0% found this document useful (0 votes)
73 views

Schedules nhidcl

The document outlines the schedule for the four-laning of the Mungiakami - Champaknagar section of NH-08 in Tripura, covering a length of 25.450 km. It includes details about the project site, right of way specifications, and environmental clearances. The project is set to be executed on an Engineering, Procurement, and Construction (EPC) basis, with specific alignment plans provided for sections requiring upgrades.

Uploaded by

Rajneesh Jhorad
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
73 views

Schedules nhidcl

The document outlines the schedule for the four-laning of the Mungiakami - Champaknagar section of NH-08 in Tripura, covering a length of 25.450 km. It includes details about the project site, right of way specifications, and environmental clearances. The project is set to be executed on an Engineering, Procurement, and Construction (EPC) basis, with specific alignment plans provided for sections requiring upgrades.

Uploaded by

Rajneesh Jhorad
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 240

Ministry of Road Transport & Highways,

(Govt. of India)

SCHEDULES

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)”

JAN, 2025

National Highways & Infrastructure Development Corporation Ltd


1st and 2nd Floor, Tower A, World Trade Center, Nauroji Nagar.

New Delhi – 110029


Schedule-A
Schedule- A

(See Clauses 2.1 and 8.1)


Site of the Project

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.

S. Existing Chainage (km) Length Carriageway


Remarks
N. From To (m) Width (m)
1 421+850 435+290 13440 7.0
2 435+290 436+300 1010 2x7.5 Teliamura Town
3 436+300 454+570 18270 7.0
Total 32720

4. Major Bridges
The Site includes the following Major Bridges:

S. Chainage Type of super structures No. of Spans with span Width


N. (km) Foundation Substructure Superstructure length (m) (m)
Pile
1 435+150 RCC Pier PSC Girder 3x30 10
foundation
5. Road over-bridges (ROB)/ Road under-bridges (RUB)
The Site includes the following ROB (road over railway line)/RUB (road under railway line):
S. Chainage Type of Structure No. of Spans with Width ROB/RUB
N. (km) Foundation Superstructure span length (m) (m)
NIL

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:

Type of super structures No. of Spans


S. Chainage Width
with span
N. (km) Foundation Sub- structure Superstructure (m)
length (m)
Pile
1 436+670 RCC Abutment T Beam Girder 1 X 12 7
foundation
Open
2 436+950 RCC Abutment RCC Solid Slab 3X5 11
Foundation
Pile
3 438+250 RCC Abutment PSC Girder 1 X 32 7
foundation
Pile
4 438+870 RCC Abutment T Beam Girder 1 X 21 7
foundation
Pile
5 440+500 RCC Abutment T Beam Girder 1 X 21 7
foundation
Pile
6 441+350 RCC Abutment T Beam Girder 1 X 16 7
foundation
Pile
7 443+020 RCC Abutment T Beam Girder 1 X 12 7
foundation
Pile
8 453+720 RCC Abutment PSC Girder 1 X 28 7
foundation
8. Railway level crossings
The Site includes the following railway level crossings:
S. No. Location (km) Remarks
NIL

9. Underpasses (vehicular, non-vehicular)


The Site includes the following underpasses:
S. Chainage No. of Spans with span length
Type of Structure Width(m)
N. (km) (m)
NIL
10. Culverts
The Site has the following culverts:
S. Span /Opening with
Chainage (km) Type of Culvert Remarks
N. span length (m)
1 423+980 Slab 1x1.5
2 424+370 Pipe 2x0.9
3 424+700 Pipe 1x0.9
4 424+900 Pipe 1x0.9
5 425+050 Pipe 1x0.9
6 425+420 Pipe 1x0.9
7 429+000 Pipe 1x0.9
8 429+280 Pipe 1x0.9
9 429+410 Slab 1x1.5
10 429+485 Pipe 1x0.9
11 429+530 Pipe 1x0.9
12 429+630 Pipe 1x0.9
13 429+990 Slab 1x1
14 430+250 Pipe 1x0.9
15 430+890 Slab 1x1
16 431+335 Pipe 1x0.9
17 431+935 Pipe 1x0.9
18 434+125 Pipe 1x0.9
19 436+490 Pipe 1x0.6
20 438+580 Slab 1x1.5
21 439+835 Blocked -
22 440+595 Blocked -
S. Span /Opening with
Chainage (km) Type of Culvert Remarks
N. span length (m)
23 441+140 Pipe 1x0.9
24 441+600 Pipe 2x0.9
25 442+000 Slab 1x3
26 442+060 Slab 1x4
27 442+565 Slab 1x3
28 445+800 Slab 1x1.5
29 446+000 Slab 1x1
30 453+285 Pipe 1x0.9

11. Bus bays


The details of bus bays on the Site are as follows:

S. N. Chainage(km) Length (m) Left Hand Side Right Hand side


NIL
12. Truck Lay byes
The details of truck lay byes are as follows:

S. N. Chainage (km) Length (m) Left Hand Side Right Hand side
NIL

13. Roadside drains


The details of the roadside drains are as follows:
Location Type
S. N.
From km to km Masonry/CC (Pucca) Earthen (Kutcha)
NIL

14. Major Junctions


The details of major junctions are as follow.
Type of
S.N. Ex. Chainage Side Leading To Type of pavement Remarks
Junction
1 435+885 T LEFT AMARPUR BT
2 436+800 Y RIGHT KHOWAI BT

(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

17. Road Length passing through Forest Area


Following stretches of project road are passing through Forest Area
Ex. Chainage Length Land Use as per
Remark
From (Km) To (Km) (in km) Cadastal Maps
421+850 428+100 6.350 Forest Khowai District
439+400 441+565 2.165 Forest Khowai District
441+565 454+570 5.735 Forest West Tripura District

18. Details of Existing Utilities Schedule


The existing utilities schedules as below,
17.1 Electrical Utilities
The Site includes the following Electrical Utilities: -
(a) Extra High-Tension Lines (EHT Lines)
Length of line(km) Nos. of Crossings
S. Chainage Maintained by Maintained by TPTL Remarks
N. TPTL Department Department
From To 400KV 132KV 400KV 132KV
1 421+850 447+300 - 1.830 - - 04 nos. of 132 KV HT Tower
b) High Tension/Low Tension Lines (HT/LT Lines)
Chainage No of Poles Nos. of Crossings Transformer
S.No
From To HT 33KV HT 11KV LT 230V / LT 440V HT 33KV HT 11KV LT 230V / LT 440V No Capacity
1 500
9 100
1 421+850 447+300 - 166 703 - - - 8 63
7 25
1 16
__ nos. of Distribution Transformer

c) Public Health Utilities (Water/Sewage Pipelines)


(a) The Site includes the following Public Health Utilities: -
Chainage Length (in m) Crossings (in m) Remarks
Water Supply Line Sewage Line Water Supply Line Sewage Line
S.No With With With With
From To With With With With
Gravity Gravity Gravity Gravity
Pumping Pumping Pumping Pumping
Flow Flow Flow Flow

1 421+850 447+300 1200 - - - 601.25 - - - -


(b) Bore well/Hand Pump within RoW

Bore Well** Hand Pump


Sl. No.
Chainage Nos Chainage Nos
NIL

(c) Water Tank within RoW

Water Tank
Sl. No. Capacity
Chainage Nos
NIL

d) Any Other Items: 2no.

Other Items
Sl. No. Nos
Items

19. Other Structures: NIL


Annex–II
(As per Clause 8.3 (i))
(Schedule-A)
Dates for providing Right of Way of Construction Zone
The dates on which the Authority shall provide Right of Way of Construction Zone to the Contractor
on different stretches of the Site are stated below:
(i) Full Right of Way (full width)

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)

Within180 days after Appointed


Date
Annex - III

(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)

