brick agareaate 12 mm nominal size)
247' and steel reinforcement(TWIT bars ) 6 nos. 8 mm dia in both direction 150.000 Nos
including plastering the exposed surface with 6 mm thick cement mortar
1:3 (1 cement :3 sand) for platform &12 mm cement plaster(1:4) (1 cement
:4 sand) for surface drain finished with a floating coat of neat cement
complete with all earth work required including refilling etc. complete as
per approved drawing (Drawing No-06/CE/ACE/P&DU/DWS/2022-23),
specification and direction of Engineer-in¬charge.
Sl. No. Description of Items Quantity Unit
Providing and fitting fixing of hoarding cum display board of JJM of size 8 ft.
x 6 ft. (2.40m x 1.80 m) with frame comprising of 40 mm dia GI pipe
(medium class) around the board, 2 nos. 25 x 25 x 4 mm size MS vertical
stiffners with equally placed and 1 no. 25 x 25 x 4 mm size MS horizontal
stiffner centrally placed and 2 mm thick MS Sheet (2.40 m x 1.80 m) with
necessary welding, painting, lettering and erected vertically in such a way
248 1.000 Nos
bottom of the board shall be placed 900mm above the Ground Level with2
nos. 40 mm dia GI pipe embedded in cement concrete block of 1:2:4 (1
.Cement : 2 fine Sand: 4 graded well burnt brick aggregate 20 mm nominal
size) of 300 mm x 300 mm & 900 mm total depth out of which 150 mm
shall be projected over GL etc. complete as per specification and direction
of the Engineer-in-Charge.
Hiring charge for truck ( medium duty) 06(six) wheeler for carrying of
drinking water with truck mounted syntax tank having 1000 (one thousand)
Ltr capacity each 4(four) nos minimum from nearest DWS deep tube well
scheme in/c loading, carrying and distribution of water to the different
249 crisis pocket in/c cost of driver, helper and as per instruction of the
Engineer-in- charge.
(i) Detension charge 120 1800
(ii) Distance travelled 5400 10
Hiring charge for truck ( medium duty) 4(four) wheeler for carrying of
drinking water with truck mounted syntax tank having 1000 (one thousand)
Ltr capacity cach 02(two) nos minimum from nearest DWS deep tube well
scheme in/c loading. carrying and distribution of water to the different
250 crisis pocket in/c cost of driver, helper and as per Instruction of the
Engineer-in- charge.
(i) Detension charge 120 1200
(ii) Distance travelled 5400 9.5
Excavating trenches', of required width for pipes, Gables etc. including
exacavation for sockets, dressing of sides where required, ramming of.
bottoms, depth upto 1500 mm (slope-1 in 200)including getting out the
excavated soil and backfilling of soil as required after laying of pipeline, in
layers not exceeding 200 mm in depth including consolidating each
deposited laye(by ramming, watering etc. and disposing of surplus
251 excavated soil with all required leads as per Chapter - 2 of CPWD
specification and direction of the Engineer - in -
A. For UPVC pipes in new work
For pipes exceeding 90 mm dia but not exceeding 300 mm dia 600 Mtr
B. For G.I. / C.1. / D.I. pipes in new work
For pipes exceeding 90 mm dia but not exceeding 300 mm dia 700 Mtr
Providing, fixing and laying rigid UPVC pipes conforming to IS : 4985 jointing
with couplers, of same class conforming to IS : 10124 ( PtIl ) with solvent
cement conforming to IS : 14182 including
252 testing of joints complete ( but excluding the cost of specials like bend, tees
etc. which will be paid separately ) as per ,cp wiD specification and irection
of the Engineer - in - charge.
A. Class - 3 working 'pressure 6.0 kg / cm2)
Sl. No. Description of Items Quantity Unit
110 mm OD 300 Mtr
140 mm OD 300 Mtr
Providing and fixing G.I. pipes medim class as per IS : 1239 with latest
amendment complete with G.I. fittings including trenching and refilling,
cutting and making good the walls etc. complete as per CPWD specification
253 and direction of the Engineer - in -charge. A. External work.
Charges for fixing IC.I. sluice valves with cap complete with bolts., nuts,
rubber insertions etc. ( the tail pieces if requireidl will be paid separately )
261 as per CPWD specification and direction of the Engineer - in - charge.
Providing and fixing C.I. sluice valves ( with cap ) complete with bolts, nuts,
rubber insertions etc. ( the tail pieces if requiredl will be paid separately ) as
262 per CPWD specification ind direction of the Engineer - in - charge.
Dismantling old Cl/DI pipes including excavation and refilling ttrenches after
taking out the pipes,breaking lead caaulked jointspelting of lead and
making into blocks including stacking of pipes at site lead upto 50 mtr as
264 per CPWD specification and direction of the Engineer4n-Charge
Labour charge for clearing of deposited iron clouded in the CI/DI pipe line
267 of different dia (200, 150mm dia) by chain 'putty system in/c washing the 1200 Mtr
pipe by water complete, as direction 'of the Engineer-in-charge.
iii) Columns, Pillars, Piers, Abutments, Posts and Struts with wooden plank 50 sqm
Labour charge for clearing of deposited iron clouded in the Cl/DI pipe fine,
277 of different dia (200, 150mm dia) by chain piiilly system in/c washing the 500 mtr
pipe by water complete as per direction of the Engineer-In-charge,
Note:- The details of items/quantities/works to be executed for shifting of utilities is tentative. All
works/quantities/ miscellaneous items to be executed at site as per detailed estimate of utility owning
department, without any additional claim/COS.
Sr. No Type of Utility Unit Quantity Remarks
B Water/Sewage pipeline
B1 Water supply pipeline The details of
(Drinking & Water Supply Dept., items/quantities/works to
PHED) be executed for shifting
1. GI Pipes (CWGM) 40mm m of utilities is tentative.
2. HDPE Pipes 50mm Dia m All works/quantities/
B2 Other Items miscellaneous items to be
TP of RSF 2.00m² with internal executed at site as per
1. connection, Back wash with Solar No. detailed estimate of
Pannels utility owning
CWR 15KL Cap. With Chemical dosing department, without any
2. No. additional claim/COS.
pump
Schedule-C
Schedule-C
(SeeClause2.1)
Project Facilities
1. Project Facilities
The Contractor shall construct the Project Facilities in accordance with the provisions of this
Agreement. Such Project Facilities shall include:
Pedestrian facilities in the form of footpath cum drain shall be provided in the built-up area
(refer typical cross-section drawing). Pedestrian facilities shall be provided at the locations of
urban sections in order to ensure safety of pedestrians while crossing in consultation with
Authority.
(d) Tree Plantation:1670 nos. of trees should be planted & maintained by EPC Contractor
@3mc/c in Single ROW within Proposed ROW as per IRC :SP:21-2009 on Teliamura Bypass
SCHEDULE-C 74
Project Design
S. No. Location (km) Other Essential Details
Facility Requirements
Note: - The Design & Specifications of Bus Shelter shall follow IRC: SP-84:2019 & finalized in consultation
with Authority Engineer.
Project
S. No. Location (km) Design Requirements Other Essential Details
Facility
Nil
Note: - The Design & Specifications of Rest Area with Public Toilet shall follow IRC: SP-84:2019 &
finalized in consultation with Authority Engineer.
(h) Others:
(j) Environment
The Project Highway during design, construction and maintenance during implementation
period shall conform to the environmental rules and regulations in force. The Construction
Contractor shall be responsible for the same.
(k) Rainwater Harvesting Structures
Along project highway water harvesting structures shall be provided at 500m interval
(Minimum 51 Nos shall be constructed), however spacing may be adjusted as per site
SCHEDULE-C 75
condition in consultation with Authority Engineer. Proper markers shall be provided at
each Rainwater Harvesting Structure (RWHS) to identify these easily. The level of the
RWHS shall be kept in such a way that it remains efficiently functional.
SCHEDULE-C 76
Schedule-D
Schedule-D
(SeeClause2.1)
1. Construction
The Contractor 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
[Manual of Specifications and Standards for Four Laning of Highways (IRC: SP:
84-2019), referred to herein as the Manual]
SCHEDULE-D
Annex– I
(Schedule-D)
All Materials, works and construction operations shall conform to the Manual of
Specifications and Standards for [Four-Laning of Highways (IRC: SP:84-2019)], referred
to as the Manual, and MORTH Specifications for Road and Bridge Works. Where the
specification for a work is not given, Good Industry Practice shall be adopted to the
satisfaction of the Authority’s Engineer.
(iii) [Note1: Deviations from the aforesaid Specifications and Standards shall be listed out
here. Such deviations shall be specified only if they are considered essential in view of
project-specific requirements.]
Sr. Provisions in
Cl. No. Deviation from Manual
No. Clause
Fig. 2.2, The carriageway width, paved shoulder width, earthen
New Typical
1 Fig. 2.3, shoulder width, median width, kerb shyness shall be as per the
Cross Section TCS
Fig. 2.9
Fig. 7.1B,
Fig. 7.2A, New Typical Cross section of Culverts, Major Bridge, Minor Bridge and
2
Fig. 7.2B, Cross Section Grade Separated Structures.
Fig. 7.8
3 Clause 5.7 Pavement Natural granular material shall be use in Shoulders.
Components
& Materials.
SCHEDULE-D
Annexure- D-I
Typical Cross Sections
Typical cross section of culvert at road level with service road
Schedule – E
(See Clause 2.1 and 14.2)
MAINTENANCE REQUIREMENTS
1. Maintenance Requirements
1.1. The Contractor shall, at all-time maintain the Project Highway in accordance with the
provisions of this Agreement, Applicable Laws and Applicable Permits.
1.2 The Contractor shall repair or rectify any Defect or deficiency set forth in Paragraph 2
of this Schedule-E within the time limit specified therein and any failure in this behalf
shall constitute non-fulfillment of the Maintenance obligations by the Contractor.
Upon occurrence of any breach hereunder, the Authority shall be entitled to effect
reduction in monthly lump sum payment as set forth in Clause 14.6 of this
Agreement, without prejudice to the rights of the Authority under this Agreement,
including Termination thereof.
1.3. All Materials, works and construction operations shall conform to the
“SPECIFICATIONS FOR ROAD AND BRIDGE WORKS (FIFTH REVISION, April
2013)”, including latest corrections slips, issued by the Ministry of Surface Transport
& Highways, Government of India and published by the Indian Roads Congress.
Where the specifications for a work are not given, Good Industry Practice shall be
adopted to the satisfaction of the Authority’s Engineer.
Asset Type Performa Level of Service (LOS) Freque Tools/Equi Standards and References for Time limit for Maintena
nce ncy of pment Inspection and Data Analysis Rectification/ nce
Acceptab
Paramete Desirable Inspect Repair Specificat
le
r ion ions
Flexible Length IRC SP 82: 2015 and Distress
< 0.1 % of
Pavement Measureme Identification Manual for Long Term
area and
(Pavement nt Unit like Pavement Performance Program, MORT&H
subject to
of MCW, Potholes Nil Daily Scale, Tape, FHWA 2003 24-48 hours Specificati
Service limit of
odometer (http://www.tfhrc.com/pavement/lttp on 3004.2
Road, 10 mm in
etc. / reports/03031/)
approaches depth
<5%
S of Grade subject to
structure, limit of MORT&H
approaches Cracking Nil 0.5 sqm Daily 7-15 days Specificati
of for any on 3004.3
connecting 50m
roads, slip length
roads, lay Straight MORT&H
byes etc. as Rutting Nil < 5 mm Daily Edge 15-30 days Specificati
applicable) on 3004.2
Corrugati < 0.1 % of Length IRC:82-
Nil Daily 2-7 days
ons and area Measureme 2015
Shoving nt Unit like
Asset Type Performa Level of Service (LOS) Frequen Tools/Equi Standards and References for Time limit for Maintena
nce cy of pment Inspection and Data Analysis Rectification/ nce
Accepta
Parameter Desirable Inspecti Repair Specificat
ble
on ions
S of Grade Scale, Tape MORT&H
<1%
structure, Bleeding Nil Daily odometer 3-7 days Specificati
area
approaches etc. on 3004.4
of IRC:82-
connecting Ravelling
<1% 2015 read
roads, slip / Nil Daily 7-15 days
area with IRC
roads, lay Stripping
SP 81
byes etc. as <1m
applicable) for any
100m
section
and
Edge width <
Deformati 0.1m at IRC:82-
Nil Daily 7-15 days
on / any 2015
Breaking location,
restricte
d to
30cm
from the
edge
Asset Type Performa Level of Service (LOS) Frequen Tools/Equi Standards and References for Time limit for Maintena
nce cy of pment Inspection and Data Analysis Rectification/ nce
Accepta
Parameter Desirable Inspecti Repair Specificat
ble
on ions
Bi- Class I Class I Profilometer: ASTM E950 (98):
Roughnes 2400 IRC:82-
2000 mm/km Annuall Profilomete 2004 – Standard Test Method for 180 days
s mm/km 2015
y r SCRIM measuring Longitudinal Profile of
Bi- (Sideway Travelled Surfaces with Accelerometer
Skid BS: 7941-1:
60SN 50SN Annuall force Established Inertial Profiling Reference 180 days
Number 2006
y Coefficient ASTM E1656-94:2000- Standard Guide
Bi- Routine for Classification of Automatic
Pavement Annuall Investigatio Pavement Condition Survey Equipment 180 days
IRC:82-
Condition 3 2.1 y n Machine
2015
Index or
equipment)
Other Bi-
IRC:82-
Pavement Annuall 2-7 days
2015
Distresses y
In addition to the above performance criterion, the contractor shall strictly maintain the rigid pavements as per requirements in the following
table
Table -2: Maintenance Criteria for Rigid Pavements:
Repair Action
Measured Degree of
S.No. Type of Distress Assessment Rating For the case d < For the case d >
Parameter Severity
D/2 D/2
CRACKING
Within 30 days
0 Nil, Not discernible No, Action
1 w < 0.5 mm, L< 3m / m2
2 either w > 0.5 mm or L < Seal with low
3m /m2 viscosity epoxy to
6 Punchout (Applicable w= width of 3 w > 1.5mm and L < 3m Not Applicable, as secure broken parts.
to Continuous crack /m2 it may be full
Reinforced Concrete L= length 4 w > 3mm, L < 3m /m2 and depth Full depth repair
Pavement (CRCP) (m/m2) deformation Cutout and replace
only) 5 w > 3mm, L < 3m /m2 and damaged area taking
deformation care not to damage
reinforcement.