Centre Line Coordinates of the Project Road

Centre line Centre line


S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
1 421850 368788.209 2641630.259 42 422660 368592.457 2641001.012
2 421860 368779.625 2641625.130 43 422680 368604.919 2640985.370
3 421880 368762.456 2641614.872 44 422700 368616.906 2640969.361
4 421900 368745.288 2641604.613 45 422720 368628.264 2640952.901
5 421920 368728.119 2641594.354 46 422740 368638.836 2640935.927
6 421940 368710.951 2641584.096 47 422760 368648.548 2640918.445
7 421960 368693.782 2641573.837 48 422780 368657.374 2640900.500
8 421980 368676.613 2641563.579 49 422800 368665.292 2640882.137
9 422000 368659.445 2641553.320 50 422820 368672.283 2640863.400
10 422020 368642.276 2641543.062 51 422840 368678.328 2640844.338
11 422040 368625.118 2641532.786 52 422860 368683.413 2640824.998
12 422060 368608.403 2641521.809 53 422880 368687.525 2640805.427
13 422080 368592.406 2641509.810 54 422900 368690.654 2640785.675
14 422100 368577.190 2641496.835 55 422920 368692.791 2640765.792
15 422120 368562.815 2641482.935 56 422940 368693.933 2640745.827
16 422140 368549.335 2641468.165 57 422960 368694.113 2640725.829
17 422160 368536.804 2641452.581 58 422980 368693.486 2640705.840
18 422180 368525.272 2641436.245 59 423000 368692.225 2640685.880
19 422200 368514.782 2641419.221 60 423020 368690.504 2640665.955
20 422220 368505.375 2641401.574 61 423040 368688.498 2640646.056
21 422240 368497.090 2641383.375 62 423060 368686.379 2640626.168
22 422260 368489.957 2641364.694 63 423080 368684.252 2640606.282
23 422280 368484.005 2641345.603 64 423100 368682.124 2640586.395
24 422300 368479.257 2641326.178 65 423120 368679.997 2640566.509
25 422320 368475.732 2641306.495 66 423140 368677.870 2640546.622
26 422340 368473.442 2641286.630 67 423160 368675.743 2640526.736
27 422360 368472.398 2641266.660 68 423180 368673.616 2640506.849
28 422380 368472.604 2641246.664 69 423200 368671.489 2640486.963
29 422400 368474.058 2641226.721 70 423220 368669.362 2640467.076
30 422420 368476.755 2641206.906 71 423240 368667.234 2640447.189
31 422440 368480.684 2641187.300 72 423260 368665.107 2640427.303
32 422460 368485.830 2641167.976 73 423280 368662.980 2640407.416
33 422480 368492.173 2641149.012 74 423300 368660.853 2640387.530
34 422500 368499.688 2641130.481 75 423320 368658.726 2640367.643
35 422520 368508.345 2641112.456 76 423340 368656.599 2640347.757
36 422540 368518.112 2641095.007 77 423360 368654.471 2640327.870
37 422560 368528.950 2641078.201 78 423380 368652.344 2640307.984
38 422580 368540.816 2641062.106 79 423400 368650.217 2640288.097
39 422600 368553.625 2641046.749 80 423420 368648.090 2640268.210
40 422620 368566.676 2641031.594 81 423440 368645.963 2640248.324
41 422640 368579.663 2641016.384 82 423460 368643.836 2640228.437
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
83 423480 368641.708 2640208.551 131 424440 368503.125 2639262.248
84 423500 368639.581 2640188.664 132 424460 368493.982 2639244.462
85 423520 368637.454 2640168.778 133 424480 368484.251 2639226.990
86 423540 368635.327 2640148.891 134 424500 368473.943 2639209.852
87 423560 368633.200 2640129.005 135 424520 368463.070 2639193.067
88 423580 368631.073 2640109.118 136 424540 368451.643 2639176.653
89 423600 368628.945 2640089.231 137 424560 368439.676 2639160.630
90 423620 368626.818 2640069.345 138 424580 368427.181 2639145.015
91 423640 368624.691 2640049.458 139 424600 368414.173 2639129.824
92 423660 368622.564 2640029.572 140 424620 368400.666 2639115.075
93 423680 368620.437 2640009.685 141 424640 368386.675 2639100.785
94 423700 368618.310 2639989.799 142 424660 368372.215 2639086.969
95 423720 368616.183 2639969.912 143 424680 368357.303 2639073.643
96 423740 368614.055 2639950.025 144 424700 368341.955 2639060.821
97 423760 368611.928 2639930.139 145 424720 368326.188 2639048.517
98 423780 368609.801 2639910.252 146 424740 368310.020 2639036.746
99 423800 368607.674 2639890.366 147 424760 368293.469 2639025.521
100 423820 368605.547 2639870.479 148 424780 368276.553 2639014.853
101 423840 368603.420 2639850.593 149 424800 368259.297 2639004.744
102 423860 368601.292 2639830.706 150 424820 368241.774 2638995.104
103 423880 368599.165 2639810.820 151 424840 368224.074 2638985.792
104 423900 368597.038 2639790.933 152 424860 368206.279 2638976.663
105 423920 368594.911 2639771.046 153 424880 368188.461 2638967.580
106 423940 368592.784 2639751.160 154 424900 368170.642 2638958.497
107 423960 368590.657 2639731.273 155 424920 368152.823 2638949.414
108 423980 368588.529 2639711.387 156 424940 368135.005 2638940.332
109 424000 368586.402 2639691.500 157 424960 368117.186 2638931.249
110 424020 368584.275 2639671.614 158 424980 368099.367 2638922.167
111 424040 368582.148 2639651.727 159 425000 368081.548 2638913.084
112 424060 368580.021 2639631.841 160 425020 368063.730 2638904.001
113 424080 368577.894 2639611.954 161 425040 368045.911 2638894.919
114 424100 368575.767 2639592.067 162 425060 368028.092 2638885.836
115 424120 368573.639 2639572.181 163 425080 368010.274 2638876.753
116 424140 368571.512 2639552.294 164 425100 367992.455 2638867.671
117 424160 368569.385 2639532.408 165 425120 367974.636 2638858.588
118 424180 368567.258 2639512.521 166 425140 367956.818 2638849.506
119 424200 368565.126 2639492.635 167 425160 367938.999 2638840.423
120 424220 368562.901 2639472.759 168 425180 367921.180 2638831.340
121 424240 368560.420 2639452.914 169 425200 367903.361 2638822.258
122 424260 368557.518 2639433.126 170 425220 367885.543 2638813.175
123 424280 368554.037 2639413.433 171 425240 367867.724 2638804.093
124 424300 368549.904 2639393.865 172 425260 367849.905 2638795.010
125 424320 368545.121 2639374.446 173 425280 367832.087 2638785.927
126 424340 368539.694 2639355.198 174 425300 367814.268 2638776.845
127 424360 368533.628 2639336.141 175 425320 367796.449 2638767.762
128 424380 368526.930 2639317.297 176 425340 367778.631 2638758.680
129 424400 368519.609 2639298.686 177 425360 367760.970 2638749.295
130 424420 368511.670 2639280.330 178 425380 367743.699 2638739.214
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
179 425400 367726.844 2638728.450 227 426360 367279.182 2637919.652
180 425420 367710.433 2638717.020 228 426380 367272.676 2637900.739
181 425440 367694.489 2638704.948 229 426400 367266.171 2637881.827
182 425460 367678.739 2638692.622 230 426420 367259.665 2637862.915
183 425480 367662.988 2638680.297 231 426440 367253.159 2637844.003
184 425500 367647.237 2638667.971 232 426460 367246.653 2637825.090
185 425520 367631.487 2638655.646 233 426480 367240.148 2637806.178
186 425540 367615.736 2638643.321 234 426500 367233.642 2637787.266
187 425560 367599.985 2638630.995 235 426520 367227.136 2637768.353
188 425580 367584.235 2638618.670 236 426540 367220.631 2637749.441
189 425600 367568.484 2638606.344 237 426560 367214.125 2637730.529
190 425620 367552.733 2638594.019 238 426580 367207.619 2637711.616
191 425640 367536.983 2638581.693 239 426600 367201.113 2637692.704
192 425660 367521.309 2638569.272 240 426620 367194.608 2637673.792
193 425680 367506.481 2638555.858 241 426640 367188.102 2637654.879
194 425700 367492.772 2638541.303 242 426660 367181.596 2637635.967
195 425720 367480.271 2638525.698 243 426680 367175.090 2637617.055
196 425740 367469.056 2638509.145 244 426700 367168.585 2637598.143
197 425760 367459.201 2638491.748 245 426720 367162.079 2637579.230
198 425780 367450.767 2638473.619 246 426740 367155.573 2637560.318
199 425800 367443.809 2638454.874 247 426760 367149.068 2637541.406
200 425820 367437.959 2638435.749 248 426780 367142.562 2637522.493
201 425840 367432.163 2638416.607 249 426800 367136.056 2637503.581
202 425860 367426.368 2638397.465 250 426820 367129.550 2637484.669
203 425880 367420.573 2638378.323 251 426840 367123.045 2637465.756
204 425900 367414.777 2638359.181 252 426860 367116.539 2637446.844
205 425920 367408.982 2638340.039 253 426880 367110.033 2637427.932
206 425940 367403.187 2638320.898 254 426900 367103.527 2637409.019
207 425960 367397.391 2638301.756 255 426920 367097.022 2637390.107
208 425980 367391.596 2638282.614 256 426940 367090.516 2637371.195
209 426000 367385.801 2638263.472 257 426960 367084.010 2637352.282
210 426020 367380.005 2638244.330 258 426980 367077.505 2637333.370
211 426040 367374.210 2638225.188 259 427000 367070.999 2637314.458
212 426060 367368.415 2638206.046 260 427020 367064.483 2637295.549
213 426080 367362.619 2638186.904 261 427040 367057.851 2637276.681
214 426100 367356.824 2638167.762 262 427060 367050.939 2637257.913
215 426120 367351.029 2638148.620 263 427080 367043.587 2637239.314
216 426140 367345.233 2638129.478 264 427100 367035.640 2637220.962
217 426160 367339.438 2638110.336 265 427120 367026.948 2637202.951
218 426180 367333.643 2638091.194 266 427140 367017.397 2637185.382
219 426200 367327.847 2638072.052 267 427160 367006.979 2637168.312
220 426220 367322.052 2638052.910 268 427180 366995.720 2637151.784
221 426240 367316.257 2638033.768 269 427200 366983.650 2637135.840
222 426260 367310.460 2638014.627 270 427220 366970.798 2637120.519
223 426280 367304.549 2637995.520 271 427240 366957.197 2637105.859
224 426300 367298.448 2637976.474 272 427260 366942.887 2637091.889
225 426320 367292.156 2637957.489 273 427280 366927.982 2637078.555
226 426340 367285.688 2637938.564 274 427300 366912.621 2637065.749
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
275 427320 366896.929 2637053.350 323 428280 366032.498 2636696.766
276 427340 366881.021 2637041.227 324 428300 366012.704 2636693.905
277 427360 366865.008 2637029.245 325 428320 365992.910 2636691.045
278 427380 366848.976 2637017.288 326 428340 365973.115 2636688.184
279 427400 366832.944 2637005.330 327 428360 365953.321 2636685.323
280 427420 366816.913 2636993.372 328 428380 365933.527 2636682.463
281 427440 366800.881 2636981.415 329 428400 365913.732 2636679.602
282 427460 366784.849 2636969.457 330 428420 365893.938 2636676.742
283 427480 366768.818 2636957.500 331 428440 365874.144 2636673.881
284 427500 366752.786 2636945.542 332 428460 365854.349 2636671.020
285 427520 366736.754 2636933.584 333 428480 365834.555 2636668.160
286 427540 366720.722 2636921.627 334 428500 365814.760 2636665.299
287 427560 366704.691 2636909.669 335 428520 365794.966 2636662.438
288 427580 366688.659 2636897.712 336 428540 365775.172 2636659.578
289 427600 366672.627 2636885.754 337 428560 365755.377 2636656.717
290 427620 366656.596 2636873.797 338 428580 365735.583 2636653.856
291 427640 366640.564 2636861.839 339 428600 365715.789 2636650.996
292 427660 366624.517 2636849.902 340 428620 365695.994 2636648.135
293 427680 366608.370 2636838.100 341 428640 365676.200 2636645.274
294 427700 366592.025 2636826.575 342 428660 365656.406 2636642.414
295 427720 366575.389 2636815.475 343 428680 365636.611 2636639.553
296 427740 366558.381 2636804.954 344 428700 365616.817 2636636.692
297 427760 366540.936 2636795.178 345 428720 365597.031 2636633.771
298 427780 366523.030 2636786.272 346 428740 365577.275 2636630.657
299 427800 366504.702 2636778.273 347 428760 365557.552 2636627.345
300 427820 366485.997 2636771.200 348 428780 365537.862 2636623.836
301 427840 366466.962 2636765.070 349 428800 365518.208 2636620.133
302 427860 366447.651 2636759.870 350 428820 365498.567 2636616.361
303 427880 366428.142 2636755.469 351 428840 365478.926 2636612.589
304 427900 366408.501 2636751.704 352 428860 365459.285 2636608.817
305 427920 366388.775 2636748.407 353 428880 365439.644 2636605.045
306 427940 366369.001 2636745.408 354 428900 365420.002 2636601.273
307 427960 366349.208 2636742.536 355 428920 365400.361 2636597.501
308 427980 366329.414 2636739.676 356 428940 365380.720 2636593.729
309 428000 366309.619 2636736.815 357 428960 365361.079 2636589.957
310 428020 366289.825 2636733.954 358 428980 365341.438 2636586.184
311 428040 366270.031 2636731.094 359 429000 365321.797 2636582.412
312 428060 366250.236 2636728.233 360 429020 365302.156 2636578.640
313 428080 366230.442 2636725.372 361 429040 365282.515 2636574.870
314 428100 366210.648 2636722.512 362 429060 365262.870 2636571.116
315 428120 366190.853 2636719.651 363 429080 365243.222 2636567.381
316 428140 366171.059 2636716.791 364 429100 365223.570 2636563.666
317 428160 366151.265 2636713.930 365 429120 365203.916 2636559.962
318 428180 366131.470 2636711.069 366 429140 365184.262 2636556.257
319 428200 366111.676 2636708.209 367 429160 365164.608 2636552.553
320 428220 366091.881 2636705.348 368 429180 365144.954 2636548.848
321 428240 366072.087 2636702.487 369 429200 365125.300 2636545.144
322 428260 366052.293 2636699.627 370 429220 365105.646 2636541.439
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
371 429240 365085.993 2636537.735 419 430200 364146.579 2636355.256
372 429260 365066.339 2636534.030 420 430220 364126.602 2636354.287
373 429280 365046.685 2636530.326 421 430240 364106.626 2636353.319
374 429300 365027.031 2636526.621 422 430260 364086.649 2636352.350
375 429320 365007.377 2636522.917 423 430280 364066.673 2636351.381
376 429340 364987.723 2636519.212 424 430300 364046.696 2636350.413
377 429360 364968.069 2636515.508 425 430320 364026.720 2636349.444
378 429380 364948.415 2636511.803 426 430340 364006.743 2636348.475
379 429400 364928.761 2636508.099 427 430360 363986.767 2636347.507
380 429420 364909.107 2636504.394 428 430380 363966.790 2636346.538
381 429440 364889.453 2636500.690 429 430400 363946.814 2636345.569
382 429460 364869.799 2636496.985 430 430420 363926.837 2636344.600
383 429480 364850.145 2636493.281 431 430440 363906.860 2636343.632
384 429500 364830.492 2636489.576 432 430460 363886.884 2636342.663
385 429520 364810.838 2636485.872 433 430480 363866.907 2636341.694
386 429540 364791.188 2636482.146 434 430500 363846.931 2636340.726
387 429560 364771.571 2636478.251 435 430520 363826.954 2636339.757
388 429580 364751.994 2636474.160 436 430540 363806.978 2636338.788
389 429600 364732.459 2636469.873 437 430560 363787.001 2636337.820
390 429620 364712.967 2636465.391 438 430580 363767.025 2636336.851
391 429640 364693.522 2636460.715 439 430600 363747.048 2636335.882
392 429660 364674.124 2636455.844 440 430620 363727.072 2636334.913
393 429680 364654.776 2636450.780 441 430640 363707.095 2636333.945
394 429700 364635.479 2636445.522 442 430660 363687.119 2636332.976
395 429720 364616.237 2636440.072 443 430680 363667.142 2636332.007
396 429740 364597.049 2636434.430 444 430700 363647.166 2636331.039
397 429760 364577.889 2636428.694 445 430720 363627.189 2636330.070
398 429780 364558.730 2636422.957 446 430740 363607.213 2636329.101
399 429800 364539.570 2636417.221 447 430760 363587.236 2636328.133
400 429820 364520.410 2636411.485 448 430780 363567.260 2636327.164
401 429840 364501.250 2636405.749 449 430800 363547.283 2636326.195
402 429860 364482.091 2636400.013 450 430820 363527.306 2636325.226
403 429880 364462.930 2636394.280 451 430840 363507.330 2636324.258
404 429900 364443.744 2636388.631 452 430860 363487.353 2636323.289
405 429920 364424.489 2636383.224 453 430880 363467.377 2636322.320
406 429940 364405.125 2636378.224 454 430900 363447.400 2636321.350
407 429960 364385.622 2636373.797 455 430920 363427.428 2636320.306
408 429980 364365.968 2636370.100 456 430940 363407.469 2636319.021
409 430000 364346.182 2636367.189 457 430960 363387.542 2636317.322
410 430020 364326.304 2636364.993 458 430980 363367.674 2636315.037
411 430040 364306.372 2636363.352 459 431000 363347.908 2636311.997
412 430060 364286.411 2636362.100 460 431020 363328.305 2636308.041
413 430080 364266.438 2636361.069 461 431040 363308.924 2636303.113
414 430100 364246.461 2636360.100 462 431060 363289.814 2636297.221
415 430120 364226.485 2636359.131 463 431080 363271.022 2636290.382
416 430140 364206.508 2636358.162 464 431100 363252.595 2636282.612
417 430160 364186.532 2636357.194 465 431120 363234.579 2636273.932
418 430180 364166.555 2636356.225 466 431140 363216.996 2636264.405
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
467 431160 363199.803 2636254.190 515 432120 362410.986 2635707.080
468 431180 363182.932 2636243.448 516 432140 362394.567 2635695.659
469 431200 363166.304 2636232.336 517 432160 362378.149 2635684.239
470 431220 363149.827 2636221.000 518 432180 362361.730 2635672.818
471 431240 363133.406 2636209.583 519 432200 362345.312 2635661.397
472 431260 363116.987 2636198.163 520 432220 362328.893 2635649.977
473 431280 363100.568 2636186.742 521 432240 362312.474 2635638.556
474 431300 363084.150 2636175.322 522 432260 362296.056 2635627.136
475 431320 363067.731 2636163.901 523 432280 362279.637 2635615.715
476 431340 363051.312 2636152.481 524 432300 362263.218 2635604.295
477 431360 363034.894 2636141.060 525 432320 362246.800 2635592.874
478 431380 363018.475 2636129.640 526 432340 362230.381 2635581.454
479 431400 363002.057 2636118.219 527 432360 362213.963 2635570.033
480 431420 362985.638 2636106.799 528 432380 362197.544 2635558.613
481 431440 362969.219 2636095.378 529 432400 362181.125 2635547.192
482 431460 362952.801 2636083.957 530 432420 362164.707 2635535.772
483 431480 362936.382 2636072.537 531 432440 362148.288 2635524.351
484 431500 362919.963 2636061.116 532 432460 362131.869 2635512.930
485 431520 362903.545 2636049.696 533 432480 362115.451 2635501.510
486 431540 362887.126 2636038.275 534 432500 362099.032 2635490.089
487 431560 362870.708 2636026.855 535 432520 362082.614 2635478.669
488 431580 362854.289 2636015.434 536 432540 362066.195 2635467.248
489 431600 362837.870 2636004.014 537 432560 362049.776 2635455.828
490 431620 362821.452 2635992.593 538 432580 362033.358 2635444.407
491 431640 362805.033 2635981.173 539 432600 362016.939 2635432.987
492 431660 362788.614 2635969.752 540 432620 362000.520 2635421.566
493 431680 362772.196 2635958.332 541 432640 361984.102 2635410.146
494 431700 362755.777 2635946.911 542 432660 361967.683 2635398.725
495 431720 362739.359 2635935.490 543 432680 361951.264 2635387.305
496 431740 362722.940 2635924.070 544 432700 361934.846 2635375.884
497 431760 362706.521 2635912.649 545 432720 361918.427 2635364.463
498 431780 362690.103 2635901.229 546 432740 361902.009 2635353.043
499 431800 362673.684 2635889.808 547 432760 361885.590 2635341.622
500 431820 362657.265 2635878.388 548 432780 361869.171 2635330.202
501 431840 362640.847 2635866.967 549 432800 361852.752 2635318.782
502 431860 362624.428 2635855.547 550 432820 361836.301 2635307.409
503 431880 362608.010 2635844.126 551 432840 361819.728 2635296.214
504 431900 362591.591 2635832.706 552 432860 361802.943 2635285.339
505 431920 362575.172 2635821.285 553 432880 361785.865 2635274.932
506 431940 362558.754 2635809.864 554 432900 361768.426 2635265.144
507 431960 362542.335 2635798.444 555 432920 361750.610 2635256.058
508 431980 362525.916 2635787.023 556 432940 361732.446 2635247.691
509 432000 362509.498 2635775.603 557 432960 361713.961 2635240.058
510 432020 362493.079 2635764.182 558 432980 361695.186 2635233.170
511 432040 362476.661 2635752.762 559 433000 361676.150 2635227.039
512 432060 362460.242 2635741.341 560 433020 361656.885 2635221.673
513 432080 362443.823 2635729.921 561 433040 361637.434 2635217.022
514 432100 362427.405 2635718.500 562 433060 361617.856 2635212.937
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
563 433080 361598.198 2635209.257 611 434040 360673.127 2634989.543
564 433100 361578.497 2635205.815 612 434060 360658.362 2634976.054
565 433120 361558.781 2635202.453 613 434080 360644.077 2634962.057
566 433140 361539.066 2635199.092 614 434100 360630.163 2634947.691
567 433160 361519.350 2635195.732 615 434120 360616.503 2634933.083
568 433180 361499.634 2635192.372 616 434140 360602.972 2634918.355
569 433200 361479.918 2635189.012 617 434160 360589.464 2634903.606
570 433220 361460.203 2635185.651 618 434180 360575.955 2634888.858
571 433240 361440.487 2635182.291 619 434200 360562.447 2634874.109
572 433260 361420.771 2635178.931 620 434220 360548.938 2634859.361
573 433280 361401.056 2635175.571 621 434240 360535.429 2634844.612
574 433300 361381.340 2635172.210 622 434260 360521.921 2634829.864
575 433320 361361.624 2635168.850 623 434280 360508.412 2634815.116
576 433340 361341.909 2635165.490 624 434300 360494.904 2634800.367
577 433360 361322.193 2635162.130 625 434320 360481.395 2634785.619
578 433380 361302.477 2635158.769 626 434340 360467.886 2634770.870
579 433400 361282.761 2635155.409 627 434360 360454.378 2634756.122
580 433420 361263.046 2635152.049 628 434380 360440.869 2634741.373
581 433440 361243.330 2635148.689 629 434400 360427.361 2634726.625
582 433460 361223.614 2635145.328 630 434420 360413.852 2634711.876
583 433480 361203.899 2635141.968 631 434440 360400.343 2634697.128
584 433500 361184.183 2635138.608 632 434460 360386.835 2634682.379
585 433520 361164.467 2635135.248 633 434480 360373.326 2634667.631
586 433540 361144.752 2635131.887 634 434500 360359.806 2634652.893
587 433560 361125.036 2635128.527 635 434520 360346.187 2634638.247
588 433580 361105.320 2635125.167 636 434540 360332.350 2634623.806
589 433600 361085.605 2635121.806 637 434560 360318.184 2634609.689
590 433620 361065.889 2635118.446 638 434580 360303.626 2634595.976
591 433640 361046.173 2635115.086 639 434600 360288.682 2634582.685
592 433660 361026.457 2635111.726 640 434620 360273.365 2634569.826
593 433680 361006.742 2635108.365 641 434640 360257.687 2634557.409
594 433700 360987.026 2635105.005 642 434660 360241.660 2634545.446
595 433720 360967.310 2635101.645 643 434680 360225.298 2634533.945
596 433740 360947.595 2635098.285 644 434700 360208.615 2634522.917
597 433760 360927.879 2635094.924 645 434720 360191.623 2634512.370
598 433780 360908.167 2635091.540 646 434740 360174.336 2634502.312
599 433800 360888.484 2635087.994 647 434760 360156.770 2634492.752
600 433820 360868.864 2635084.116 648 434780 360138.937 2634483.698
601 433840 360849.350 2635079.737 649 434800 360120.853 2634475.158
602 433860 360829.999 2635074.691 650 434820 360102.533 2634467.137