Within 30 days
Repair Action
Measured Degree of
S.No. Type of Distress Assessment Rating For the case d < For the case d
Parameter Severity
D/2 > D/2
Surface Defects
3 r = 10 - 25 % Bonded Inlay, 2 or
3 slabs if affecting.
Within 30 days
4 r = 25 - 50 %
Reconstruct slabs,
4 or more slabs if
5 r > 50% and h > 25mm
affecting.
Within 30 days
Repair Action
Measured Degree of
S.No. Type of Distress Assessment Rating For the case d < For the case d
Parameter Severity
D/2 > D/2
Surface Defects
3 r = 10 - 20 %
Bonded Inlay
Within 15 days
4 r = 20 - 30 %
Reconstruct slabs
5 r > 30% and h > 25mm
Within 30 days
Measured Degree of
S.No. Type of Distress Assessment Rating Repair Action
Parameter Severity
For the case d
For the case d < D/2
> D/2
0
1 t >1 mm No action.
2 t = 1 - 0.6 mm Monitor rate of
9 Polished Surface t = texture depth, 3 t = 0.6 - 0.3 mm deterioration
/Glazing sand patch test 4 t = 0.3 - 0.1 mm Diamond Grinding if
5 t < 0.1 mm affecting Not Applicable
50% or more slabs in
a
continuous stretch of
minimum 5 km.
Within 30 days
10 Popout (Small Hole), n = number/m2 0 d < 50 mm; h < 25 mm; n < No action
Pothole Refer Para 8.4 d = diameter 1 per 5 m2
h = maximum
depth
1 d = 50 – 100 mm; h < 50 Partial depth repair
mm; n < 1 per 5 m2 65 mm deep.
2 d = 50 – 100 mm; h > 50 Within 15 days
mm; n < 1 per 5 m2
3 d = 100 – 300 mm; h < 100 Partial depth repair Not Applicable
mm; n < 1 per 5 m2 110 mm
4 d = 10 – 300 mm; h > 100 i.e. 10mm more that
mm; n < 1 per 5 m2 the depth
of the hole.
Within 30 days
5 d > 300 mm; h > 100 mm; Full depth repair.
n > 1 per 5 m2 Within 30 days
Measured Degree of Repair Action
S.No. Type of Distress Assessment Rating
Parameter Severity
For the case d
For the case d < D/2
> D/2
Joints Defects
Short Term Long Term
0 Difficult to discern No action
1 Discernible, L < 25% but of Clean joint, inspect
little immediate later.
consequence with regard
to ingress of water or
11 Joint Seal Defects loss or damage trapping incompressible Not Applicable
material.
L = Length as %
total joint length 3 Notable. L > Clean and reapply
25%insufficient protection sealant in selected
against ingress of water locations.
and trapping Within 7 days
incompressible material.
5 Severe; w > 3 mm Clean, widen and
negligible protection reseal the joint.
against ingress of water Within 7 days
and trapping
incompressible material.
12 Spalling of Joints w = width on 0 Nil, not discernible No action.
either side of the 1 w < 10 mm Apply low viscosity
joint L = length of epoxy resin / mortar
spalled portion ( as in cracked portion.
% joint length) Within 7 days
2 w = 10 - 20 mm, L < 25% Not Applicable
Measured Degree Repair Action
S.No. Type of Distress of Assessment Rating
Parameter Severity
For the case d
For the case d < D/2
> D/2
Joints Defects
Partial Depth Repair.
3 w = 20 – 40 mm, L >
25% Within 15 days
4 w = 40 – 80 mm, L > 30 – 50 mm deep, h = w
25% + 20 % of
w, within 30 days Not Applicable
5 w > 80 mm, and L > 50 – 100 mm deep
25% repair.
H = w + 20% of w.
Within 30 days
0 not discernible, < 1 mm
1 f < 3 mm No action. No action
2 f = 3 – 6 mm Determine cause and Replace the slab
observe, take action for as appropriate.
diamond grinding
3 f = 6 – 12 mm Diamond Grinding Within 30 days
13 Faulting (or Stepping) f = difference of
in Cracks or Joints level 4 f = 12 – 18 mm Raise sunken slab Replace the slab
as appropriate.
5 f > 18 mm Strengthen subgrade
and sub – base by Within 30 days
grouting and raising
sunken slab
Measured Degree of Repair Action
S.No. Type of Distress Assessment Rating
Parameter Severity
For the case d
For the case d < D/2
> D/2
Joints Defects
Short Term Long Term
0 Nil, not discernible
No action
1 h < 6 mm
1 h = 5 – 15 mm
No action.
15 Depression h = negative 2 h = 15 -30 mm, Nos < 20% Install Signs to Warn Not applicable
vertical joints Traffic
displacement from 3 h = 30 – 50 mm Within 7 days
normal profile L = 4 h > 50 mm or > 20 % joints Strengthen subgrade.
length
5 h > 100 mm Reinstate pavement
at normal level if L <
20 m.
Within 30 days
Measured Degree Repair Action
S.No. Type of Distress of Assessment Rating
Parameter Severity
For the case d
For the case d < D/2
> D/2
Joints Defects
Short Term Long Term
0 Not discernible, h < 5 No action
mm
1 h = 5 – 15 mm Follow up
16 Heave h = positive vertical 2 h = 15 – 30 mm, Nos < Install Signs to Warn
displacement from 20% joints Traffic
normal profile. 3 h = 30 – 50 mm Within 7 days scrabble
L = length 4 h > 50 mm or > 20% Stabilise subgrade.
joints Reinstate pavement at
5 h > 100 mm normal level if length <
20 m. Within 30 days
5 f > 18 mm Strengthen subgrade
and sub – base by
grouting and raising
sunken slab
0 h < 4 mm No action
1 h = 4 – 7 mm Grind, in case of new Construction
construction Limit for new
17 Bump h = vertical Within 7 days Construction
displacement from 3 h = 7 – 15 mm Grind, in case of on Replace in case of
normal profile. going maintenance new construction.
Within 15 days Within 30 days.
5 h > 15 mm Full Depth Repair. Full Depth
Within 30 days Repair.
Within 30 days
Measured Degree Repair Action
S.No. Type of Distress of Assessment Rating
Parameter Severity
For the case d
For the case d < D/2
> D/2
Joints Defects
Short Term Long Term
0 Nil, Not discernible, < 3 No action
mm
1 f = 3 – 10 mm Spot repair of shoulder
18 Lane to Shoulder f = difference of 2 f = 10 – 25 mm Within 7 days
Dropoff level 3 f = 25 – 50 mm Fill up shoulder
4 f = 50 – 75 mm For any 100 m
5 f > 75 mm Within 7 days stretch
Reconstruct
shoulder, if
affecting 25% or
more of stretch.
Within 30 days
Drainage
0 not discernible No Action
quantity of fines 1 to 2 slight/ occasional Nos < Repair cracks and joints Inspect and
and water expelled 10% without delay. repair sub-
19 Pumping through open joints 3 to 4 Appreciable/ Frequent Lift or jack slab within drainage at
and cracks Nos 10- 25% 30 days distressed
sections and
upstream.
Repair distressed
Nos/100m stretch 5 abundant, crack pavement sections.
development > 25% Strengthen subgrade
and subbase. Replace
slab.
Within 30 days
Measured Degree Repair Action
S.No. Type of Distress of Assessment Rating
Parameter Severity
For the case d
For the case d < D/2
> D/2
0-2 not discernible problem No Action
3 to 4 Blockage observed in Clean drains etc within Action required
drains, but water 7days follow up to stop water
20 Ponding Ponding on slabs flowing damaging
due to blockage of -do- foundation
drains 5 Ponding, accumulation within 30 days
of water observed
Table -3: Maintenance Criteria for Safety Related Items and Other Furniture Items:
Initial Minimum
(7 days) Threshold level
(TL) &
warranty
Night Bi-Annually
period required
Time
Visibility up to 2 years
Up to 65 200 80
15 Days in case
of
Gantry/Cantilever
r Sign boards
In addition to above, for hill roads the following provisions for maintenance is also to done.
Hill Roads
Note: For all tables 1 to 5 above, latest BIS & IRC standard (even those not indicated herewith) along with
MoRTH specifications shall be binding for all maintenance activities.
A. Flexible Pavement
[Note: Where necessary, the Authority may modify the time limit for repair/rectification, or
add to the nature of Defect or deficiency before issuing the bidding document, with the approval of
the competent authority.]
Schedule-F
(See Clause 3.1.5(a))
APPLICABLE PERMITS
1. Applicable Permits
The Contractor shall obtain, as required under the Applicable Laws, the following Applicable
Permits:
(a) Permission of the State Government for extraction of boulders from quarry;
(b) Permission of Village Panchayat and Pollution Control Board for installation of crushers;
(c) License for use of explosives;
(d) Permission of the State Government for drawing water from river/reservoir;
(e) License from inspector of factories or other competent Authority for setting up batching
plant;
(f) Clearance of Pollution Control Board for setting up batching plant;
(g) Clearance of Village Panchayats and Pollution Control Board for setting up asphalt
plant;
(h) Permission of Village Panchayats and State Government for borrow earth; and
(i) Any other permits, clearances or approvals required under Applicable Laws.
WHEREAS:
(A)___________________ [name and address of contractor] (hereinafter called “the Contractor”) and
[NHIDCL], (“the Authority”) have entered into an agreement (the “Agreement”) for “Construction of
Mawlynkhung to Mawryngkneng to 4-lane with Paved Shoulder configurations in the state of
Meghalaya, from design Km 0+000 to Km 20+000 (Shillong Eastern Bypass PKG-1) (Design Length=
20.000 Km) under NH(O)-NE on EPC mode”, subject to and in accordance with the provisions of the
Agreement.
(B) The Agreement requires the Contractor to furnish a Performance Security for due and faithful
performance of its obligations, under and in accordance with the Agreement, during the Construction
Period and Defects Liability Period (as defined in the Agreement) in a sum of Rs. …. Crore (Rupees ….
Crore) (the “Guarantee Amount”).
(C) We, ……………. through our branch at …………………………. (the “Bank”) have agreed to furnish this
bank guarantee (hereinafter called the “Guarantee”) by way of Performance Security.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms
as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful performance
of the Contractor’s obligations during Construction Period and Defects Liability Period under
and in accordance with the Agreement, and agrees and undertakes to pay to the Authority,
upon its mere first written demand, and without any demur, reservation, recourse, contest or
protest, and without any reference to the Contractor, such sum or sums up to an aggregate sum
of the guarantee amount as the Authority shall claim, without the Authority being required to
prove or to show grounds or reasons for its demand and/or for the sum specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of General Manager
in the NHIDCL that the Contractor has committed default in the due and faithful performance
of all or any of its obligations under and in accordance with the Agreement shall be conclusive,
final and binding on the Bank. The Bank further agrees that the Authority shall be the sole
judge as to whether the Contractor is in default in due and faithful performance of its
obligations during and under the Agreement and its decision that the Contractor is in default
shall be final, and binding on the Bank, notwithstanding any difference between the Authority
and the Contractor, or any dispute between them pending before any court, tribunal, arbitrators
or any other Authority or body, or by the discharge of the Contractor for any reason
whatsoever.
3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the Bank were
the principal debtor and any change in the constitution of the Contractor and/or the Bank,
whether by their absorption with any other body or corporation or otherwise, shall not in any
way or manner affect the liability or obligation of the Bank under this Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to proceed
against the Contractor before presenting to the Bank its demand under this Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability of the Bank
under this Guarantee, to vary at any time, the terms and conditions of the Agreement or to
extend the time or period for the compliance with, fulfillment and/or performance of all or any
of the obligations of the Contractor contained in the Agreement or to postpone for any time,
and from time to time, any of the rights and powers exercisable by the Authority against the
Contractor, and either to enforce or forbear from enforcing any of the terms and conditions
contained in the Agreement and/or the securities available to the Authority, and the Bank shall
not be released from its liability and obligation under these presents by any exercise by the
Authority of the liberty with reference to the matters aforesaid or by reason of time being given
to the Contractor or any other forbearance, indulgence, act or omission on the part of the
Authority or of any other matter or thing whatsoever which under any law relating to sureties
and guarantors would but for this provision have the effect of releasing the Bank from its
liability and obligation under this Guarantee and the Bank hereby waives all of its rights under
any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or security now or
which may hereafter be held by the Authority in respect of or relating to the Agreement or for
the fulfillment, compliance and/or performance of all or any of the obligations of the
Contractor under the Agreement.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this Guarantee
is restricted to the Guarantee amount and this Guarantee will remain in force for the period
specified in paragraph 8 below and unless a demand or claim in writing is made by the
Authority on the Bank under this Guarantee all rights of the Authority under this Guarantee
shall be forfeited and the Bank shall be relieved from its liabilities hereunder.
8. The Guarantee shall cease to be in force and effect on ****$1. Unless a demand or claim under this
Guarantee is made in writing before expiry of the Guarantee, the Bank shall be discharged from
its liabilities hereunder.
9. The Bank undertakes not to revoke this Guarantee during its currency, except with the previous
express consent of the Authority in writing, and declares and warrants that it has the power to
issue this Guarantee and the undersigned has full powers to do so on behalf of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent by post addressed
to the Bank at its above referred branch, which shall be deemed to have been duly authorized to
receive such notice and to effect payment thereof forthwith, and if sent by post it shall be
deemed to have been given at the time when it ought to have been delivered in due course of
post and in proving such notice, when given by post, it shall be sufficient to prove that the
envelope containing the notice was posted and a certificate signed by an officer of the Authority
that the envelope was so posted shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in force and effect
for up to the date specified in Para 8 above or until it is released earlier by the Authority
pursuant to the provisions of the Agreement.
12. This guarantee shall also be operable at our……………… Branch at New Delhi, from whom,
confirmation regarding the issue of this guarantee or extension/ renewal thereof shall be made
available on demand. In the contingency of this guarantee being invoked and payment
thereunder claimed, the said branch shall accept such invocation letter and make payment of
amounts so demanded under the said invocation.
13. Intimation regarding issuance of this Bank Guarantee shall be sent to Authority’s Bank
through SFMS gateway as per the details below:
Name
$
Insert date being 2 (two) years from the date of issuance of this Guarantee (in accordance with Clause 7.2 of the Agreement).
Bhawan, 1st Parliament Street, NewDelhi110001
14. This Guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication no. 758, except that the supporting statement under Article 15 (a) is hereby excluded.
(Signature)
(Name)
(Designation)
(Code Number)
(Address)
NOTES:
(i) The bank guarantee should contain the name, designation and code number of the officer(s)
signing the guarantee.