603 433880 360810.882 2635068.819 651 434840 360083.991 2634459.643
604 433900 360792.078 2635062.013 652 434860 360065.242 2634452.681
605 433920 360773.638 2635054.276 653 434880 360046.302 2634446.259
606 433940 360755.607 2635045.627 654 434900 360027.186 2634440.379
607 433960 360738.031 2635036.087 655 434920 360007.911 2634435.049
608 433980 360720.954 2635025.681 656 434940 359988.490 2634430.271
609 434000 360704.418 2635014.434 657 434960 359968.942 2634426.050
610 434020 360688.465 2635002.375 658 434980 359949.280 2634422.389
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
659 435000 359929.522 2634419.291 707 435960 358990.354 2634582.507
660 435020 359909.684 2634416.759 708 435980 358970.407 2634583.958
661 435040 359889.781 2634414.795 709 436000 358950.460 2634585.409
662 435060 359869.831 2634413.400 710 436020 358930.512 2634586.860
663 435080 359849.848 2634412.575 711 436040 358910.565 2634588.311
664 435100 359829.851 2634412.322 712 436060 358890.618 2634589.762
665 435120 359809.854 2634412.640 713 436080 358870.670 2634591.213
666 435140 359789.874 2634413.529 714 436100 358850.723 2634592.664
667 435160 359769.928 2634414.989 715 436120 358830.776 2634594.115
668 435180 359750.032 2634417.018 716 436140 358810.829 2634595.566
669 435200 359730.202 2634419.614 717 436160 358790.881 2634597.017
670 435220 359710.454 2634422.776 718 436180 358770.934 2634598.468
671 435240 359690.805 2634426.501 719 436200 358750.987 2634599.919
672 435260 359671.270 2634430.786 720 436220 358731.039 2634601.370
673 435280 359651.865 2634435.624 721 436240 358711.092 2634602.821
674 435300 359632.585 2634440.943 722 436260 358691.145 2634604.272
675 435320 359613.398 2634446.587 723 436280 358671.197 2634605.723
676 435340 359594.261 2634452.399 724 436300 358651.250 2634607.174
677 435360 359575.134 2634458.243 725 436320 358631.303 2634608.625
678 435380 359556.007 2634464.086 726 436340 358611.356 2634610.076
679 435400 359536.880 2634469.930 727 436360 358591.408 2634611.527
680 435420 359517.752 2634475.773 728 436380 358571.461 2634612.978
681 435440 359498.625 2634481.617 729 436400 358551.514 2634614.429
682 435460 359479.498 2634487.460 730 436420 358531.566 2634615.880
683 435480 359460.371 2634493.304 731 436440 358511.619 2634617.331
684 435500 359441.243 2634499.148 732 436460 358491.672 2634618.781
685 435520 359422.116 2634504.991 733 436480 358471.725 2634620.232
686 435540 359402.989 2634510.835 734 436500 358451.777 2634621.683
687 435560 359383.855 2634516.657 735 436520 358431.830 2634623.134
688 435580 359364.680 2634522.342 736 436540 358411.883 2634624.585
689 435600 359345.434 2634527.782 737 436560 358391.935 2634626.036
690 435620 359326.118 2634532.966 738 436580 358371.984 2634627.429
691 435640 359306.734 2634537.891 739 436600 358352.019 2634628.613
692 435660 359287.286 2634542.558 740 436620 358332.036 2634629.423
693 435680 359267.778 2634546.965 741 436640 358312.039 2634629.709
694 435700 359248.213 2634551.111 742 436660 358292.041 2634629.425
695 435720 359228.594 2634554.997 743 436680 358272.060 2634628.569
696 435740 359208.925 2634558.620 744 436700 358252.112 2634627.143
697 435760 359189.209 2634561.981 745 436720 358232.212 2634625.147
698 435780 359169.451 2634565.078 746 436740 358212.378 2634622.584
699 435800 359149.653 2634567.912 747 436760 358192.625 2634619.455
700 435820 359129.819 2634570.482 748 436780 358172.969 2634615.764
701 435840 359109.952 2634572.787 749 436800 358153.427 2634611.512
702 435860 359090.057 2634574.826 750 436820 358134.014 2634606.704
703 435880 359070.136 2634576.601 751 436840 358114.747 2634601.343
704 435900 359050.196 2634578.149 752 436860 358095.641 2634595.434
705 435920 359030.249 2634579.605 753 436880 358076.711 2634588.981
706 435940 359010.302 2634581.056 754 436900 358057.973 2634581.991
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
755 436920 358039.443 2634574.467 803 437880 357177.480 2634157.593
756 436940 358021.135 2634566.418 804 437900 357159.037 2634149.856
757 436960 358003.064 2634557.849 805 437920 357140.594 2634142.120
758 436980 357985.246 2634548.767 806 437940 357122.151 2634134.383
759 437000 357967.694 2634539.180 807 437960 357103.708 2634126.647
760 437020 357950.422 2634529.099 808 437980 357085.265 2634118.910
761 437040 357933.396 2634518.605 809 438000 357066.822 2634111.174
762 437060 357916.541 2634507.839 810 438020 357048.379 2634103.437
763 437080 357899.771 2634496.941 811 438040 357029.936 2634095.701
764 437100 357883.015 2634486.022 812 438060 357011.493 2634087.964
765 437120 357866.258 2634475.104 813 438080 356993.050 2634080.228
766 437140 357849.502 2634464.185 814 438100 356974.607 2634072.491
767 437160 357832.745 2634453.266 815 438120 356956.164 2634064.755
768 437180 357815.988 2634442.349 816 438140 356937.721 2634057.018
769 437200 357799.193 2634431.488 817 438160 356919.277 2634049.282
770 437220 357782.277 2634420.820 818 438180 356900.834 2634041.545
771 437240 357765.153 2634410.487 819 438200 356882.391 2634033.808
772 437260 357747.748 2634400.637 820 438220 356863.948 2634026.072
773 437280 357730.027 2634391.367 821 438240 356845.505 2634018.335
774 437300 357712.018 2634382.670 822 438260 356827.062 2634010.599
775 437320 357693.793 2634374.433 823 438280 356808.619 2634002.862
776 437340 357675.431 2634366.508 824 438300 356790.176 2633995.126
777 437360 357657.000 2634358.742 825 438320 356771.733 2633987.389
778 437380 357638.557 2634351.005 826 438340 356753.290 2633979.653
779 437400 357620.114 2634343.269 827 438360 356734.847 2633971.916
780 437420 357601.671 2634335.532 828 438380 356716.404 2633964.180
781 437440 357583.228 2634327.796 829 438400 356697.961 2633956.443
782 437460 357564.785 2634320.059 830 438420 356679.510 2633948.726
783 437480 357546.341 2634312.323 831 438440 356661.001 2633941.148
784 437500 357527.898 2634304.586 832 438460 356642.374 2633933.865
785 437520 357509.455 2634296.850 833 438480 356623.577 2633927.036
786 437540 357491.012 2634289.113 834 438500 356604.575 2633920.802
787 437560 357472.569 2634281.377 835 438520 356585.375 2633915.206
788 437580 357454.126 2634273.640 836 438540 356565.999 2633910.252
789 437600 357435.683 2634265.904 837 438560 356546.469 2633905.947
790 437620 357417.240 2634258.167 838 438580 356526.806 2633902.295
791 437640 357398.797 2634250.431 839 438600 356507.032 2633899.300
792 437660 357380.354 2634242.694 840 438620 356487.170 2633896.966
793 437680 357361.911 2634234.958 841 438640 356467.241 2633895.295
794 437700 357343.468 2634227.221 842 438660 356447.267 2633894.289
795 437720 357325.025 2634219.485 843 438680 356427.271 2633893.950
796 437740 357306.582 2634211.748 844 438700 356407.274 2633894.277
797 437760 357288.139 2634204.012 845 438720 356387.300 2633895.270
798 437780 357269.696 2634196.275 846 438740 356367.370 2633896.929
799 437800 357251.253 2634188.539 847 438760 356347.506 2633899.251
800 437820 357232.809 2634180.802 848 438780 356327.730 2633902.233
801 437840 357214.366 2634173.066 849 438800 356308.065 2633905.873
802 437860 357195.923 2634165.329 850 438820 356288.533 2633910.167
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
851 438840 356269.154 2633915.108 899 439800 355493.498 2634450.918
852 438860 356249.950 2633920.693 900 439820 355474.008 2634455.401
853 438880 356230.944 2633926.915 901 439840 355454.397 2634459.325
854 438900 356212.155 2633933.767 902 439860 355434.683 2634462.687
855 438920 356193.605 2633941.241 903 439880 355414.880 2634465.485
856 438940 356175.315 2633949.330 904 439900 355395.005 2634467.715
857 438960 356157.304 2633958.023 905 439920 355375.075 2634469.377
858 438980 356139.593 2633967.312 906 439940 355355.106 2634470.469
859 439000 356122.201 2633977.186 907 439960 355335.113 2634470.991
860 439020 356105.148 2633987.634 908 439980 355315.114 2634470.940
861 439040 356088.453 2633998.644 909 440000 355295.124 2634470.319
862 439060 356072.134 2634010.205 910 440020 355275.161 2634469.126
863 439080 356056.209 2634022.303 911 440040 355255.239 2634467.364
864 439100 356040.697 2634034.926 912 440060 355235.376 2634465.034
865 439120 356025.613 2634048.058 913 440080 355215.585 2634462.155
866 439140 356010.976 2634061.686 914 440100 355195.859 2634458.855
867 439160 355996.784 2634075.777 915 440120 355176.179 2634455.296
868 439180 355982.955 2634090.225 916 440140 355156.516 2634451.636
869 439200 355969.375 2634104.907 917 440160 355136.855 2634447.970
870 439220 355955.924 2634119.708 918 440180 355117.194 2634444.304
871 439240 355942.496 2634134.530 919 440200 355097.533 2634440.638
872 439260 355929.069 2634149.353 920 440220 355077.872 2634436.972
873 439280 355915.642 2634164.176 921 440240 355058.211 2634433.306
874 439300 355902.215 2634178.998 922 440260 355038.549 2634429.640
875 439320 355888.787 2634193.821 923 440280 355018.888 2634425.974
876 439340 355875.360 2634208.643 924 440300 354999.227 2634422.308
877 439360 355861.929 2634223.463 925 440320 354979.566 2634418.642
878 439380 355848.430 2634238.220 926 440340 354959.905 2634414.976
879 439400 355834.745 2634252.804 927 440360 354940.244 2634411.310
880 439420 355820.759 2634267.100 928 440380 354920.583 2634407.644
881 439440 355806.386 2634281.006 929 440400 354900.921 2634403.978
882 439460 355791.622 2634294.497 930 440420 354881.260 2634400.312
883 439480 355776.478 2634307.560 931 440440 354861.599 2634396.646
884 439500 355760.967 2634320.185 932 440460 354841.938 2634392.980
885 439520 355745.102 2634332.362 933 440480 354822.277 2634389.314
886 439540 355728.896 2634344.081 934 440500 354802.616 2634385.648
887 439560 355712.362 2634355.332 935 440520 354782.955 2634381.982
888 439580 355695.513 2634366.106 936 440540 354763.293 2634378.316
889 439600 355678.363 2634376.394 937 440560 354743.632 2634374.650
890 439620 355660.926 2634386.188 938 440580 354723.971 2634370.985
891 439640 355643.216 2634395.480 939 440600 354704.310 2634367.319
892 439660 355625.248 2634404.262 940 440620 354684.649 2634363.653
893 439680 355607.037 2634412.528 941 440640 354664.988 2634359.987
894 439700 355588.597 2634420.270 942 440660 354645.326 2634356.321
895 439720 355569.943 2634427.481 943 440680 354625.665 2634352.655
896 439740 355551.091 2634434.157 944 440700 354606.004 2634348.989
897 439760 355532.056 2634440.292 945 440720 354586.343 2634345.323
898 439780 355512.853 2634445.881 946 440740 354566.682 2634341.657
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
947 440760 354547.021 2634337.991 995 441720 353603.286 2634162.024
948 440780 354527.360 2634334.325 996 441740 353583.625 2634158.358
949 440800 354507.698 2634330.659 997 441760 353563.963 2634154.692
950 440820 354488.037 2634326.993 998 441780 353544.302 2634151.026
951 440840 354468.376 2634323.327 999 441800 353524.641 2634147.360
952 440860 354448.715 2634319.661 1000 441820 353504.980 2634143.694
953 440880 354429.054 2634315.995 1001 441840 353485.319 2634140.028
954 440900 354409.393 2634312.329 1002 441860 353465.658 2634136.362