(ii) The address, telephone number and other details of the head office of the Bank as well as of
issuing branch should be mentioned on the covering letter of issuing branch.
Annex-II
(Schedule-G)
(See Clause 7.5.3)
Form for Guarantee for Withdrawal of Retention Money
WHEREAS:
[Name and address of contractor] (hereinafter called “the Contractor”) has executed an agreement (hereinafter
called the “Agreement”) with the [NHIDCL], (hereinafter called “the Authority”) for the “Construction of
Mawlynkhung to Mawryngkneng to 4-lane with Paved Shoulder configurations in the state of Meghalaya, from design
Km 0+000 to Km 20+000 (Shillong Eastern Bypass PKG-1) (Design Length= 20.000 Km) under NH(O)-NE on EPC
mode.” subject to and in accordance with the provisions of the Agreement.
(A) In accordance with the Clause 7.5.3 of the Agreement, the Contractor may withdraw the retention money
(hereinafter called “Retention Money”) after furnishing to the Authority a bank guarantee for an amount equal
to the proposed withdrawal.
(B) We, ……………. through our branch at …………………………. (the “Bank”) have agreed to furnish this
bank guarantee (hereinafter called the “Guarantee”) for the amount of Rs. …………Cr. (Rs.………. in words)
(the “Guarantee Amount”).
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms as
follows:
1. The Bank hereby unconditionally and irrevocably undertakes to pay to the Authority, upon its
mere first written demand, and without any demur, reservation, recourse, contest or protest, and
without any reference to the Contractor, such sum or sums up to an aggregate sum of the
Guarantee Amount as the Authority shall claim, without the Authority being required to prove or
to show grounds or reasons for its demand and/or for the sum specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of General Manager
in the NHIDCL that the Contractor has committed default in the due and faithful performance of
all or any of its obligations under and in accordance with the Agreement shall be conclusive, final
and binding on the Bank. The Bank further agrees that the Authority shall be the sole judge as to
whether the Contractor is in default in due and faithful performance of its obligations during and
under the Agreement and its decision that the Contractor is in default shall be final, and binding
on the Bank, notwithstanding any difference between the Authority and the Contractor, or any
dispute between them pending before any court, tribunal, arbitrators or any other Authority or
body, or by the discharge of the Contractor for any reason whatsoever.
3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the Bank were
the principal debtor and any change in the constitution of the Contractor and/or the Bank,
whether by their absorption with any other body or corporation or otherwise, shall not in any way
or manner affect the liability or obligation of the Bank under this Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to proceed
against the Contractor before presenting to the Bank its demand under this Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability of the Bank
under this Guarantee, to vary at any time, the terms and conditions of the Retention Money and
any of the rights and powers exercisable by the Authority against the Contractor, and either to
enforce or forbear from enforcing any of the terms and conditions contained in the Agreement
and/or the securities available to the Authority, and the Bank shall not be released from its
liability and obligation under these presents by any exercise by the Authority of the liberty with
reference to the matters aforesaid or by reason of time being given to the Contractor or any other
forbearance, indulgence, act or omission on the part of the Authority or of any other matter or
thing whatsoever which under any law relating to sureties and guarantors would but for this
provision have the effect of releasing the Bank from its liability and obligation under this
Guarantee and the Bank hereby waives all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or security now or
which may hereafter be held by the Authority in respect of or relating to the Retention Money.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this Guarantee
is restricted to the Guarantee amount and this Guarantee will remain in force for the period
specified in paragraph 8 below and unless a demand or claim in writing is made by the Authority
on the Bank under this Guarantee all rights of the Authority under this Guarantee shall be
forfeited and the Bank shall be relieved from its liabilities hereunder.
8. The Guarantee shall cease to be in force and effect 90 (ninety) days after the date of the
Completion Certificate specified in Clause 12.4 of the Agreement.
9. The Bank undertakes not to revoke this Guarantee during its currency, except with the previous
express consent of the Authority in writing, and declares and warrants that it has the power to
issue this Guarantee and the undersigned has full powers to do so on behalf of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent by post addressed to
the Bank at its above referred branch, which shall be deemed to have been duly authorized to
receive such notice and to effect payment thereof forthwith, and if sent by post it shall be deemed
to have been given at the time when it ought to have been delivered in due course of post and in
proving such notice, when given by post, it shall be sufficient to prove that the envelope
containing the notice was posted and a certificate signed by an officer of the Authority that the
envelope was so posted shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in force and effect for
up to the date specified in para 8 above or until it is released earlier by the Authority pursuant to
the provisions of the Agreement.
12. This guarantee shall also be operable at our……………… Branch at New Delhi, from whom,
confirmation regarding the issue of this guarantee or extension/ renewal thereof shall be made
available on demand. In the contingency of this guarantee being invoked and payment there
under claimed, the said branch shall accept such invocation letter and make payment of amounts
so demanded under the said invocation.
13. Intimation regarding issuance of this Bank Guarantee shall be sent to Authority’s Bank through SFMS gateway as
per the details below:
Name
5 Beneficiary Bank Address Canara Bank (erstwhile Syndicate Bank), Transport Bhawan, 1st
Parliament Street, NewDelhi110001
14. This Guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication no. 758, except that the supporting statement under Article 15 (a) is hereby excluded
(Signature)
(Name)
(Designation)
(Code Number)
(Address)
NOTES:
(i) The bank guarantee should contain the name, designation and code number of the officer(s)
signing the guarantee.
(ii) The address, telephone number and other details of the head office of the Bank as well as of
issuing branch should be mentioned on the covering letter of issuing branch.
Annex-III
(Schedule-G)
(See Clause 19.2)
Form for Guarantee for Advance Payment
WHEREAS:
[name and address of contractor] (hereinafter called “the Contractor”) has executed an agreement (hereinafter
called the “Agreement”) with the [NHIDCL], (hereinafter called “the Authority”) for the “Construction of
Mawlynkhung to Mawryngkneng to 4-lane with Paved Shoulder configurations in the state of Meghalaya,
from design Km 0+000 to Km 20+000 (Shillong Eastern Bypass PKG-1) (Design Length= 20.000 Km) under
NH(O)-NE on EPC mode” subject to and in accordance with the provisions of the Agreement.
(A) In accordance with the Clause 19.2 of the Agreement, the Authority shall make to the
Contractor an interest bearing (@ Bank Rate) advance payment (hereinafter called
“Advance Payment”) equal to 10% (ten per cent) of the contract price; and that the
Advance Payment shall be made in two installments subject to the Contractor furnishing an
irrevocable and unconditional guarantee by a scheduled bank for an amount equivalent to
110% (one hundred and ten percent) of such installment to remain effective till the
complete and full repayment of the installment of the Advance Payment as security for
compliance with its obligations in accordance with the Agreement. The amount of
{first/second} installment of the Advance Payment is Rs. ------ cr. (Rupees ------ crore) and
the amount of this Guarantee is Rs. ------- cr. (Rupees ------ crore) (the “Guarantee
Amount”) $2.
$
The Guarantee Amount should be equivalent to 110% of the value of the applicable installment.
(B) We, ……………...through our branch at …………………………. (the “Bank”) have agreed
to furnish this bank guarantee (hereinafter called the “Guarantee”) for the Guarantee
Amount.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms as
follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful repayment on
time of the aforesaid installment of the Advance Payment under and in accordance with the
Agreement, and agrees and undertakes to pay to the Authority, upon its mere first written
demand, and without any demur, reservation, recourse, contest or protest, and without any
reference to the Contractor, such sum or sums up to an aggregate sum of the guarantee amount as
the Authority shall claim, without the Authority being required to prove or to show grounds or
reasons for its demand and/or for the sum specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of General Manager
in the NHIDCL, that the Contractor has committed default in the due and faithful performance of
all or any of its obligations for the repayment of the installment of the Advance Payment under
and in accordance with the Agreement shall be conclusive, final and binding on the Bank. The
Bank further agrees that the Authority shall be the sole judge as to whether the Contractor is in
default in due and faithful performance of its obligations during and under the Agreement and its
decision that the Contractor is in default shall be final, and binding on the Bank, notwithstanding
any difference between the Authority and the Contractor, or any dispute between them pending
before any court, tribunal, arbitrators or any other Authority or body, or by the discharge of the
Contractor for any reason whatsoever
3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the Bank were
the principal debtor and any change in the constitution of the Contractor and/or the Bank,
whether by their absorption with any other body or corporation or otherwise, shall not in any way
or manner affect the liability or obligation of the Bank under this Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to proceed
against the Contractor before presenting to the Bank its demand under this Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability of the Bank
under this Guarantee, to vary at any time, the terms and conditions of the Advance Payment or to
extend the time or period of its repayment or to postpone for any time, and from time to time, any
of the rights and powers exercisable by the Authority against the Contractor, and either to enforce
or forbear from enforcing any of the terms and conditions contained in the Agreement and/or the
securities available to the Authority, and the Bank shall not be released from its liability and
obligation under these presents by any exercise by the Authority of the liberty with reference to
the matters aforesaid or by reason of time being given to the Contractor or any other forbearance,
indulgence, act or omission on the part of the Authority or of any other matter or thing
whatsoever which under any law relating to sureties and guarantors would but for this provision
have the effect of releasing the Bank from its liability and obligation under this Guarantee and the
Bank hereby waives all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or security now or
which may hereafter be held by the Authority in respect of or relating to the Advance Payment.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this Guarantee
is restricted to the Guarantee amount and this Guarantee will remain in force for the period
specified in paragraph 8 below and unless a demand or claim in writing is made by the Authority
on the Bank under this Guarantee all rights of the Authority under this Guarantee shall be
forfeited and the Bank shall be relieved from its liabilities hereunder.
8. The guarantee shall cease to be in force and effect on ****.$3 Unless a demand or claim under this
Guarantee is made in writing on or before the aforesaid date, the Bank shall be discharged from its
liabilities hereunder.
9. The Bank undertakes not to revoke this Guarantee during its currency, except with the previous
express consent of the Authority in writing, and declares and warrants that it has the power to
issue this Guarantee and the undersigned has full powers to do so on behalf of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent by post addressed to
the Bank at its above referred branch, which shall be deemed to have been duly authorized to
receive such notice and to effect payment thereof forthwith, and if sent by post it shall be deemed
to have been given at the time when it ought to have been delivered in due course of post and in
proving such notice, when given by post, it shall be sufficient to prove that the envelope
containing the notice was posted and a certificate signed by an officer of the Authority that the
envelope was so posted shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in force and effect for
up to the date specified in Para 8 above or until it is released earlier by the Authority pursuant to
the provisions of the Agreement.
12. This guarantee shall also be operable at our……………… Branch at New Delhi, from whom,
confirmation regarding the issue of this guarantee or extension/ renewal thereof shall be made
available on demand. In the contingency of this guarantee being invoked and payment thereunder
claimed, the said branch shall accept such invocation letter and make payment of amounts so
demanded under the said invocation.
13. Intimation regarding issuance of this Bank Guarantee shall be sent to Authority’s Bank through SFMS gateway as per
the details below:
$
Insert a date being 90 (ninety) days after the end of one year from the date of payment of the Advance payment to the Contractor (in
accordance with Clause 19.2 of the Agreement).
1 Name of Beneficiary National Highways & Infrastructure
Name
14. This Guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication
no. 758, except that the supporting statement under Article 15 (a) is hereby excluded.
(Signature)
(Name)
(Designation)
(Code Number)
(Address)
Annex-IV
(Schedule - G)
(B) The Agreement requires the Contractor to furnish a Performance Security for due and faithful performance of
its obligations, under and in accordance with the Agreement, during the {Construction Period/ Defects Liability
Period and MaintenancePeriod}(asdefinedintheAgreement)inasumofRs…..cr.(Rupees
(C) We, ………………….. through our branch at......................... (the “Surety Insurer”) have agreedto
furnish this bank guarantee (hereinafter called the “Surety Bond”) by way of Performance Security.
NOW, THEREFORE, the Surety Insurer hereby, unconditionally and irrevocably, guarantees and affirms as follows:
1. The Surety Insurer hereby unconditionally and irrevocably guarantees the due and faithful performance of the
Contractor’s obligations during the {Construction Period/ Defects Liability Period and Maintenance Period}
under and in accordance with the Agreement, and agrees and undertakes to pay to the Authority, upon its
mere first written demand, and without any demur, reservation, recourse, contest or protest, and without any
reference to the Contractor, such sum or sums up to an aggregate sum of the Surety Bond Amount as the
Authority shall claim, without the Authority being required to prove or to show grounds or reasons for its
demand and/or for the sum specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of
[General Manager in the National Highways Infrastructure Development Corporation Limited], that the Contractor
has committed default in the due and faithful performance of all or any of its obligations under and in accordance
with the Agreement shall be conclusive, final and binding on the Surety Insurer. The Surety Insurer further
agrees that the Authority shall be the sole judge as to whether the Contractor is in default in due and faithful
performance of its obligations during and under the Agreement and its decision that the Contractor is in default
shall be final and binding on the Surety Insurer, notwithstanding any differences between the Authority and the
Contractor, or any dispute between them pending before any court, tribunal, arbitrators or any other authority or
body, or by the discharge of the Contractor for any reason whatsoever.
3. In order to give effect to this Surety Bond, the Authority shall be entitled to act as if the Surety Insurer were the
principal debtor and any change in the constitution of the Contractor and/or the Surety Insurer, whether by
their absorption with any other body or corporation or otherwise, shall not in any way or manner affect the
liability or obligation of the Surety Insurer under this Surety Bond.
4. It shall not be necessary, and the Surety Insurer hereby waives any necessity, for the Authority to proceed
against the Contractor before presenting to the Bank its demand under this Surety Bond.
5. The Authority shall have the liberty, without affecting in any manner the liability of the Surety Insurer under
this Surety Bond, to vary at any time, the terms and conditions of the Agreement or to extend the time or
period for the compliance with, fulfilment and/ or performance of all or any of the obligations of the Contractor
contained in the Agreement or to postpone for any time, and from time to time, any of the rights and powers
exercisable by the Authority against the Contractor, and either to enforce or forbear from enforcing any of the
terms and conditions contained in the Agreement and/or the securities available to the Authority, and the
Surety Insurer shall not be released from its liability and obligation under these presents by any exercise by the
Authority of the liberty with reference to the matters aforesaid or by reason of time being given to the
Contractor or any other forbearance, indulgence, act or omission on the part of the Authority or of any other
matter or thing whatsoever which under any law relating to sureties and guarantors would but for this
provision have the effect of releasing the Surety Insurer from its liability and obligation under this Surety Bond
and the Surety Insurer hereby waives all of its rights under any such law.
6. This Surety Bond is in addition to and not in substitution of any other Surety Bond or security now or which
may hereafter be held by the Authority in respect of or relating to the Agreement or for the fulfilment,
compliance and/or performance of all or any of the obligations of the Contractor under the Agreement.
7. Notwithstanding anything contained hereinbefore, the liability of the Surety Insurer under this Surety Bond is
restricted to the Surety Bond Amount and this Surety Bond will remain in force for the period specified in
paragraph 8 below and unless a demand or claim in writing is made by the Authority on the Surety Insurer
under this Surety Bond all rights of the Authority under this Surety Bond shall be forfeited and the Surety
Insurer shall be relieved from its liabilities hereunder.
8. The Surety Bond shall cease to be in force and effect on ****$. Unless a demand or claim under this Surety
Bond is made in writing before expiry of the Surety Bond, the Surety Insurer shall be discharged from its
liabilities hereunder.
9. The Surety Insurer undertakes not to revoke this Surety Bond during its currency, except with the previous
express consent of the Authority in writing, and declares and warrants that it has the power to issue this Surety
Bond and the undersigned has full powers to do so on behalf of the Surety Insurer .
10. Any notice by way of request, demand or otherwise hereunder may be sent by post addressed to the Surety
Insurer at its above referred branch, which shall be deemed to have been duly authorized to receive such
notice and to effect payment thereof forthwith, and if sent by post it shall be deemed to have been given at the
time when it ought to have been delivered in due course of post and in proving such notice, when given by
post, it shall be sufficient to prove that the envelope containing the notice was posted and a certificate signed
by an officer of the Authority that the envelope was so posted shall be conclusive.
11. This Surety Bond shall come into force with immediate effect and shall remain in force and effect for up to the
date specified in paragraph 8 above or until it is released earlier by the Authority pursuant to the provisions of
the Agreement.
12. This Surety Bond is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication
No. 758, except that the supporting statement under Article 15(a) is hereby excluded.
13. This Surety Bond shall also be operatable at our .... Branch at New Delhi, from whom confirmation regarding
the issue of this Surety Bond or extension / renewal thereof shall be made available on demand. In the
contingency of this Surety Bond being invoked and payment thereunder claimed, the said branch shall accept
such invocation letter and make payment of amounts so demanded under the said invocation.
14. The Insurance Surety Bond shall be verified from the branch concerned/ specific portal created for this purpose.
(Name)
(Designation)
(Code Number)
(Address)
NOTES:
(i) The Surety Bond should contain the name, designation and code number of the officer(s) signing the Surety
Bond.
(ii) The address, telephone number and other details of the head office of the Bank as well as of
issuing branch should be mentioned on the covering letter of issuing branch.
Schedule-H
(See Clauses10.1 (iv) and 19.3)
Weightage in
percentage to Percentage
Item Stage for Payment
the Contract weightage
Price
1 2 3 4
A - Widening and strengthening of existing road
(1) Earthwork up to top of Embankment [ Nil ]
(2) Subgrade [ Nil ]
(3) Sub base course [ Nil ]
(4) Non bituminous base course [ Nil ]
(5) Bituminous base Course [ Nil ]
(6) Wearing coat [ Nil ]
(7) widening and repair of culverts [ Nil ]
B.1 - Reconstruction/ New 2/4-lane realignment/bypass (Flexible pavement)
(1) Earthwork up to top of Embankment 24.32%
(2) Subgrade 1.28%
(3) Sub base course 18.72%
(4) Non bituminous base course 11.40%
(5) Bituminous base Course 11.38%
(6) Wearing coat 9.04%
Road works
B.2 - Reconstruction/ New 2/4-lane realignment/bypass (Rigid Pavement)
including
(1) Earthwork up to top of Embankment [ Nil ]
culverts,
38.59% (2) Subgrade [ Nil ]
widening and
repair of (3) Subbase course (GSB) [ Nil ]
culverts. (4) Dry lean concrete (DLC) [ Nil ]
(5) Pavement quality concrete (PQC) course [ Nil ]
C.1 - Reconstruction/ New Service road (flexible Pavement)
(1) Earthwork up to top of Embankment 0.01%
(2) Subgrade [ Nil ]
(3) Sub base course 5.58%
(4) Non bituminous base course 3.39%
(5) Bituminous base Course [ Nil ]
(6) Wearing coat 3.11%
C.2 - Reconstruction/ New Service road (Rigid Pavement)
(1) Earthwork up to top of Embankment [ Nil ]
(2) Subgrade [ Nil ]
(3) Subbase course (GSB) [ Nil ]
(4) Dry lean concrete (DLC) [ Nil ]
(5) Pavement quality concrete (PQC) course [ Nil ]
D. - Reconstruction/ New culverts on existing road and realignments, bypasses 11.77%
A.1 - Widening and repairs of Minor Bridges (Length>6m and <60m)
Minor Bridges [ Nil ]
(1) Foundation: On completion of the foundation work of abutments and piers. [ Nil ]
(2) Sub-structure: On completion of abutments and piers with abutment/pier cap. [ Nil ]
(3) Super-structure: On completion of the super structure in all respects including wearing
coat, bearings, expansion joints, hand rails, crash barrier road sign, & marking, tests on [ Nil ]
completion etc. completion in all respect
(4) Approaches: On completion of approaches including wing walls/ Return walls, retaining
walls, stone pitching, protection works for floor, Embankment slope, etc. complete in all [ Nil ]
respect and fit for use.
Weightage in
percentage to Percentage
Item Stage for Payment
the Contract weightage
Price
1 2 3 4
A.2 - New of Minor Bridges (Length>6m and <60m)
(1) Foundation: On completion of the foundation work of abutments and piers. 30.70%
(2) Sub-structure: On completion of abutments and piers with abutment/pier cap. 11.57%
(3) Super-structure: On completion of the super structure upto Deck Slab including bearings. 6.14%
Minor (4) Miscellaneous Work:On completion of wearing coat, expansion joints, crash barrier,
Bridges/ railings, Protection work and any remaining work associated to bridge including tests on 3.30%
11.92% bridge.
Underpasses/
Overpasses (5) Approaches: On completion of approaches including wing walls/ Return walls, retaining
walls, stone pitching, protection works for floor, Embankment slope, etc. complete in all 4.53%
respect and fit for use.
(6) Guide Bunds and River Training works: On completion of Guide Bunds and river training
[ Nil ]
works complete in all respects.
B.1 - Widening and repairs of Underpasses/Overpasses
Underpasses/Overpasses [ Nil ]
B.2 - New Underpasses/Overpasses
(1) Foundation: On completion of the foundation work of abutments and piers. 12.35%
(2) Sub-structure: On completion of abutments and piers with abutment/pier cap. 10.10%
(3) Super-structure: On completion of the super structure upto Deck Slab including
13.11%
bearings.
(4) Miscellaneous Work:On completion of wearing coat, expansion joints, crash barrier,
7.06%
railings and any remaining work associated to bridge including tests on bridge.
(5) Approaches: On completion of approaches including wing walls/ Return walls,
retaining walls/ Reinforced Earth Walls, stone pitching, protection works complete in all 1.14%
respect and fit for use.
A.1 - Widening and repairs of existing major bridges
(1) Foundation
(i) Pile Foundation [ Nil ]
(ii) Open Foundation [ Nil ]
(2) Sub structure [ Nil ]
(3) Superstructure (including bearing) [ Nil ]
(4) wearing coat (including expansion joint) [ Nil ]
(5) Miscellaneous items (like hand rails, crash barriers, road markings etc.) [ Nil ]
(6) wing walls/return walls [ Nil ]
(7) Guide bunds, river training works etc. [ Nil ]
(8) Approaches (including retaining walls, stone pitching and protection works for Floor,
[ Nil ]
Embankment slope etc.)
A.2 - New Major Bridges
(1) Foundation
(i) Well Foundation [ Nil ]
(ii) Pile Foundation 3.50%
(iii) Open Foundation [ Nil ]
(2) Sub structure 1.21%
(3) Superstructure (including bearing) 3.82%
(4) Wearing coat including expansion joint. 0.26%
(5) Miscellaneous Items (like hand rails, crash barriers, road marking etc. 0.36%
(6) wing walls/return walls. 0.17%
(7) Guide bunds, river training works etc. [ Nil ]
(8) Approaches (including retaining walls, stone pitching and protection works for Floor,
[ Nil ]
Embankment slope etc.)
Weightage in
percentage to Percentage
Item Stage for Payment
the Contract weightage
Price
1 2 3 4
B.1 - Widening and Repair of
(a) ROB
(b) RUB
(1) Foundation
(i) Pile Foundation [ Nil ]
(ii) Open Foundation [ Nil ]
(2) Sub structure [ Nil ]
(3) Superstructure (including bearing) [ Nil ]
(4) wearing coat: (a) in case of ROB - wearing coat including expansion joints complete in
all respects as specified and (b) in case of RUB - rigid pavement under RUB including [ Nil ]
Major Bridge drainage facility complete in all respect as specified.
works and (5) Miscellaneous items (like hand rails, crash barriers, road markings etc.) [ Nil ]
ROB/RUB/ele (6) wing walls/return walls [ Nil ]
vated (7) Approaches (including retaining walls, stone pitching and protection works). [ Nil ]
21.72%
sections/flyove
B.2 - New ROB / RUB
rs including
(a) ROB
viaducts, if
any (b) RUB
(1) Foundation
(i) Well Foundation [ Nil ]
(ii) Pile Foundation [ Nil ]
(iii) Open Foundation [ Nil ]
(2) Sub structure [ Nil ]
(3) Superstructure (including bearing) [ Nil ]
(4) wearing coat: (a) in case of ROB - wearing coat including expansion joints complete in
all respects as specified and (b) in case of RUB - rigid pavement under RUB including [ Nil ]
drainage facility complete in all respect as specified.
(5) Miscellaneous items (like hand rails, crash barriers, road markings etc.) [ Nil ]
(6) wing walls/return walls [ Nil ]
(7) Approaches (including retaining walls, stone pitching and protection works). [ Nil ]
C.1 - Widening and repairs of Elevated section/Flyover/Grade Separators
(1) Foundation
(i) Pile Foundation [ Nil ]
(ii) Open Foundation [ Nil ]
(2) Sub structure [ Nil ]
(3) Superstructure (including bearing) [ Nil ]
(4) wearing coat including expansion joint [ Nil ]
(5) Miscellaneous items (like hand rails, crash barriers, road markings etc.) [ Nil ]
(6) wing walls/return walls [ Nil ]
(7) Approaches (including retaining walls/ Reinforced earth walls, stone pitching,
[ Nil ]
protection works).
C.2 - New Elevated section/Flyover/Grade Separators
(1) Foundation [ Nil ]
(i) Well Foundation [ Nil ]
(ii) Pile Foundation 41.61%
(iii) Open Foundation [ Nil ]
(2) Sub structure 18.16%
(3) Superstructure (including bearing) 21.77%
(4) wearing coat including expansion joint 2.53%
(5) Miscellaneous items (like hand rails, crash barriers, road markings etc.) 1.23%
(6) wing walls/return walls 2.50%
(7) Approaches (including retaining walls/ Reinforced earth walls, stone pitching,
2.88%
protection works).
Weightage in
percentage to Percentage
Item Stage for Payment
the Contract weightage
Price
1 2 3 4
(i) Toll plaza [ Nil ]
(ii) Road side drains
a) Drain 6.58%
b) Cover Slab 1.13%
(iii) Road signs, markings, km stones, safety devices etc. 2.67%
(iv) Overhead Gantry Mounted Signs 0.07%
(v) Project facilities
(a) Bus Bay with Bus Shelter 1.01%
(b) Truck laybyes 0.55%
(c) Highway Lightening / Electrification 0.61%
(d) Rest area with Toilet Block [ Nil ]
(e) others to specified (Water Harvesting Structures) 0.06%
Other works 24.12%
(vi) Road side plantation 0.18%
(vii) Protection works other than approaches to the bridges, elevated sections, flyovers/
[ Nil ]
grade separators and ROBs/RUBs.
(a) Retaining Wall 18.18%
(b) Breast Wall 18.84%
(c) Toe Wall with pitching 21.62%
(d) Hydro-seeding& Mulching 0.93%
(e) Crash Barrier 15.65%
(viii) RE Wall 9.07%
(ix) Safety and Traffic Management during construction [ Nil ]
(x) Kerb Stone 0.75%
(xi) Junction Improvement 2.10%
Electrical (i) EHT line / (ii) EHT crossings [ Nil ]
utilities and
(iii) HT/ LT line / (iv) HT/ LT crossings over ground 94.14%
public Health
3.65% (iv) HT/ LT line / (vi) HT/ LT crossings Under ground [ Nil ]
Utilities
(Water pipe (vii) Water pipeline / (viii) Water pipeline crossings 5.86%
lines and (ix) Sewage lines / (x) Sewage line crossings [ Nil ]
1.1 Procedure of estimating the value of work done.
1.3.1 Road works
Procedure for estimating the value of road work done shall be as
follows: 3 Table1.3.1
Percentage -
Stage of Payment Payment Procedure
weightage
A - Widening and strengthening of existing road
(2) Subgrade [ Nil ] Unit of measurement is linear length. Payment of each stage shall be made on pro rata basis on completion of a stage
(3) Sub base course [ Nil ] in a length of not less than 10 (ten) percent of the total length or 500m whichever is less
(4) Non bituminous base course [ Nil ]
(5) Bituminous base Course [ Nil ]
(6) Wearing coat [ Nil ]
Cost of completed culverts shall be determined pro rata basis with respect to the total no. of culverts. The payment
shall be made on the completion of atleast one culvert. 75% of the cost will be payable on completion of box/
(7) widening and repair of culverts [ Nil ]
abutments and slab/ pipe and head wall. Remaining 25% will become payable on completion of protection works
including return/ wing walls and any other work associated with culverts.
B.1 - Reconstruction/ New 2/4-lane realignment/bypass
(Flexible pavement)
(1) Earthwork up to top of Embankment 24.32%
(2) Subgrade 1.28%
(3) Sub base course 18.72% Unit of measurement is linear length. Payment of each stage shall be made on pro rata basis on completion of a stage
(4) Non bituminous base course 11.40% in full length or 500 m length, whichever is less.