955 440920 354389.732 2634308.663 1003 441880 353445.997 2634132.696
956 440940 354370.070 2634304.997 1004 441900 353426.335 2634129.030
957 440960 354350.409 2634301.331 1005 441920 353406.674 2634125.364
958 440980 354330.748 2634297.665 1006 441940 353387.013 2634121.698
959 441000 354311.087 2634293.999 1007 441960 353367.352 2634118.032
960 441020 354291.426 2634290.333 1008 441980 353347.690 2634114.370
961 441040 354271.765 2634286.667 1009 442000 353328.009 2634110.812
962 441060 354252.104 2634283.001 1010 442020 353308.291 2634107.468
963 441080 354232.442 2634279.335 1011 442040 353288.537 2634104.343
964 441100 354212.781 2634275.669 1012 442060 353268.749 2634101.437
965 441120 354193.120 2634272.003 1013 442080 353248.930 2634098.752
966 441140 354173.459 2634268.337 1014 442100 353229.083 2634096.287
967 441160 354153.798 2634264.671 1015 442120 353209.209 2634094.042
968 441180 354134.137 2634261.005 1016 442140 353189.312 2634092.019
969 441200 354114.476 2634257.339 1017 442160 353169.393 2634090.217
970 441220 354094.814 2634253.673 1018 442180 353149.456 2634088.636
971 441240 354075.153 2634250.007 1019 442200 353129.502 2634087.277
972 441260 354055.492 2634246.341 1020 442220 353109.535 2634086.139
973 441280 354035.831 2634242.676 1021 442240 353089.556 2634085.224
974 441300 354016.170 2634239.010 1022 442260 353069.568 2634084.530
975 441320 353996.509 2634235.344 1023 442280 353049.574 2634084.059
976 441340 353976.848 2634231.678 1024 442300 353029.575 2634083.810
977 441360 353957.186 2634228.012 1025 442320 353009.576 2634083.783
978 441380 353937.525 2634224.346 1026 442340 352989.577 2634083.978
979 441400 353917.864 2634220.680 1027 442360 352969.581 2634084.396
980 441420 353898.203 2634217.014 1028 442380 352949.591 2634085.036
981 441440 353878.542 2634213.348 1029 442400 352929.610 2634085.897
982 441460 353858.881 2634209.682 1030 442420 352909.640 2634086.981
983 441480 353839.220 2634206.016 1031 442440 352889.682 2634088.286
984 441500 353819.558 2634202.350 1032 442460 352869.741 2634089.814
985 441520 353799.897 2634198.684 1033 442480 352849.818 2634091.562
986 441540 353780.236 2634195.018 1034 442500 352829.915 2634093.532
987 441560 353760.575 2634191.352 1035 442520 352810.035 2634095.723
988 441580 353740.914 2634187.686 1036 442540 352790.181 2634098.135
989 441600 353721.253 2634184.020 1037 442560 352770.355 2634100.767
990 441620 353701.591 2634180.354 1038 442580 352750.560 2634103.619
991 441640 353681.930 2634176.688 1039 442600 352730.797 2634106.691
992 441660 353662.269 2634173.022 1040 442620 352711.070 2634109.982
993 441680 353642.608 2634169.356 1041 442640 352691.381 2634113.493
994 441700 353622.947 2634165.690 1042 442660 352671.732 2634117.221
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
1043 442680 352652.125 2634121.168 1091 443640 351740.292 2634419.801
1044 442700 352632.564 2634125.333 1092 443660 351721.383 2634426.315
1045 442720 352613.050 2634129.715 1093 443680 351702.473 2634432.829
1046 442740 352593.585 2634134.313 1094 443700 351683.564 2634439.342
1047 442760 352574.174 2634139.127 1095 443720 351664.654 2634445.856
1048 442780 352554.816 2634144.157 1096 443740 351645.745 2634452.370
1049 442800 352535.516 2634149.401 1097 443760 351626.835 2634458.884
1050 442820 352516.276 2634154.860 1098 443780 351607.926 2634465.398
1051 442840 352497.097 2634160.531 1099 443800 351589.016 2634471.912
1052 442860 352477.982 2634166.416 1100 443820 351570.107 2634478.426
1053 442880 352458.934 2634172.513 1101 443840 351551.197 2634484.939
1054 442900 352439.955 2634178.821 1102 443860 351532.288 2634491.453
1055 442920 352421.035 2634185.302 1103 443880 351513.378 2634497.967
1056 442940 352402.125 2634191.816 1104 443900 351494.469 2634504.481
1057 442960 352383.216 2634198.329 1105 443920 351475.559 2634510.995
1058 442980 352364.306 2634204.843 1106 443940 351456.649 2634517.509
1059 443000 352345.396 2634211.357 1107 443960 351437.740 2634524.023
1060 443020 352326.487 2634217.871 1108 443980 351418.830 2634530.536
1061 443040 352307.577 2634224.385 1109 444000 351399.921 2634537.050
1062 443060 352288.668 2634230.899 1110 444020 351381.011 2634543.564
1063 443080 352269.758 2634237.413 1111 444040 351362.102 2634550.078
1064 443100 352250.849 2634243.927 1112 444060 351343.192 2634556.592
1065 443120 352231.939 2634250.440 1113 444080 351324.283 2634563.106
1066 443140 352213.030 2634256.954 1114 444100 351305.373 2634569.620
1067 443160 352194.120 2634263.468 1115 444120 351286.464 2634576.134
1068 443180 352175.211 2634269.982 1116 444140 351267.554 2634582.647
1069 443200 352156.301 2634276.496 1117 444160 351248.645 2634589.161
1070 443220 352137.392 2634283.010 1118 444180 351229.735 2634595.675
1071 443240 352118.482 2634289.524 1119 444200 351210.825 2634602.185
1072 443260 352099.573 2634296.037 1120 444220 351191.864 2634608.547
1073 443280 352080.663 2634302.551 1121 444240 351172.750 2634614.433
1074 443300 352061.754 2634309.065 1122 444260 351153.404 2634619.496
1075 443320 352042.844 2634315.579 1123 444280 351133.789 2634623.378
1076 443340 352023.935 2634322.093 1124 444300 351113.936 2634625.758
1077 443360 352005.025 2634328.607 1125 444320 351093.957 2634626.543
1078 443380 351986.116 2634335.121 1126 444340 351073.979 2634625.730
1079 443400 351967.206 2634341.634 1127 444360 351054.125 2634623.355
1080 443420 351948.297 2634348.148 1128 444380 351034.466 2634619.689
1081 443440 351929.387 2634354.662 1129 444400 351015.003 2634615.093
1082 443460 351910.478 2634361.176 1130 444420 350995.684 2634609.918
1083 443480 351891.568 2634367.690 1131 444440 350976.429 2634604.511
1084 443500 351872.659 2634374.204 1132 444460 350957.179 2634599.086
1085 443520 351853.749 2634380.718 1133 444480 350937.929 2634593.661
1086 443540 351834.840 2634387.232 1134 444500 350918.679 2634588.235
1087 443560 351815.930 2634393.745 1135 444520 350899.429 2634582.810
1088 443580 351797.021 2634400.259 1136 444540 350880.178 2634577.385
1089 443600 351778.111 2634406.773 1137 444560 350860.928 2634571.960
1090 443620 351759.202 2634413.287 1138 444580 350841.678 2634566.535
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
1139 444600 350822.428 2634561.110 1187 445560 349917.198 2634603.418
1140 444620 350803.178 2634555.685 1188 445580 349897.421 2634600.454
1141 444640 350783.928 2634550.260 1189 445600 349877.828 2634596.453
1142 444660 350764.678 2634544.834 1190 445620 349858.472 2634591.427
1143 444680 350745.427 2634539.409 1191 445640 349839.407 2634585.390
1144 444700 350726.177 2634533.984 1192 445660 349820.687 2634578.358
1145 444720 350706.927 2634528.559 1193 445680 349802.362 2634570.351
1146 444740 350687.677 2634523.134 1194 445700 349784.484 2634561.391
1147 444760 350668.427 2634517.709 1195 445720 349767.102 2634551.503
1148 444780 350649.177 2634512.284 1196 445740 349750.264 2634540.714
1149 444800 350629.927 2634506.858 1197 445760 349734.017 2634529.055
1150 444820 350610.676 2634501.433 1198 445780 349718.333 2634516.647
1151 444840 350591.426 2634496.008 1199 445800 349702.739 2634504.123
1152 444860 350572.176 2634490.583 1200 445820 349687.146 2634491.599
1153 444880 350552.926 2634485.158 1201 445840 349671.553 2634479.075
1154 444900 350533.676 2634479.733 1202 445860 349655.951 2634466.562
1155 444920 350514.426 2634474.308 1203 445880 349639.951 2634454.566
1156 444940 350495.176 2634468.883 1204 445900 349623.371 2634443.384
1157 444960 350475.925 2634463.457 1205 445920 349606.253 2634433.044
1158 444980 350456.675 2634458.032 1206 445940 349588.640 2634423.574
1159 445000 350437.333 2634452.958 1207 445960 349570.576 2634414.995
1160 445020 350417.665 2634449.361 1208 445980 349552.105 2634407.330
1161 445040 350397.772 2634447.348 1209 446000 349533.275 2634400.597
1162 445060 350377.781 2634446.931 1210 446020 349514.131 2634394.815
1163 445080 350357.822 2634448.112 1211 446040 349494.722 2634389.996
1164 445100 350338.020 2634450.885 1212 446060 349475.097 2634386.153
1165 445120 350318.504 2634455.232 1213 446080 349455.304 2634383.296
1166 445140 350299.397 2634461.124 1214 446100 349435.394 2634381.432
1167 445160 350280.822 2634468.525 1215 446120 349415.414 2634380.565
1168 445180 350262.898 2634477.386 1216 446140 349395.417 2634380.697
1169 445200 350245.740 2634487.651 1217 446160 349375.451 2634381.827
1170 445220 350229.457 2634499.255 1218 446180 349355.512 2634383.385
1171 445240 350214.090 2634512.052 1219 446200 349335.572 2634384.942
1172 445260 350198.702 2634524.823 1220 446220 349315.633 2634386.500
1173 445280 350182.670 2634536.776 1221 446240 349295.694 2634388.058
1174 445300 350166.031 2634547.870 1222 446260 349275.755 2634389.615
1175 445320 350148.832 2634558.073 1223 446280 349255.815 2634391.173
1176 445340 350131.120 2634567.357 1224 446300 349235.876 2634392.731
1177 445360 350112.944 2634575.696 1225 446320 349215.937 2634394.289
1178 445380 350094.355 2634583.068 1226 446340 349195.998 2634395.845
1179 445400 350075.403 2634589.451 1227 446360 349176.053 2634397.336
1180 445420 350056.142 2634594.829 1228 446380 349156.094 2634398.601
1181 445440 350036.625 2634599.186 1229 446400 349136.113 2634399.477
1182 445460 350016.906 2634602.510 1230 446420 349116.117 2634399.860
1183 445480 349997.039 2634604.792 1231 446440 349096.118 2634399.743
1184 445500 349977.079 2634606.026 1232 446460 349076.128 2634399.127
1185 445520 349957.082 2634606.208 1233 446480 349056.160 2634398.011
1186 445540 349937.103 2634605.338 1234 446500 349036.226 2634396.396
Centre line Centre line
S.N. Chainage S.N. Chainage
Easting Northing Easting Northing
1235 446520 349016.338 2634394.283 1255 446920 348647.042 2634251.755
1236 446540 348996.510 2634391.674 1256 446940 348630.891 2634239.959
1237 446560 348976.753 2634388.570 1257 446960 348615.041 2634227.763
1238 446580 348957.079 2634384.973 1258 446980 348599.500 2634215.174
1239 446600 348937.502 2634380.886 1259 447000 348584.272 2634202.210
1240 446620 348918.033 2634376.310 1260 447020 348569.289 2634188.962
1241 446640 348898.684 2634371.249 1261 447040 348554.446 2634175.557
1242 446660 348879.468 2634365.706 1262 447060 348539.533 2634162.233
1243 446680 348860.397 2634359.685 1263 447080 348523.754 2634149.951
1244 446700 348841.482 2634353.188 1264 447100 348507.045 2634138.970
1245 446720 348822.735 2634346.221 1265 447120 348489.512 2634129.360
1246 446740 348804.169 2634338.787 1266 447140 348471.266 2634121.181
1247 446760 348785.794 2634330.892 1267 447160 348452.426 2634114.486
1248 446780 348767.622 2634322.540 1268 447180 348433.110 2634109.319
1249 446800 348749.664 2634313.736 1269 447200 348413.488 2634105.456
1250 446820 348731.933 2634304.485 1270 447220 348394.007 2634100.955
1251 446840 348714.438 2634294.795 1271 447240 348374.947 2634094.911
1252 446860 348697.190 2634284.670 1272 447260 348356.354 2634087.546
1253 446880 348680.202 2634274.117 1273 447280 348337.835 2634079.993
1254 446900 348663.482 2634263.143 1274 447300 348319.316 2634072.440
Schedule-B
Schedule-B