(5) Bituminous base Course 11.38%
(6) Wearing coat 9.04%
B.2 - Reconstruction/ New 2/4-lane realignment/bypass (Rigid
Pavement)
(1) Earthwork up to top of Embankment [ Nil ]
(2) Subgrade [ Nil ]
Unit of measurement is linear length. Payment of each stage shall be made on pro rata basis on completion of a stage
(3) Subbase course (GSB) [ Nil ]
in full length or 500 m length, whichever is less.
(4) Dry lean concrete (DLC) [ Nil ]
(5) Pavement quality concrete (PQC) course [ Nil ]
C.1 - Reconstruction/ New Service road (flexible Pavement)
(1) Earthwork up to top of Embankment 0.01%
(2) Subgrade [ Nil ]
(3) Sub base course 5.58% Unit of measurement is linear length. Payment of each stage shall be made on pro rata basis on completion of a stage
(4) Non bituminous base course 3.39% in full length or 500 m length, whichever is less.
(5) Bituminous base Course [ Nil ]
(6) Wearing coat 3.11%
C.2 - Reconstruction/ New Service road (Rigid Pavement)
(1) Earthwork up to top of Embankment [ Nil ]
(2) Subgrade [ Nil ]
Unit of measurement is linear length. Payment of each stage shall be made on pro rata basis on completion of a stage
(3) Subbase course (GSB) [ Nil ]
in full length or 500 m length, whichever is less.
(4) Dry lean concrete (DLC) [ Nil ]
(5) Pavement quality concrete (PQC) course [ Nil ]
Cost of each culvert shall be determined on pro rata basis with respect to the total number of culverts. Payment shall
D. - Reconstruction/ New culverts on existing road and be made on the completion of atleast one culvert. 75% of the cost will be payable on completion of box/ abutments
11.77%
realignments, bypasses and slab/ pipe and head wall. Remaining 25% will become payable on completion of protection works including
return/ wing walls and any other work associated with culverts.
@. For example, if the total length of bituminous work to be done is 100 km, the cost per km of bituminous work shall be
determined as follows: Cost per km = P x weightage for road work x weightage for bituminous work x (1/L)
Where P= Contract Price. And L = Total length in km.
Similarly, the rates per km for other stages shall be worked out accordingly.
Note: The length affected due to law-and-order problems or litigation during execution due to which the Contractor is unable to execute the work, may be deducted from the total project
length for
1.3.2 Minor Bridges and Underpasses/Overpasses.
Procedure for estimating the value of Minor Bridge and underpasses/Overpasses shall be as stated in table 1.3.2:
4 Table1.3.2
Stage of Payment Weightage Payment Procedure
A.1 - Widening and repairs of Minor Bridges (Length>6m and Cost of each minor bridge shall be determined on pro rata basis with respect to the total linear length (m) of the
<60m) minor bridges.
Minor Bridges [ Nil ]
(i) Foundation: Payment against foundation shall be made on pro-rata basis on completion of a stage i.e completion
(1) Foundation: On completion of the foundation work of
[ Nil ] of atleast two foundations of each bridge.
abutments and piers.
In case where load testing is specified for foundation, the trigger of first payment shall include load testing also.
(2) Sub-structure: On completion of abutments and piers with (ii) Sub - structure – Payment shall be made on pro-rata basis on completion of stage i.e. completion of atleast one
[ Nil ]
abutment/pier cap. sub-structure upto abutment/ pier cap level of each bridge.
(3) Super-structure: On completion of the super structure in all
respects including wearing coat, bearings, expansion joints, (iii) Super-structure: Payment shall be made on pro-rata basis on completion of a stage i.e., completion of super-
[ Nil ]
hand rails, crash barrier road sign, & marking, tests on structure of at least one span in all respects as specified in the column of "Stage of Payment" in this sub-clause.
completion etc. completion in all respect
(4) Approaches: On completion of approaches including wing
(iv) Approaches: Payment shall be made on pro-rata basis on completion of a stage i.e. completion of approaches
walls/ Return walls, retaining walls, stone pitching, protection
[ Nil ] including wing walls/ return walls, retaining walls, stone pitching in all respect as specified in the column of “Stage
works for floor, Embankment slope, etc. complete in all respect
of Payment” in this sub-clause for each bridge.
and fit for use.
Cost of each minor bridge shall be determined on pro rata basis with respect to the total linear length (m) of the
A.2 - New of Minor Bridges (Length>6m and <60m)
minor bridges.
(i) Foundation: Payment against foundation shall be made on pro-rata basis on completion of a stage completion of
(1) Foundation: On completion of the foundation work of
30.70% atleast two foundations of each bridge.
abutments and piers.
In case where load testing is specified for foundation, the trigger of first payment shall include load testing also.
(2) Sub-structure: On completion of abutments and piers with (ii) Sub - structure – Payment shall be made on pro-rata basis on completion of stage i.e. completion of atleast one
11.57%
abutment/pier cap. sub-structure upto abutment/ pier cap level of each bridge.
(iii) Super-structure: Payment shall be made on pro-rata basis on completion of a stage i.e., completion of super-
structure of at least one span upto deck slab including bearing as specified in the column of "Stage of Payment" in
(3) Super-structure: On completion of the super structure upto Deck this sub-clause.
6.14%
Slab including bearings. If pre-cast girders/ segments are used, interim payments shall be made at 75% of the cost of that element, as derived
from MoRTH Data Book, applicable SOR of State PWD on Base Date with tender discount/premium applied
thereon.
(4) Miscellaneous Work:On completion of wearing coat, expansion (iv) Miscellaneous Works: Payment shall be made on pro-rata basis on completion of a stage i.e. completion of
joints, crash barrier, railings, Protection work and any remaining 3.30% wearing coat, expansion joint, crash barrier, railing, protection works, drainage and any other remaining work
work associated to bridge including tests on bridge. associated to bridge including tests on bridge for each bridge
(i) Foundation: Payment against foundation shall be made on pro-rata basis on completion of a stage i.e. completion
(1) Foundation: On completion of the foundation work of
12.35% of foundation(s) of each underpass/overpass.
abutments and piers.
In case where load testing is specified for foundation, the trigger of first payment shall include load testing also.
(2) Sub-structure: On completion of abutments and piers with (ii) Sub-structure: Payment shall be made on pro-rata basis on completion of stage i.e. completion of atleast one sub-
10.10%
abutment/pier cap. structure upto abutment/ pier cap level of each bridge.
(iii) Super-structure: Payment shall be made on pro-rata basis on completion of a stage 'i.e. completion of super-
structure of at least one span upto deck slab including bearing as specified in the column of "Stage of Payment" in
(3) Super-structure: On completion of the super structure upto Deck this sub-clause:
13.11%
Slab including bearings. If pre-cast girders/ segments are used, interim payments shall be made at 75% of the cost of that element, as derived
from MoRTH Data Book, applicable SOR of State PWD on Base Date with tender discount/premium applied
thereon.
(4) Miscellaneous Work:On completion of wearing coat, expansion (iv) Miscellaneous Works: Payment shall be made on pro-rata basis on completion of a stage i.e. completion of
joints, crash barrier, railings and any remaining work associated to 7.06% wearing coat, expansion joint, crash barrier, railing, protection works and any other remaining work associated to
bridge including tests on bridge. bridge including tests on bridge for each bridge.
(5) Approaches: On completion of approaches including wing 1.14% (v) Approaches: Payment shall be made on pro-rata basis on completion of a stage i.e. completion of approaches
walls/ Return walls, retaining walls/ Reinforced Earth Walls, stone including wing wall/ return wall, retaining walls, Reinforced Earth walls, stone pitching, protection works
pitching, protection works complete in all respect and fit for use complete in all respect for each bridge
1.3.3 Major Bridge works, ROB/RUB and Structures
Procedure for estimating the value of major Bridge works, ROB/RUB and structure work shall be as stated in table 1.3.3
Table 1.3.3
Stage of payment Weightage Payment procedure
Cost of each Major Bridge shall be determined on pro rata basis with respect to the total linear length
A.1 - Widening and repairs of existing major bridges (m) of the
Major
(1) Bridges. Payment against foundation shall be made on pro-rata basis on completion of a stage
Foundation:
(1) Foundation
i.e. completion of atleast one foundation of each of the major Bridge as specified hereinunder.
(i) Pile Foundation
(i) Pile Foundation
(a) Piling : Payment of 70% shall be made on completion of piling upto bottom of pile cap for each
pile on prorate basis.
(a) Piling – On completion of pile upto bottom of pile cap [ Nil ]
(b) Pile Cap : Payment of 30% on pro-rata basis shall be made on completion of pile cap.
In case where load testing is required for foundation, the trigger of first payment shall include load
(b) Pile Cap : On completion of pile cap
testing also where specified.
(ii) Open Foundation [ Nil ] (ii) Open Foundation: Payment shall be made on completion of a stage i.e. on completion of atleast
one foundation.
(2) Sub-Structure:. Payment against Sub-structure shall be made on pro-rata basis on completion
(2) Sub structure [ Nil ]
of a stage i.e. completion of atleast one sub-structure of abutments/piers upto abutment/pier cap level
of each of the major bridge.
(3) Super-structure: Payment shall be made on prorata basis on completion of a stage i.e.
completion of superstructure upto deck slab including bearings of at least one span as specified here
(3) Superstructure (including bearing) [ Nil ] in under :
If pre-cast RCC/PSC/Steel girders/ segments are used, interim payments shall be made at 75% of
the cost of that element, as derived from MoRTH Data Book, applicable SOR of State PWD on
BaseWearing
(4) Date with tender
Coat: discount/premium
Payment shall be madeapplied thereon. of wearing coat including expansion joints
on completion
(4) wearing coat (including expansion joint) [ Nil ]
complete in all respects as specified for each major bridge.
(5) Miscellaneous items (like hand rails, crash barriers, (5) Miscellaneous: Payments shall be made on completion of all miscellaneous works like hand
[ Nil ]
road markings etc.) rails, crash barriers, road markings etc. complete in all respects as specified for each major bridge.
(6) Wing walls/return walls: Payments shall be made on completion of all wing walls/return walls
(6) wing walls/return walls [ Nil ]
complete in all respects as specified for each major bridge.
(7) Guide Bunds, River Training works: Payments shall be made on completion of all guide
(7) Guide bunds, river training works etc. [ Nil ]
bunds/river training works etc. complete in all respects as specified for each major bridge.
(8) Approaches (including retaining walls, stone pitching (8) Approaches: Payments shall be made on completion of both approaches including stone
[ Nil ]
and protection works for Floor, Embankment slope etc.) pitching, protection works, etc. complete in all respects as specified for each major bridge.
Cost of each Major Bridge shall be determined on pro rata basis with respect to the total linear
A.2 - New Major Bridges
length (m) of the Major Bridge.
(1) Foundation: Payment against foundation shall be made on pro-rata basis on completion of a stage
(1) Foundation
i.e. completion of atleast one foundation of each of the major Bridge as specified here in under:
(i) Well Foundation (i) Well Foundation
(a) Cutting Edge + Well Curb: Payment of 10% shall be made on completion of a stage i.e.
(a) On completion of Cutting Edge + Well Curb completion of cutting edge + well curb.
(b) Wellsteining : On completion of well steining upto (b) Well steining : Payment of 65% shall be made on completion of well steining upto bottom of
[ Nil ]
bottom of well cap. well cap. The payment stage shall be further sub-divided on pro-rata basis i.e. (i) on completion
upto 10 m and (ii) on completion of each subsequent 5 m or part thereof.
(c) On completion of bottom plug + top plug (if (c) Bottom plug + top plug (if provisioned as per design) + well cap: Payment of 25% shall be made
provisioned as per design) + well cap on completion of a stage i.e. completion of bottom plug, back fill, top plug and well cap.
(ii) Pile Foundation
(i) Pile Foundation
(a) Piling : Payment of 70% shall be made on completion of piling upto bottom of pile cap for each
pile on prorota basis.
(a) Piling – On completion of pile upto bottom of pile cap 3.50%
(b) Pile Cap : Payment of 30% shall be made on completion of pile cap.
In case where load testing is required for foundation, the trigger of first payment shall include load
(b) Pile Cap : On completion of pile cap
testing also where specified.
(iii) Open Foundation [ Nil ] (iii) Open Foundation: Payment shall be made on completion of a stage i.e. on completion of atleast
one foundation.
(ii) Sub-Structure:. Payment against Sub-structure shall be made on pro-rata basis on completion
(2) Sub structure 1.21%
of a stage i.e. completion of atleast one sub-structure of abutments/piers upto abutment/pier cap level
of each of the major bridge.
(3) Super-structure:
Payment shall be made on prorata basis on completion of a stage i.e. completion of superstructure
upto deck slab including bearings of at least one span as specified here in under:
(3) Superstructure (including bearing) 3.82% If pre-cast girders/ segments are used, interim payments shall be made at 75% of the cost of that
element, as derived from MoRTH Data Book, applicable SOR of State PWD on Base Date
with tender discount/premium applied thereon.
(For cable stayed bridge and suspension cable bridge, detailed payment stage may be included on
case to case basis)
(4) Wearing Coat: Payment shall be made on completion of wearing coat including expansion joints
(4) Wearing coat including expansion joint. 0.26%
complete in all respects as specified for each major bridge.
(5) Miscellaneous Items (like hand rails, crash (5) Miscellaneous: Payments shall be made on completion of all miscellaneous works like hand rails,
0.36%
barriers, road marking etc. crash barriers, road markings etc. complete in all respects as specified for each major bridge.
(6) Wing walls/return walls: Payments shall be made on completion of all wing walls/return walls
(6) wing walls/return walls. 0.17%
complete in all respects as specified for each major bridge.
(7) Guide Bunds, River Training works: Payments shall be made on completion of all guide
(7) Guide bunds, river training works etc. [ Nil ]
bunds/river training works etc. complete in all respects as specified for each major bridge.
(8) Approaches (including retaining walls, stone pitching (8) Approaches: Payments shall be made on completion of both approaches including stone
[ Nil ]
and protection works for Floor, Embankment slope etc.) pitching, protection works, etc. complete in all respects as specified for each major bridge.
Cost of each ROB/RUB shall be determined on pro rata basis with respect to the total linear
B.1 - Widening and Repair of (a) ROB (b) RUB
length (m) of the ROBs/RUBs.
(1) Foundation: Payment against foundation shall be made on pro-rata basis on completion of a stage
(1) Foundation
i.e. completion of atleast one foundation of each of the ROB/RUB as specified here in under.