(SeeClause2.1)

Development of the Project Highway

1. Development of the Project Highway

Development of the Project Highway shall include design and construction of the Project
Highway as described in this Schedule-B and in Schedule-C.

2. 4-Laning with paved shoulder

4 laning shall include Four-Laning of the Project Highway as described in Annex-I of this
Schedule-B and in Schedule-C.

3. Specifications and Standards

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.]

1. Widening of the Existing Highway

(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.

(ii) Width of Carriageway

(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

(c) The entire cross-sectional elements shall be accommodated in the proposed


ROW. If required, suitable retaining structures shall be provided to
accommodate the highway cross section within the proposed ROW and the
same 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 the EPC Contract
Agreement.

(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.

2. Geometric Design and General Features

(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.

(ii) Design speed

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.

(iii) Improvement of the existing road geometrics

a) The bypass has been provided in following location

Existing Chainage (Km) Existing Design Chainage (Km) Design


Sl. No
Length (m) Length (m)
Start End Start End
1 431+300 441+100 9800 429+600 436+900 7300

(a) Realignments and Geometric Improvement locations

Exist. Chainage Exist. Design Chainage Design


Sl. No Length
Start End Start End Length (m)
(m)
1 421+850 431+300 9450 421+850 429+600 7750
2 441+100 454+570 13470 436+900 447+300 10400
Total 22920 18150

(iv) Right of Way

[Refer to paragraph 2.3 of the Manual]. Details of the Right of Way are given in Annex II of
Schedule-A.

(v) Type of shoulders

(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.