(i) Pile Foundation
(i) Pile Foundation
(a) Piling : Payment of 70% shall be made on completion of piling upto bottom of pile cap for each
pile on prorata basis.
(a) Piling – On completion of pile upto bottom of pile cap [ Nil ]
(b) Pile Cap : Payment of 30% on pro-rata basis shall be made on completion of pile cap.
In case where load testing is required for foundation, the trigger of first payment shall include load
(b) Pile Cap : On completion of pile cap
testing also where specified.
(ii) Open Foundation [ Nil ] (ii) Open Foundation: Payment shall be made on completion of a stage i.e. on completion of atleast
one foundation.
(2) Sub-Structure:. Payment against Sub-structure shall be made on pro-rata basis on completion
(2) Sub structure [ Nil ]
of a stage i.e. completion of atleast one sub-structure of abutments/piers upto abutment/pier cap level
of each of the ROB/RUB.
(3) Super-structure: Payment shall be made on pro-rata basis on completion of a stage i.e.
completion of superstructure upto deck slab including bearings of at least one span as specified here
(3) Superstructure (including bearing) [ Nil ] in under :
If pre-cast girders/ segments are used, interim payments shall be made at 75% of the cost of that
element, as derived from MoRTH Data Book, applicable SOR of State PWD on Base Date
(4) wearing coat: (a) in case of ROB - wearing coat with tender discount/premium applied thereon.
(4) Wearing Coat: Payment shall be made on completion of (a) in case of ROB- wearing coat
including expansion joints complete in all respects as
[ Nil ] including expansion joints complete in all respects as specified for each of the ROB and (b) in case
specified and (b) in case of RUB - rigid pavement under
of RUB- rigid pavement under RUB including drainage facility complete in all respects as specified
RUB including drainage facility complete in all respect
for each of the RUB.
as specified.
(5) Miscellaneous items (like hand rails, crash barriers, (5) Miscellaneous: Payments shall be made on completion of all miscellaneous works like hand rails,
[ Nil ]
road markings etc.) crash barriers, road markings etc. complete in all respects as specified for each of the ROB/ RUB.
(6) Wing walls/return walls: Payments shall be made on completion of all wing walls/return walls
(6) wing walls/return walls [ Nil ]
complete in all respects as specified for each of the ROB/ RUB.
(7) Approaches (including retaining walls, stone pitching (7) Approaches: Payments shall be made on completion of both approaches including stone
[ Nil ]
and protection works). pitching, protection works, etc. complete in all respects as specified for each of the ROB/ RUB.
Cost of each ROB/RUB shall be determined on pro rata basis with respect to the total linear
B.2 - New ROB / RUB
length (m) of the ROBs/RUBs.
(a) ROB
(b) RUB
(1) Foundation: Payment against foundation shall be made on pro-rata basis on completion of a stage
(1) Foundation
i.e. completion of atleast one foundation of each of the ROB/RUB as specified here in under:
(i) Well Foundation (i) Well Foundation
(a) On completion of Cutting Edge + Well Curb (a) Cutting Edge + Well Curb: Payment of 10% shall be made on completion of a stage i.e.
completion of cutting edge + well curb.
(b) Wellsteining : On completion of well steining upto (b) Well steining : Payment of 65% shall be made on completion of well steining upto bottom of
[ Nil ]
bottom of well cap. well cap. The payment stage shall be further sub-divided on pro-rata basis i.e. (i) on completion
upto 10 m and (ii) on completion of each subsequent 5 m or part thereof.
(c) On completion of bottom plug + top plug (if (c) Bottom plug + top plug (if provisioned as per design) + well cap: Payment of 25% shall be
provisioned as per design) + well cap made on completion of a stage i.e. completion of bottom plug, back fill, top plug and well cap.
(ii) Pile Foundation
(i) Pile Foundation
(a) Piling : Payment of 70% shall be made on completion of piling uptobottom of pile cap for each
pile on prorota basis.
(a) Piling – On completion of pile upto bottom of pile cap [ Nil ]
(b) Pile Cap : Payment of 30% shall be made on completion of pile cap.
(b) Pile Cap : On completion of pile cap
In case where load testing is required for foundation, the trigger of first payment shall include load
testing also where specified.
(iii) Open Foundation
[ Nil ] (iii) Open Foundation: Payment shall be made on completion of a stage i.e. on completion of atleast
one foundation.
(2) Sub-Structure: Payment against Sub-structure shall be made on pro-rata basis on completion
(2) Sub structure [ Nil ]
of a stage i.e. completion of atleast one sub-structure of abutments/piers upto abutment/pier cap
level of each of the ROB/RUB.
(3) Super-structure:
Payment shall be made on prorata basis on completion of a stage i.e. completion of superstructure
upto deck slab including bearings of at least one span as specified here in under :
(3) Superstructure (including bearing) [ Nil ]
If pre-cast girders/ segments are used, interim payments shall be made at 75% of the cost of that
element, as derived from MoRTH Data Book. Applicable SOR of State PWD on Base Date
with tender discount/premium applied thereon.
(4) wearing coat: (a) in case of ROB - wearing coat
(4) Wearing Coat: Payment shall be made on completion of (a) in case of ROB- wearing coat
including expansion joints complete in all respects as
[ Nil ] including expansion joints complete in all respects as specified for each of the ROB and (b) in case
specified and (b) in case of RUB - rigid pavement under
of RUB- rigid pavement under RUB including drainage facility complete in all respects as specified
RUB including drainage facility complete in all respect
for each of the RUB.
as specified.
(5) Miscellaneous items (like hand rails, crash barriers, (5) Miscellaneous: Payments shall be made on completion of all miscellaneous works like hand
[ Nil ]
road markings etc.) rails, crash barriers, road markings etc. complete in all respects as specified for each of the
ROB/RUB.
(6) Wing walls/return walls: Payments shall be made on completion of all wing walls/return walls
(6) wing walls/return walls [ Nil ]
complete in all respects as specified for each of the ROB/RUB.
(7) Approaches: Payments shall be made on completion of both approaches of each ROB including
stone pitching, protection works, etc. complete in all respects as specified here in under :
(7) Approaches (including retaining walls, stone pitching
[ Nil ] If reinforced soil wall is used with facia panel/blocks, interim payment shall be made @75% of
and protection works).
the Cost of that element as derived from MoRTH data Book. Applicable SOR of State PWD on
Base Date with tender discount/premium applied thereon.
C.1 - Widening and repairs of Elevated Cost of each structure shall be determined on pro rata basis with respect to the total linear
section/Flyover/Grade Separators length (m) of the structures.
(1) Foundation : Payment against foundation shall be made on pro-rata basis on completion of a stage
(1) Foundation
i.e. completion of atleast one foundation of each of the structure as specified here in under :
(i) Pile Foundation
(i) Pile Foundation
(a) Piling : Payment of 70% shall be made on completion of piling upto bottom of pile cap for each
pile on prorate basis.
(a) Piling – On completion of pile upto bottom of pile cap [ Nil ]
(b) Pile Cap : Payment of 30% on pro- rata basis shall be made on completion of pile cap.
(b) Pile Cap : On completion of pile cap
In case where load testing is required for foundation, the trigger of first payment shall include load
testing also where specified.
(ii) Open Foundation [ Nil ] (ii) Open Foundation: Payment shall be made on completion of a stage i.e. on completion of atleast
one foundation.
(2) Sub-Structure:. Payment against Sub-structure shall be made on pro-rata basis on completion
(2) Sub structure [ Nil ]
of a stage i.e. completion of atleast one sub-structure of abutments/piers upto abutment/pier cap level
of each of the structure.
(3) Super-structure:
Payment shall be made on pro-rata basis on completion of a stage i.e. completion of super- structure
upto deck slab including bearings of at least one span as specified here in under :
(3) Superstructure (including bearing) [ Nil ]
If pre-cast girders/ segments are used, interim payments shall be made at 75% of the cost of that
element, as derived from MoRTH Data Book, applicable SOR of State PWD on Base Date
with tender discount/premium applied thereon.
(4) Wearing Coat: Payment shall be made on completion of wearing coat including expansion joints
(4) wearing coat including expansion joint [ Nil ]
complete in all respects as specified for each of the structure.
(5) Miscellaneous items (like hand rails, crash barriers, (5) Miscellaneous: Payments shall be made on completion of all miscellaneous works like hand rails,
[ Nil ]
road markings etc.) crash barriers, road markings etc. complete in all respects as specified for each of the structure
(6) Wing walls/return walls: Payments shall be made on completion of all wing walls/return walls
(6) wing walls/return walls [ Nil ]
complete in all respects as specified for each of the structure.
(7) Approaches (including retaining walls/ Reinforced (7) Approaches: Payments shall be made on completion of both approaches including stone
[ Nil ]
earth walls, stone pitching, protection works). pitching, protection works, etc. complete in all respects of each structure.
Cost of each structure shall be determined on pro rata basis with respect to the total linear
C.2 - New Elevated section/Flyover/Grade Separators
length (m) of the structures.
(1) Foundation: Payment against foundation shall be made on pro-rata basis on completion of a stage
(1) Foundation [ Nil ]
i.e. completion of atleast one foundation of each of the structure as specified here in under :
(i) Well Foundation (i) Well Foundation
(a) On completion of Cutting Edge + Well Curb (a) Cutting Edge + Well Curb: Payment of 10% shall be made on completion of a stage i.e.
completion of cutting edge + well curb.
(b) Wellsteining : On completion of well steining upto (b) Well steining : Payment of 65% shall be made on completion of well steining upto bottom of
[ Nil ]
bottom of well cap. well cap. The payment stage shall be further sub-divided on pro-rata basis i.e. (i) on completion
(c) On completion of bottom plug + top plug (if upto 10 m and (ii) on completion of each subsequent 5 m or part thereof.
provisioned as per design) + well cap (c) Bottom plug + top plug (if provisioned as per design) + well cap: Payment of 25% shall be made
on completion of a stage i.e. completion of bottom plug, back fill, top plug and well cap.
(ii) Pile Foundation
(i) Pile Foundation
(a) Piling : Payment of 70% shall be made on completion of piling upto bottom of pile cap for each
pile on pro-rata basis.
(a) Piling – On completion of pile upto bottom of pile cap 41.61%
(b) Pile Cap : Payment of 30% shall be made on completion of pile cap.
(b) Pile Cap : On completion of pile cap
In case where load testing is required for foundation, the trigger of first payment shall include load
testing also where specified.
(iii) Open Foundation [ Nil ] (iii) Open Foundation: Payment shall be made on completion of a stage i.e. on completion of atleast
one foundation.
(2) Sub-Structure:. Payment against Sub- structure shall be made on pro-rata basis on completion
(2) Sub structure 18.16%
of a stage i.e. completion of atleast one sub-structure of abutments/piers upto abutment/pier cap level
of each of the structure.
(3) Super-structure:
Payment shall be made on pro-rata basis on completion of a stage i.e. completion of super- structure
upto deck slab including bearings of at least one span as specified here in under:
(3) Superstructure (including bearing) 21.77%
If pre-cast girders/ segments are used, interim payments shall be made at 75% of the cost of that
element, as derived from MoRTH Data Book, applicable SOR of State PWD on Base Date
with tender discount/premium applied thereon.
(4) Wearing Coat: Payment shall be made on completion of wearing coat including expansion joints
(4) wearing coat including expansion joint 2.53%
complete in all respects as specified for each of the structure.
(5) Miscellaneous items (like hand rails, crash barriers, (5) Miscellaneous: Payments shall be made on completion of all miscellaneous works like hand
1.23%
road markings etc.) rails, crash barriers, road markings etc. complete in all respects as specified for each of the structure.
(6) Wing walls/return walls: Payments shall be made on completion of all wing walls/return walls
(6) wing walls/return walls 2.50%
complete in all respects as specified for each of the structure.
(7) Approaches: Payments shall be made on completion of both approaches including stone
pitching, protection works, etc. complete in all respects as specified here in under :
(7) Approaches (including retaining walls/ Reinforced
2.88% If reinforced soil wall is used with facia panel/blocks, interim payment shall be made @75% of
earth walls, stone pitching, protection works).
the Cost of that element as derived from MoRTH data Book. Applicable SOR of State PWD on
Base Date with tender discount/premium applied thereon.
Table 1.3.4
Stage of Payment Weightage Payment Procedure
Unit of measurement is each completed toll plaza. Payment for each toll plaza shall be made on pro
(i) Toll plaza [ Nil ]
rata basis with respect to the total of all toll plazas as specified here in under :
(a) DLC (LHS) : Payment of 12.5% on pro-rata basis shall be made on completion of a stage i.e.
(a) DLC(LHS)
completion of DLC on LHS.
(b) DLC (RHS) : Payment of 12.5% on pro-rata basis shall be made on completion of a stage i.e.
(b) DLC (RHS)
completion of DLC on LHS.
(c) PQC(LHS): Payment of 25% on pro-rata basis shall be made on completion of a stage i.e.
(c) PQC(LHS)
completion of PQC on LHS.
(d) PQC(RHS): Payment of 25% on pro-rata basis shall be made on completion of a stage i.e.
(d) PQC(RHS) completion of PQC on RHS.
(e) Admin Building: Payment of 10% on pro-rata basis shall be made on completion of a stage i.e.
(e) Admin Building completion of Admin Building and miscellaneous works.
(f) Toll Booth, canopy, safety items and all other associated works: Payment of 15% on pro-rata basis
(f) Toll Booth, canopy, safety items and all other shall be made on completion of a stage i.e. completion of Toll Booth, canopy, safety items and all
associated works
other associated works.
(ii) Road side drains
a) Drains: Unit of measurement is linear length in metre . Payment shall be made on pro rata basis on
a) Drain 6.58%
completion of a stage in a length of not less than 100 m on one side.
(b) Cover slabs: Unit of measurement is linear length in metre. Payment shall be made on pro rata
b) Cover Slab 1.13%
basis on completion of a stage in a length of not less than 100 m on one side.
Unit of measurement is linear length in km. Payment shall be made on pro rata basis on completion of
(iii) Road signs, markings, km stones, safety devices etc. 2.67%
a stage in a length of not less than one Km on both sides.
Unit of measurement is each number. Payment shall be made on pro-rata basis on completion of
(iv) Overhead Gantry Mounted Signs 0.07%
each overhead gantry mounted sign
(v) Project facilities
(a) Bus Bay with Bus Shelter 1.01%
(b) Truck laybyes 0.55% Unit of measurement is each number.
(c) Highway Lightening / Electrification 0.61% Payment shall be made on pro rata basis for completed facilities.
(d) Rest area with Toilet Block [ Nil ]
(e) others to specified (Water Harvesting Structures) 0.06%
(vi) Road side plantation 0.18% Unit of measurement is linear length in Km. Payment shall be made on pro rata basis on completion
of one Km.
1.3.5 Electrical utilities and public Health Utilities (Water pipelines and sewage lines) Procedure for estimating the value of other works done shall be as
stated in table 1.3.5:
Table 1.3.5
Stage of Payment Weightage Payment Procedure
Unit of measurement is as per completed activities. Cost per activity shall be determined on pro-rate
basis as per its weightage with reference to total cost of EHT line. Payment shall be made for
completed activity. (The average weightage of major activities (only for payment purpose) in shifting
(i) EHT line
work is
(i)Erection of Poles-20%,
(ii) Conductor stringing including laying of cable- 30%, (iii) DTR erection (if involved)-15% and
(iv)
CostCharging of line including
of each crossing dismantlingon
shall be determined andpro-rata
site clearance-35% (with DTR)
basis with reference andno.
to total 50%ofwithout
crossings.
(ii) EHT crossings DTR)
Payment shall be made for not less than 25% of the crossings subject to a minimum of 4.
Unit of measurement is as per completed activities. Cost per activity shall be determined on pro-rata
(iii) HT/ LT line basis as per its weightage with reference to total cost of LT/ HT line. Payment shall be made for
completed activity. (The average weightage of major activities (only for payment purpose) in shifting
work is
(including transformers if any) 94.14% (i) Erection of Poles-20% (ii) Conductor stringing including laying of cable- 30%, (iii) DTR
erection (if involved)- 10% and (iv) Charging of line including dismantling and site clearance-40%
(with DTR) and 50% without DTR)
Cost of each crossing shall be determined on pro-rata basis with reference to total no. of crossings.
(iv) HT/ LT crossings/ Under Ground Cable Crossings
Payment shall be made for not less than 25% of the crossings subject to completion of minimum of 1
crossings.
Unit of measurements as per completed activities. Cost per activity shall be determined on pro-rata
basis as per its weightage with reference to total cost of pipe line. Payment shall be made for
(v) Water pipeline
completed activity. (The average weightage of major activities (only for payment purpose) in
5.86% shifting work is laying of pipe-50%, Charging of line including all miscellaneous works and
dismantling
Cost of eachand site clearance-50%)
crossing shall be determined on pro-rata basis with reference to total no. of crossings.
(vi) water pipeline crossings & other Items as per Schedule
Payment shall be made for not less than 25% of the crossings subject to a minimum of 8 crossings.
B
Unit of measurement is as per completed activities. Cost per activity shall be determined on pro-rata
basis as per its weightage with reference to total cost of pipe line. Payment shall be made for
(vii) Sewage lines
completed activity. (The average weightage of major activities (only for payment purpose) in
shifting work is laying of pipe-50%, Charging of line including all miscellaneous works and
dismantling and site clearance-50%)
Cost of each crossing shall be determined on pro-rata basis with reference to total no. of crossings.
(viii) Sewage line crossings Payment shall be made for completed activity. (The average weightage of major activities in
shifting work is laying pipe-50%, Charging of line including all miscellaneous works and
dismantling and site clearance-50%)
1. Drawings
Drawings In compliance of the obligations set forth in Clause 10.2 of this Agreement,
the Contractor shall furnish to the Authority’s Engineer, free of cost, all Drawings
listed in Annex-I of this Schedule-I.
2. Additional Drawings: -
If the Authority’s Engineer determines that for discharging its duties and functions
under this Agreement, it requires any drawings other than those listed in Annex-I, it
may by notice require the Contractor to prepare and furnish such drawings
forthwith. Upon receiving a requisition to this effect, the Contractor shall promptly
prepare and furnish such drawings to the Authority’s Engineer, as if such drawings
formed part of Annex-I of this Schedule-I.
Annex – I
(Schedule - I)
List of Drawings
2. Project Milestone-I$
(i) Project Milestone-I shall occur on the date falling on the 384th (Three hundred
Eighty Four) day from the Appointed Date (the “Project Milestone-I”).
(ii) Prior to the occurrence of Project Milestone-I, the Contractor shall have
commenced construction of the Project Highway and submitted to the
Authority duly and validly prepared Stage Payment Statements for an amount
not less than 10% (ten per cent) of the Contract Price.
3. Project Milestone-II$
(i) Project Milestone-II shall occur on the date falling on the 657th (Six hundred
fifty seven) day from the Appointed Date (the “Project Milestone-II”).
(ii) Prior to the occurrence of Project Milestone-II, the Contractor shall have
continued with construction of the Project Highway and submitted to the
Authority duly and validly prepared Stage Payment Statements for an amount
$
If total project length is say ‘L’ km and the unencumbered length along existing road as handed over on the appointed date is ‘L1’ km
(including bypasses, re-alignment, structure etc.) and balance length i.e. ‘L2’ km (L-L1) is to be handed over on a later date as per the
memorandum signed under provision of Clause 8.2.1 of the Contract Document, then the Project Milestone-I, II and III shall be linked to
stage payment statement for amount in percentage of the contract price worked out on prorata basis for the ‘L1’ km length handed over of
balance length, the subsequent Project Milestone shall be linked to stage payment statement for amount in percentage of the total contract
price.
For example:
If the date for Milestone-I and Milestone-II is 438th and 621st day from appointed date and balance ‘L2’ km length is handed over after 621st
day from appointed date, then the stage payment statement required for achieving Milestone-I and Milestone-II should be linked to Contract
Price worked out on prorata basis for the L1 km length [i.e. for Contract Price x L1/L]. Subsequent Milestone i.e. Milestone-III will be
linked to stage payment statement for amount in percentage of the total contract price. In no case, there shall be any change in the
schedule completion date unless extension of time has been granted by the Authority under Clause 10.3 and 10.5 of the contract
agreement.
In order for the above dispensation to come into operation, it is necessary that a suitable mechanism (like escrow account) is evolved
between the parties to the effect that the payments released to the contractor under the above dispensation would be used for completion of
the project in the first instance and shall be available to the Contractor only after meeting his project related commitments.
not less than 40% (thirty per cent) of the Contract Price and should have
started have started with the construction of all bridges .
4. Project Milestone-III$
(i) Project Milestone-III shall occur on the date falling on the 930th (Nine hundred
Thirty) day from the Appointed Date (the “Project Milestone-III”).
(ii) Prior to the occurrence of Project Milestone-III, the Contractor shall have
continued with construction of the Project Highway and submitted to the
Authority duly and validly prepared Stage Payment Statements for an amount
not less than 80% (sixty per cent) of the Contract Price and should have started
construction of all project facilities.
(i) The Scheduled Completion Date shall occur on the 1095th (One thousand
ninety five) day from the Appointed Date.
(ii) On or before the Scheduled Completion Date, the Contractor shall have
completed construction in accordance with this Agreement.
6 Extension of time
Upon extension of any or all of the aforesaid Project Milestones or the
Scheduled Completion Date, as the case may be, under and in accordance
with the provisions of this Agreement, the Project Completion Schedule shall
be deemed to have been amended accordingly.
Schedule-K
(See Clause 12.1.2)
Tests on Completion
1.1 The Contractor shall, no later than 30 (thirty) days prior to the likely completion of
construction, notify the Authority’s Engineer and the Authority of its intent to subject
the Project Highway to Tests, and no later than 10 (ten) days prior to the actual date
of Tests, furnish to the Authority’s Engineer and the Authority detailed inventory
and particulars of all works and equipment forming part of Works.
1.2 The Contractor shall notify the Authority’s Engineer of its readiness to subject the
Project Highway to Tests at any time after 10 (ten) days from the date of such notice,
and upon receipt of such notice, the Authority’s Engineer shall, in consultation with
the Contractor, determine the date and time for each Test and notify the same to the
Authority who may designate its representative to witness the Tests. The Authority’s
Engineer shall thereupon conduct the Tests itself or cause any of the Tests to be
conducted in accordance with Article 12 and this Schedule K.
2 Tests
2.1 Visual and physical test: The Authority’s Engineer shall conduct a visual and
physical check of construction to determine that all works and equipment forming
part thereof conform to the provisions of this Agreement. The physical tests shall
include all the tests specified in IRC code, manual and MORTH specifications for the
road and Bridge works, 5th revision, 2013.
2.2 Riding quality test: Riding quality of each lane of the carriageway shall be checked
with the help of a calibrated bump integrator and the maximum permissible
roughness for purposes of this Test shall be [2,000 (two thousand)] mm for each
kilometer.
2.3 Tests for bridges: All major and minor bridges shall be subjected to the rebound
hammer and ultrasonic pulse velocity tests, to be conducted in accordance with the
procedure described in Special Report No. 17: 1996 of the IRC Highway Research
Board on Nondestructive Testing Techniques, at two spots in every span, to be
chosen at random by the Authority’s Engineer. Bridges with a span of 15 (fifteen)
meters or more shall also be subjected to load testing.
2.4 Other tests: The Authority’s Engineer may require the Contractor to carry out or
cause to be carried additional tests, in accordance with Good Industry Practice, for
determining the compliance of the Project Highway with Specifications and
Standards.
2.5 Environmental audit: The Authority’s Engineer shall carry out a check to determine
conformity of the Project Highway with the environmental requirements set forth in
Applicable Laws and Applicable Permits.
2.6 Safety Audit: The Authority’s Engineer shall carry out or cause to be carried
out, a safety audit to determine conformity of the Project Highway with the
safety requirements and Good Industry Practice.
4. Completion Certificate
Upon successful completion of Tests, the Authority’s Engineer shall issue the
Completion Certificate in accordance with the provisions of Article 12.
Schedule-L
(See Clause 12.2 and 12.4)
PROVISIONAL CERTIFICATE
I, ……………. (Name of the Authority’s Engineer), acting as the Authority’s Engineer,
under and in accordance with the Agreement dated …………. (the “Agreement”), for
construction of the “Four lanning of Mungiakami - Champaknagar section (NH-08)
starting at km 421+850 (design chainage) and ending at km 447+300 (design chainage)
(Length-25.450 km) in the State of Tripura on Engineering, procurement & construction
(EPC) mode” through …………………. (Name of Contractor), hereby certify that the Tests in
accordance with Article 12 of the Agreement have been undertaken to determine compliance of the
Project Highway with the provisions of the Agreement.
1. Works that are incomplete on account of Time Extension have been specified
in the Punch List appended hereto, and the Contractor has agreed and
accepted that it shall complete all such works in the time and manner set forth
in the Agreement. In addition, certain minor works are incomplete and these
are not likely to cause material inconvenience to the Users of the Project
Highway or affect their safety. The Contractor has agreed and accepted that as
a condition of this Provisional Certificate, it shall complete such minor works
within 30 (thirty) days hereof. These minor works have also been specified in
the aforesaid Punch List.
(Signature) (Signature)
Schedule-L
COMPLETION CERTIFICATE
2. It is certified that, in terms of the aforesaid Agreement, all works forming part
of Project Highway have been completed, and the Project Highway is hereby
declared fit for entry into operation on this the….…day of…… 20…….
1.1 Monthly lump sum payments for maintenance shall be reduced in the case of
non-compliance with the Maintenance Requirements set forth in Schedule-E.
1.3 The Authority’s Engineer shall calculate the amount of payment reduction on
the basis of weightage in percentage assigned to non-conforming items as
given in Paragraph 2.
2.2 The amount to be deducted from monthly lump-sum payment for non-
compliance of particular item shall be calculated as under:
R=P/100 x M xL1/L
Where: P = Percentage of particular item//Defect/deficiency for deduction
M = Monthly lump-sum payment in accordance with the Bid
L1 = non-complying length
L = Total length of the road,
R = Reduction (the amount to be deducted for noncompliance for a particular
item/Defect/deficiency)
The total amount of reduction shall be arrived at by summation of reductions for
such items/Defects/deficiency or non-compliance.
For any Defect in a part of one kilometer, the non-conforming length shall be
taken as one kilometer.
Schedule-N
(See Clause 18.1.1)
SELECTION OF AUTHORITY’S ENGINEER
1. Scope
1.1 These Terms of Reference (the “TOR”) for the Authority’s Engineer are being
specified pursuant to the EPC Agreement dated........... (the “Agreement), which has been
entered into between the Ministry of Road Transport and Highways (the “Authority”) and
.......... (the “Contractor”) for “Four lanning of Mungiakami - Champaknagar section
(NH-08) starting at km 421+850 (design chainage) and ending at km 447+300 (design
chainage) (Length-25.450 km) in the State of Tripura on Engineering, procurement &
construction (EPC) mode” and a copy of which is annexed hereto and marked as Annex-A
to form part of this TOR.
1.2 The TOR shall apply to construction and maintenance of the Project Highway.
2. Definitions and interpretation
2.1 The words and expressions beginning with or in capital letters and not
defined herein but defined in the Agreement shall have, unless repugnant to
the context, the meaning respectively assigned to them in the Agreement.
2.2 References to Articles, Clauses and Schedules in this TOR shall, except where
the context otherwise requires, be deemed to be references to the Articles,
Clauses and Schedules of the Agreement, and references to Paragraphs shall
be deemed to be references to Paragraphs of this TOR.
2.3 The rules of interpretation stated in Clauses 1.2, 1.3 and 1.4 of the Agreement
shall apply, mutatis mutandis, to this TOR.
3. General
3.1 The Authority’s Engineer shall discharge its duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional integrity and Good
Industry Practice.
3.2 The Authority’s Engineer shall perform the duties and exercise the authority in
accordance with the provisions of this Agreement, but subject to obtaining prior
written approval of the Authority before determining:
(a) any Time extension;
(b) any additional cost to be paid by the Authority to the Contractor;
(c) the Termination Payment; or
(d) any other matter which is not specified in (a), (b) or (c) above and which
creates an obligation or liability on either Party for a sum exceeding 0.2% of
Contract Price.
3.3 The Authority’s Engineer shall submit regular periodic reports, at least once every
month, to the Authority in respect of its duties and functions under this Agreement.
Such reports shall be submitted by the Authority’s Engineer within 10 (ten) days of
the beginning of every month.
3.4 The Authority’s Engineer shall inform the Contractor of any delegation of its
duties and responsibilities to its suitably qualified and experienced personnel;
provided, however, that it shall not delegate the authority to refer any matter
for the Authority’s prior approval in accordance with the provisions of Clause
18.2.
3.5 The Authority’s Engineer shall aid and advise the Authority on any proposal
for Change of Scope under Article 13.