(vi) Lateral and vertical clearances at underpasses

(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

(viii) Lateral and vertical clearances at overpasses

(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

(ix) Service roads/Slip Road


7.0m wide Service roads/Slip Road shall be constructed at the locations and for the lengths
indicated below: [Refer to the provision of relevant Manual and provided details]
LENGTH
S. N. FROM TO REMARKS
(KM)
1 421+850 422+075 0.225 Access to Mungiakami village
2 422+650 423+070 0.420 Mungiakami Elephant Camp
3 428+200 429+200 1.000 Access to Chakmaghat Dam
4 429+200 430+200 1.000 Teliamura Bypass start point
5 430+930 431+450 0.520 Access to Brahmanchara
6 432+500 433+700 1.200 NH-208 (Teliamura - Amarpur Section)
7 436+500 437+400 0.900 Teliamura Bypass End point
8 437+400 438+250 0.850 Access to Hawaibari
9 438+250 439+400 1.150 Access to various Junctions
10 439+400 440+300 0.900 Access to Hathai Koter Ecopark
Access to ONGC Plant (Baramura Gas Thermal Power
11 441+860 442+650 0.790
Plant)
12 443+900 444+150 0.250 Access to Village
13 446+800 447+300 0.500 Access to Village
14 421+850 422+075 0.225 Access to Mungiakami village
15 422+650 423+070 0.420 Mungiakami Elephant Camp
Total 2x9.705 = 19.410km

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]

Type of Cross road at


Sl. Remarks,
Location structure Existing Raised Lowered
No. if any
Length(m) Level Level Level
1 422+075 Girder Type * * * VUP
2 422+855 Box Type * * * LVUP
3 428+736 Girder Type * * * VUP
4 429+600 Box Type * * * ONE
5 431+192 Box Type * * * SIDE
LVUP
6 433+240 Girder Type * * * VUP
VUP
7 435+278 Girder Type * * * VUP
8 436+900 Girder Type * * * ONE
9 438+000 Box Type * * * SIDE
LVUP
10 439+950 Girder Type * * * VUP
VUP
11 440+800 Box Type * * * LVUP
12 442+462 Girder Type * * * VUP
13 443+310 Box Type * * * LVUP
14 446+800 Box Type * * * LVUP

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

(xii) Typical cross-sections of the Project Highway

[Give typical cross-sections of the Project Highway by reference to the Manual]

As per attached Drawings


Design Length Proposed TCS
S.No Description
(m) Type
Fig:- 2.9 4 lane divided highway with raised
1 1800 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with service road
2 with raised median (one side retaining wall & one 310 TCS 1A
side hill)
Fig:- 2.9 4 lane divided highway with raised
3 4580 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with service road
4 820 TCS 2A
with raised median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
5 4130 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with service road
6 550 TCS 3A
with raised median (both side Hill)
Fig:- 2.3 4 lane divided highway road with
7 3810 TCS 4
Depressed median
Fig:- 2.3 4 lane divided highway with service road
8 1275 TCS 4A
with Depressed median
Fig:- 7.8 cross section of grade separated structure
9 870 TCS 5
& vehicular underpasses(Plain Terrain)
Fig:- 7.8 cross section of grade separated structure
10 & vehicular underpasses with service road both 5345 TCS 5A
side (Plain Terrain)
Fig:- 7.8 cross section of grade separated structure
11 755 TCS 6
& vehicular underpasses(Hilly Terrain)
Fig:- 7.8 cross section of grade separated structure
12 & vehicular underpasses with service road both 1205 TCS 6A
side (Hilly Terrain)
Total Length (in m) 25450

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)

Fig:- 7.8 cross section of grade separated


3 422+075 422+650 575 TCS 6
structure & vehicular underpasses(Hilly Terrain)

Fig:- 7.8 cross section of grade separated


4 422+650 423+070 420 TCS 6 A structure & vehicular underpasses with service
road both side (Hilly Terrain)
Fig:- 2.9 4 lane divided highway with raised
5 423+070 423+300 230 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
6 423+300 423+400 100 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
7 423+400 423+760 360 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
8 423+760 424+050 290 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
9 424+050 424+370 320 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
10 424+370 424+450 80 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
11 424+450 424+520 70 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
12 424+520 424+800 280 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
13 424+800 424+890 90 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
14 424+890 425+000 110 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
15 425+000 425+100 100 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
16 425+100 425+300 200 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
17 425+300 425+460 160 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
18 425+460 426+080 620 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
19 426+080 426+240 160 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
20 426+240 426+310 70 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
21 426+310 426+400 90 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
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

Fig:- 7.8 cross section of grade separated


35 434+830 435+700 870 TCS 5
structure & vehicular underpasses(Plain Terrain)

Fig:- 2.3 4 lane divided highway road with


36 435+700 436+500 800 TCS 4
Depressed median
Fig:- 7.8 cross section of grade separated
37 436+500 438+315 1815 TCS 5 A structure & vehicular underpasses with service
road both side (Plain Terrain)
Fig:- 2.3 4 lane divided highway with service road
38 438+315 439+400 1085 TCS 4 A
with Depressed median

Fig:- 2.9 4 lane divided highway with service road


39 439+400 439+550 150 TCS 2 A
with raised median (both side retaining wall)

Fig:- 7.8 cross section of grade separated


40 439+550 440+150 600 TCS 6 A structure & vehicular underpasses with service
road both side (Hilly Terrain)

Fig:- 7.8 cross section of grade separated


41 440+150 440+470 320 TCS 3
structure & vehicular underpasses(Hilly Terrain)

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)

Fig:- 7.8 cross section of grade separated


44 440+690 440+870 180 TCS 6
structure & vehicular underpasses(Hilly Terrain)

Fig:- 2.9 4 lane divided highway with raised


45 440+870 441+400 530 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
46 441+400 441+860 460 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with service road
47 441+860 441+930 70 TCS 1 A with raised median (one side retaining wall & one
side hill)

Fig:- 2.9 4 lane divided highway with service road


48 441+930 442+450 520 TCS 2 A
with raised median (both side retaining wall)

Fig:- 2.9 4 lane divided highway with service road


49 442+450 442+650 200 TCS 3 A
with raised median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
50 442+650 442+790 140 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
51 442+790 443+200 410 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
52 443+200 443+510 310 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
53 443+510 443+600 90 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
54 443+600 443+700 100 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
55 443+700 443+900 200 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with service road
56 443+900 444+000 100 TCS 3 A
with raised median (both side Hill)

Fig:- 2.9 4 lane divided highway with service road


57 444+000 444+150 150 TCS 2 A
with raised median (both side retaining wall)

Fig:- 2.9 4 lane divided highway with raised


58 444+150 444+880 730 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
59 444+880 445+010 130 TCS 1
median (one side retaining wall & one side hill)
Fig:- 2.9 4 lane divided highway with raised
60 445+010 445+070 60 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
61 445+070 445+310 240 TCS 3
median (both side Hill)
Fig:- 2.9 4 lane divided highway with raised
62 445+310 445+410 100 TCS 2
median (both side retaining wall)
Fig:- 2.9 4 lane divided highway with raised
63 445+410 445+580 170 TCS 3
median (both side Hill)

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:

(i) At-grade intersections

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

(ii) Grade separated intersection with/without ramps

S. No. Location of Length Number and length of Remarks, if any


structure (m) spans (m)
1 422+075 2x11m 1X20x5.5 VUP
2 422+855 2x11m 1X12x4.0 LVUP
3 428+736 2x11m 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

(ii) RE Wall at Grade separated intersection with/without ramps

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:

Section Extent of raising


S. No. Length
(From km to km) [Top of finished road level]
Nil

5. Pavement Design
(i) Pavement design shall be carried out in accordance with Section 5 of the Manual.

Homogenous CBR MSA Adopted Pavement Remarks


Section (Km) (% ) Composition In Widening
Position (mm)
From To Length (in Adopted BC DBM WMM CTSB*
Km)
421+850 447+300 25.450 7 30 40 55 150 200
Main
carriageway
421+850 447+300 25.450 7 10 40 - 150 200 Service
Road
**The recommended aggregate gradation [27] for the CTSB material is Grading IV of Table 400-1 of
MoRTH Specifications and same shall be followed.
(ii) Type of pavement

[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

(i) Design requirements

[Refer to the provision of relevant Manual and specify design requirements and strategy]

a) Design Period and strategy


Main Carriageway
Flexible pavement for new pavement or for widening and strengthening of the existing
pavement shall be designed for a minimum design period of 15 years. Stage
construction shall not be permitted.
Service Road
Flexible pavement for new pavement or for widening and strengthening of the existing
pavement shall be designed for a minimum design period of 15 years. Stage
construction shall not be permitted.

b) Design Traffic
Main Carriageway

Notwithstanding anything to the contrary contained in this Agreement or the Manual,


the Contractor shall design the pavement for design traffic of 30 million standard axles.
Service Road

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.