3.6 In the event of any disagreement between the Parties regarding the meaning,
scope and nature of Good Industry Practice, as set forth in any provision of
the Agreement, the authority’s Engineer shall specify such meaning, scope
and nature by issuing a reasoned written statement relying on good industry
practice and authentic literature.
4 Construction Period
4.1 During the Construction Period, the Authority’s Engineer shall review the
Drawings furnished by the Contractor along with supporting data, including
the geo-technical and hydrological investigations, characteristics of materials
from borrow areas and quarry sites, topographical surveys, and the
recommendations of the Safety Consultant in accordance with the provisions
of Clause 10.1.6. The Authority’s Engineer shall complete such review and
send its observations to the Authority and the Contractor within 15 (fifteen)
days of receipt of such Drawings; provided, however that in case of a Major
Bridge or Structure, the aforesaid period of 15 (fifteen) days may be extended
upto 30 (thirty) days. In particular, such comments shall specify the
conformity or otherwise of such Drawings with the Scope of the Project and
Specifications and Standards.
4.2 The Authority’s Engineer shall review any revised Drawings sent to it by the
Contractor and furnish its comments within 10 (ten) days of receiving such
Drawings.
4.3 The Authority’s Engineer shall review the Quality Assurance Plan submitted
by the Contractor and shall convey its comments to the Contractor within a
period of 21 (twenty-one) days stating the modifications, if any, required
thereto.
4.4 The Authority’s Engineer shall complete the review of the methodology
proposed to be adopted by the Contractor for executing the Works, and
convey its comments to the Contractor within a period of 10 (ten) days from
the date of receipt of the proposed methodology from the Contractor.
4.5 The Authority’s Engineer shall grant written approval to the Contractor,
where necessary, for interruption and diversion of the flow of traffic in the
existing lane(s) of the Project Highway for purposes of maintenance during
the Construction Period in accordance with the provisions of Clause 10.4.
4.6 The Authority’s Engineer shall review the monthly progress report furnished
by the Contractor and send its comments thereon to the Authority and the
Contractor within 7 (seven) days of receipt of such report.
4.7 The Authority’s Engineer shall inspect the Construction Works and the Project
Highway and shall submit a monthly Inspection Report bringing out the
results of inspections and the remedial action taken by the Contractor in
respect of Defects or deficiencies. In particular, the Authority’s Engineer shall
include in its Inspection Report, the compliance of the recommendations made
by the Safety Consultant.
4.8 The Authority’s Engineer shall conduct the pre-construction review of
manufacturer's test reports and standard samples of manufactured Materials,
and such other Materials as the Authority’s Engineer may require.
4.9 For determining that the Works conform to Specifications and Standards, the
Authority’s Engineer shall require the Contractor to carry out, or cause to be
carried out, tests at such time and frequency and in such manner as specified
in the Agreement and in accordance with Good Industry Practice for quality
assurance. For purposes of this Paragraph 4.9, the tests specified in the IRC
Special Publication-11 (Handbook of Quality Control for Construction of
Roads and Runways) and the Specifications for Road and Bridge Works
issued by MORTH (the “Quality Control Manuals”) or any
modification/substitution thereof shall be deemed to be tests conforming to
Good Industry Practice for quality assurance.
4.10 The Authority’s Engineer shall test check at least 20 (twenty) percent of the
quantity or number of tests prescribed for each category or type of test for
quality control by the Contractor.
4.11 The timing of tests referred to in Paragraph 4.9, and the criteria for
acceptance/ rejection of their results shall be determined by the Authority’s
Engineer in accordance with the Quality Control Manuals. The tests shall be
undertaken on a random sample basis and shall be in addition to, and
independent of, the tests that may be carried out by the Contractor for its own
quality assurance in accordance with Good Industry Practice.
4.12 In the event that results of any tests conducted under Clause 11.10 establish
any Defects or deficiencies in the Works, the Authority’s Engineer shall
require the Contractor to carry out remedial measures.
4.13 The Authority’s Engineer may instruct the Contractor to execute any work
which is urgently required for the safety of the Project Highway, whether
because of an accident, unforeseeable event or otherwise; provided that in case
of any work required on account of a Force Majeure Event, the provisions of
Clause 21.6 shall apply.
4.14 In the event that the Contractor fails to achieve any of the Project Milestones,
the Authority’s Engineer shall undertake a review of the progress of
construction and identify potential delays, if any. If the Authority’s Engineer
shall determine that completion of the Project Highway is not feasible within
the time specified in the Agreement, it shall require the Contractor to indicate
within 15 (fifteen) days the steps proposed to be taken to expedite progress,
and the period within which the Project Completion Date shall be achieved.
Upon receipt of a report from the Contractor, the Authority’s Engineer shall
review the same and send its comments to the Authority and the Contractor
forthwith.
4.15 The Authority’s Engineer shall obtain from the Contractor a copy of all the
Contractor’s quality control records and documents before the Completion
Certificate is issued pursuant to Clause 12.4.
4.16 Authority’s Engineer may recommend to the Authority suspension of the
whole or part of the Works if the work threatens the safety of the Users and
pedestrians. After the Contractor has carried out remedial measure, the
Authority’s Engineer shall inspect such remedial measures forthwith and
make a report to the Authority recommending whether or not the suspension
hereunder may be revoked.
4.17 In the event that the Contractor carries out any remedial measures to secure
the safety of suspended works and Users, and requires the Authority’s
Engineer to inspect such works, the Authority’s Engineer shall inspect the
suspended works within 3 (three) days of receiving such notice, and make a
report to the Authority forthwith, recommending whether or not such
suspension may be revoked by the Authority.
4.18 The Authority’s Engineer shall carry out, or cause to be carried out, all the
Tests specified in Schedule-K and issue a Completion Certificate or
Provisional Certificate, as the case may be. For carrying out its functions under
this Paragraph 4.18 and all matters incidental thereto, the Authority’s
Engineer shall act under and in accordance with the provisions of Article 12
and Schedule-K.
5. Maintenance Period
5.1 The Authority’s Engineer shall aid and advise the Contractor in the
preparation of its monthly Maintenance Programme and for this purpose
carry out a joint monthly inspection with the Contractor.
5.2 The Authority’s Engineer shall undertake regular inspections, at least once
every month, to evaluate compliance with the Maintenance Requirements and
submit a Maintenance Inspection Report to the Authority and the Contractor.
5.3 The Authority’s Engineer shall specify the tests, if any, that the Contractor
shall carry out, or cause to be carried out, for the purpose of determining that
the Project Highway is in conformity with the Maintenance Requirements. It
shall monitor and review the results of such tests and the remedial measures,
if any, taken by the Contractor in this behalf.
5.4 In respect of any defect or deficiency referred to in Paragraph 3 of Schedule- E,
the Authority’s Engineer shall, in conformity with Good Industry Practice,
specify the permissible limit of deviation or deterioration with reference to the
Specifications and Standards and shall also specify the time limit for repair or
rectification of any deviation or deterioration beyond the permissible limit.
5.5 The Authority’s Engineer shall examine the request of the Contractor for
closure of any lane(s) of the Project Highway for undertaking
maintenance/repair thereof, and shall grant permission with such
modifications, as it may deem necessary, within 5 (five) days of receiving a
request from the Contractor. Upon expiry of the permitted period of closure,
the Authority’s Engineer shall monitor the reopening of such lane(s), and in
case of delay, determine the Damages payable by the Contractor to the
Authority under Clause 14.5.
6 Determination of costs and time
6.1 The Authority’s Engineer shall determine the costs, and/or their
reasonableness, that are required to be determined by it under the Agreement.
6.2 The Authority’s Engineer shall determine the period of Time Extension that is
required to be determined by it under the Agreement.
6.3 The Authority’s Engineer shall consult each Party in every case of
determination in accordance with the provisions of Clause 18.5.
7. Payments
7.1 The Authority’s Engineer shall withhold payments for the affected works for
which the Contractor fails to revise and resubmit the Drawings to the
Authority’s Engineer in accordance with the provisions of Clause 10.2.4 (d).
7.2 Authority’s Engineer shall -
(a) within 10 (ten) days of receipt of the Stage Payment Statement from the
Contractor pursuant to Clause 19.4, determine the amount due to the
Contractor and recommend the release of 90 (ninety) percent of the amount so
determined as part payment, pending issue of the Interim Payment Certificate;
and
(b) within 15 (fifteen) days of the receipt of the Stage Payment Statement referred
to in Clause 19.4, deliver to the Authority and the Contractor an Interim
Payment Certificate certifying the amount due and payable to the Contractor,
after adjustments in accordance with the provisions of Clause 19.10.
7.3 The Authority’s Engineer shall, within 15 (fifteen) days of receipt of the
Monthly Maintenance Statement from the Contractor pursuant to Clause 19.6,
verify the Contractor’s monthly statement and certify the amount to be paid to
the Contractor in accordance with the provisions of the Agreement.
7.4 The Authority’s Engineer shall certify final payment within 30 (thirty) days of
the receipt of the final payment statement of Maintenance in accordance with
the provisions of Clause 19.16.
9.2 The Authority's Engineer shall retain at least one copy each of all Drawings
and Documents received by it, including 'as-built' Drawings, and keep them in
its safe custody.
9.3 Within 90 (ninety) days of the Project Completion Date, the Authority's
Engineer shall obtain a complete set of as-built Drawings, in 2 (two) hard
copies and in micro film form or in such other medium as may be acceptable
to the Authority, reflecting the Project Highway as actually designed,
engineered and constructed, including an as-built survey illustrating the
layout of the Project Highway and setback lines, if any, of the buildings and
structures forming part of Project Facilities; and shall hand them over to the
Authority against receipt thereof.
9.4 The Authority's Engineer, if called upon by the Authority or the Contractor or
both, shall mediate and assist the Parties in arriving at an amicable settlement
of any Dispute between the Parties.
9.5 The Authority's Engineer shall inform the Authority and the Contractor of any
event of Contractor's Default within one week of its occurrence.
SCHEDULE - O
(a) The estimated amount for the Works executed in accordance with Clause
19.3.1 subsequent to the last claim;
(b) Amounts reflecting adjustments in price for the aforesaid claim;
(c) The estimated amount of each Change of Scope Order executed
subsequent to the last claim;
(d) Amounts reflecting adjustment in price, if any, for (c) above in
accordance with the provisions of Clause 13.2.3 (a);
(e) Total of (a), (b), (c) and (d) above;
(f) Deductions:
(i) Any amount to be deducted in accordance with the provisions of the
Agreement except taxes;
(ii) Any amount towards deduction of taxes; and
(iii) Total of (i) and (ii) above.
Note: The Contractor shall submit its claims in a form acceptable to the Authority.
Note: The Contractor shall submit its claims in a form acceptable to the Authority.
Schedule-P
(See Clause 20.1)
INSURANCE
1.1 The Contractor shall effect and maintain at its own cost, from the Appointed
Date till the date of issue of the last Completion Certificate, the following
insurances for any loss or damage occurring on account of Non Political Event
of Force Majeure, malicious act, accidental damage, explosion, fire and
terrorism:
(a) insurance of Works, Plant and Materials and an additional sum of [15
(fifteen)] per cent of such replacement cost to cover any additional costs
of and incidental to the rectification of loss or damage including
professional fees and the cost of demolishing and removing any part of
the Works and of removing debris of whatsoever nature; and
(b) Insurance for the Contractor’s equipment and Documents brought onto
the Site by the Contractor, for a sum sufficient to provide for their
replacement at the Site.
1.2 The insurance under paragraph 1.1 (a) and (b) above shall cover the authority
and the Contractor against all loss or damage from whatsoever cause arising
under paragraph 1.1 other than risks which are not insurable at commercial
terms.
The Contractor shall effect and maintain insurance cover for the works from
the date of issue of the Completion Certificate until the end of the Defects
Liability Period for any loss or damage for which the Contractor is liable and
arises from a cause occurring prior to the issue of Completion Certificate. The
Contractor shall also maintain other insurances for maximum sums as may be
required under the Applicable Laws and in accordance with Good Industry
Practice.
3. Insurance against injury to persons and damage to property
3.1. The Contractor shall insure against each Party’s liability for any loss, damage,
death or bodily injury which may occur to any physical property (except
things insured under Paragraph l and 2 of this Schedule or to any person
(except persons insured under Clause 20.9), which may arise out of the
Contractor’s performance of this Agreement. This insurance shall be for a limit
per occurrence of not less than the amount stated below with no limit on the
number of occurrences. The insurance cover shall be not less than: Rs. [*****]
3.2 The insurance shall be extended to cover liability for all loss and damage to
the Authority’s property arising out of the Contractor’s performance of this
Agreement excluding:
(a) the Authority’s right to have the construction works executed on, over,
under, in or through any land, and to occupy this land for the Works; and
The insurance under paragraphs 1 to 3 above shall be in the joint names of the
Contractor and the Authority.
SCHEDULE-Q
(See Clause 14.10)
(Signature)
(Name of Authority’s Engineer)
(Address)
SCHEDULE-S
(See Clause 17.7.2)
Performance Certificate
I, ……………………. (Name and designation of the Authority’s representative) under and
in accordance with the Agreement dated ………… (the “Agreement”), for [construction
and maintenance of the “Four lanning of Mungiakami - Champaknagar section (NH-08)
starting at km 421+850 (design chainage) and ending at km 447+300 (design chainage)
(Length-25.450 km) in the State of Tripura on Engineering, procurement & construction
(EPC) mode” …………………. (Name of Contractor), hereby certify that the Contractor has
discharged all its obligations under the Agreement and in accordance with Article 17 of the
Agreement I hereby issue Performance Certificate to the Contractor on this day.........
(Signature)
(Name of Authority’s Engineer)
(Address)
SCHEDULE-T
(See Clause 19.1.6)
Name of A B C D
Currency Amount Rate of Local Currency Percentage of Net Bid
of Exchange* Equivalent Price (NTP)
Currenc (Local (100 x C) / NTP
y Currency per
Unit of
Foreign
Currency)
Local
Currency
(Indian
Rupees)
Foreign
Currency 1
(Japanese Yen)
Foreign
Currency 2
(US Dollar)
Net Bid Price 100.00
* The fixed rates of exchange shall be the selling rates 28 days prior to the deadline for
submission of bids published by the Reserve Bank of India.
1. Change in scope would require agreement between parties on currency.
2. Regarding damages by the Authority, financing charges for a payment delay will
be in corresponding currency amounts.
3. Delay damages will be recovered in currencies in proportion which in which
contract price is payable.