(ii) Reconstruction of stretches

[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.

a) PCC Catch water drain: 6520 m


S. Chainage Length Side of Total Length
No. From To (in m) Drain (in m)
1 423+590 423+630 40 One Side 40
2 423+750 423+760 10 One Side 10
S. Chainage Length Side of Total Length
No.
3 423+760 423+770 (in10m) Drain
Both Side (in20m)
4 423+770 423+810 40 Both Side 80
5 423+890 423+910 20 Both Side 40
6 423+930 424+030 100 Both Side 200
7 424+550 424+610 60 Both Side 120
8 424+650 424+800 150 Both Side 300
9 424+800 424+890 90 One Side 90
10 424+890 424+930 40 Both Side 80
11 425+310 425+450 140 Both Side 280
12 425+810 425+830 20 Both Side 40
13 425+850 425+870 20 Both Side 40
14 426+110 426+130 20 Both Side 40
15 426+530 426+550 20 Both Side 40
16 426+830 426+990 160 Both Side 320
17 427+030 427+050 20 Both Side 40
18 427+170 427+470 300 Both Side 600
19 427+550 427+670 120 Both Side 240
20 427+710 427+790 80 Both Side 160
21 432+590 432+630 40 Both Side 80
22 436+390 436+430 40 Both Side 80
23 436+570 436+590 20 Both Side 40
24 439+730 439+770 40 Both Side 80
25 440+090 440+110 20 Both Side 40
26 440+190 440+210 20 Both Side 40
27 440+290 440+310 20 Both Side 40
28 440+330 440+430 100 Both Side 200
29 440+590 440+630 40 Both Side 80
30 441+450 441+830 380 Both Side 760
31 442+530 442+770 240 Both Side 480
32 442+970 442+990 20 Both Side 40
33 443+210 443+430 220 Both Side 440
34 443+910 443+930 20 Both Side 40
35 443+990 444+030 40 Both Side 80
36 444+910 445+010 100 One Side 100
37 445+070 445+310 240 Both Side 480
38 445+430 445+550 120 Both Side 240
39 446+070 446+170 100 One Side 100
40 446+270 446+310 40 One Side 40
41 446+610 446+630 20 Both Side 40
42 446+810 446+890 80 Both Side 160
43 447+010 447+030 20 Both Side 40
44 447+050 447+070 20 One Side 20
Total Length (in m) 6520m

b) Hill Side Drain: 11470m

S. Location stretch Total Length (m)


Side
No. From (km) To (km)
1 421850 421890 One Side 40
5 423070 423300 One Side 230
7 423400 423760 One Side 360
8 423760 424050 Both Side 580
10 424370 424450 One Side 80
12 424520 424800 Both Side 560
S. Location stretch Total Length (m)
Side
No. From (km) To (km)
13 424800 424890 One Side 90
14 424890 425000 Both Side 220
15 425000 425100 One Side 100
17 425300 425460 Both Side 320
19 426080 426240 Both Side 320
20 426240 426310 One Side 70
22 426400 426600 Both Side 400
24 426700 426800 One Side 100
25 426800 427840 Both Side 2080
41 440150 440470 Both Side 640
42 440470 440650 One Side 180
46 441400 441860 Both Side 920
47 441860 441930 One Side 70
49 442450 442650 Both Side 400
50 442650 442790 Both Side 280
52 443200 443510 Both Side 620
54 443600 443700 One Side 100
55 443700 443900 Both Side 400
56 443900 444000 Both Side 200
59 444880 445010 One Side 130
61 445070 445310 Both Side 480
63 445410 445580 Both Side 340
65 445900 446170 One Side 270
67 446270 446360 One Side 90
71 446800 447050 Both Side 500
72 447050 447100 Both Side 100
73 447100 447300 One Side 200
Total 11470

c) Rectangular Covered Drain (RCC Drain)

Location stretch Total Length (m)


Sl. No. Side
From (km) To (km)
1 421+850 422+075 Both Sided 225
2 422+650 423+070 Both Sided 420
4 428+200 429+200 Both Sided 1000
5 429+200 430+200 Both Sided 1000
6 430+930 431+450 Both Sided 520
7 432+500 433+700 Both Sided 1200
9 436+500 437+400 Both Sided 900
10 437+400 438+250 Both Sided 850
11 438+250 439+400 Both Sided 1150
12 439+400 440+300 Both Sided 900
13 441+860 442+650 Both Sided 790
14 443+900 444+150 Both Sided 250
15 446+800 447+300 Both Sided 500
Total (in m) 2x9705=19410

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.
7. Design of Structures
ii. General
(a) All bridges, culverts and structures shall be designed and constructed
in accordance with section 7 of the IRC SP 84-2019 and shall conform to
the cross- sectional features and other details specified in this
schedule. Floor protection works shall be as specified in the relevant
IRC Codes and Specifications.
(b) Width of the carriageway of new bridges shall be as follows:
Refer to paragraph 7.3 (ii) of the IRC SP 84-2019 and specified width of
carriageway of all new four lane bridges shall have footpaths on
either side. The cross-sectional features shall be as per Fig.7.6 of the
IRC SP 84-2019.
(c) All bridges shall be high-level bridges.
(d) The structures shall be designed to carry utility services like
electric cable, water pipeline, OFC etc. as per the requirement of
site.
(e) Cross-section of the new culverts and bridges at deck level shall
conform to the typical cross-sections given in section 7 of the Manual.
Extra widening shall be provided for all Culverts/Bridges/Other
structures in curved sections as per manual.
(f) IRC Class Special Vehicle loading shall be taken into account in the
design of all structures.

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.

a. Reconstruction of existing culverts:


The existing culverts at the following locations shall be re-
constructed as new culverts:

Existing Type Proposed Proposed Span


Desing
S. Chainage
Existing Chainage Type Remarks
No.
1 423+426 423+980 slab Box Culvert 1x3x3
2 423+426 423+980 pipe Box Culvert 1x3x3
3 424+040 424+700 pipe Box Culvert 1x3x3
4 424+200 424+900 pipe Box Culvert 1x3x3
5 424+582 425+420 pipe Box Culvert 1x3x3
6 427+468 429+000 slab Box Culvert 1x3x3
7 428+212 429+990 pipe Box Culvert 1x3x3
8 428+425 430+250 slab Box Culvert 1x3x3
9 429+110 430+890 pipe Box Culvert 1x3x3
10 436+970 441+140 pipe Box Culvert 1x3x3
11 437+430 441+600 slab Box Culvert 1x3x3
12 437+825 442+000 slab Box Culvert 1x3x3
13 437+880 442+060 slab Box Culvert 1x3x3
14 438+390 442+565 pipe Box Culvert 1x3x3
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.

b. Widening of existing culverts


All existing culverts which are not to be reconstructed shall be widened
to the roadway width of the Project Highway as per the typical cross
section given in section 7.3 (i), (iii) and Fig. 7.1 to Fig. 7.5 of the IRC SP
84-2019. Repairs and strengthening of existing structures where required shall
be carried out.

Sl.No Chainage (km) Span/ Opening Remarks


,ifany
Nil

c. Additional new culverts


New culverts shall be constructed for width equal to the roadway width of the
Project Highway & including width of crash barrier on both sides of the highway
& as per typical cross-section given in this Schedule-B and alignment plan. The
particulars are given in the table below:

Sl. Existing Chainage Design Chainage Propose Type Proposed Span


No. (Km) (Km) Remarks

1. - 422+500 Box Culvert 1x3x3


2. - 422+920 Box Culvert 1x3x3
3. - 423+680 Box Culvert 1x3x3
4. - 424+820 Box Culvert 1x3x3
5. - 425+500 Box Culvert 1x3x3
6. - 426+060 Box Culvert 1x3x3
7. - 426+350 Box Culvert 1x3x3
Sl. Existing Chainage Design Chainage Propose Type Proposed Span
No. (Km) (Km) Remarks

8. - 426+750 Box Culvert 1x3x3


9. - 427+100 Box Culvert 1x3x3
10. - 427+880 Box Culvert 1x3x3
11. - 429+160 Box Culvert 1x3x3
12. - 429+550 Box Culvert 1x3x3
13. - 430+080 Box Culvert 1x3x3
14. - 430+960 Box Culvert 1x3x3
15. - 432+480 Box Culvert 1x3x3
16. - 432+780 Box Culvert 1x3x3
17. - 433+160 Box Culvert 1x3x3
18. - 433+540 Box Culvert 1x3x3
19. - 434+360 Box Culvert 1x3x3
20. - 434+720 Box Culvert 1x3x3
21. - 435+840 Box Culvert 1x3x3
22. - 436+320 Box Culvert 1x3x3
23. - 436+500 Box Culvert 1x3x3
24. - 437+340 Box Culvert 1x3x3
25. - 439+320 Box Culvert 1x3x3
26. - 439+700 Box Culvert 1x3x3
27. - 440+700 Box Culvert 1x3x3
28. - 440+960 Box Culvert 1x3x3
29. - 441+200 Box Culvert 1x3x3
30. 442+240 Box Culvert 1x3x3
31. 442+820 Box Culvert 1x3x3
32. 443+580 Box Culvert 1x3x3
33. 444+080 Box Culvert 1x3x3
34. 445+020 Box Culvert 1x3x3
35. 445+410 Box Culvert 1x3x3
36. 445+840 Box Culvert 1x3x3
37. 446+205 Box Culvert 1x3x3
38. 446+925 Box Culvert 1x3x3

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 .

d. Repairs/replacements of railing/parapets, flooring and protection


works of the existing culverts shall be undertaken as follows:

Sl. Chainage (km) Type of repair required


No.

NIL

e. Floor protection works shall be as specified in the relevant IRC


Codes and Specifications.
iv. Bridges
(a) Existing bridges to be re-constructed/widened/retain.
(i) The existing bridges at the following locations shall be re-
constructed as new Structures:
Type of
Width
structures Proposal
Span (m)
Desing Existing (RCC Box,
S Arrangement
Chanage Chainage Pipe, Slab Width
N (No. X
(Km) (Km) Box, Total (m)
Length) (m) Recommendation Type Span
Masonry (m)
Arch)
T-Beam Reconstruction
1 437+175 441+350 1x16 7.0 T-Beam 1x16 2x12.1
Girder to 4 lane width
RCC
Reconstruction
2 438+850 443+020 RCC Slab 1x12 7.0 Solid 1x16 2x12.1
to 4 lane width
Slab
Reconstruction PSC
3 446+717 453+720 PSC Girder 1x28 7.0 1x30 2x14.1
to 4 lane width Girder
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.

(ii) The following narrow bridges shall be widened:

Sl. Chainage (km) Existing Extent of Cross-section at deck


No. width (m) widening (m) level for widening @
NIL

(b) New bridges


New bridges at the following locations on the Project Highway shall be constructed.
GADs for the new bridges are attached in the drawings folder.
Name of Square Span (m)
Sl. Chainage Width of Structure (m)
Nala/River
No (km)

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:

Sl. No. Chainage (km) Remarks


Nil

(d) Repairs/replacements of railing/parapets of the existing bridges shall be undertaken


as follows:

Sl. No. Chainage (km) Remarks

Nil

(e) Drainage system for bridge decks


An effective drainage system for bridge decks shall be provided as specified in
paragraph 7.21 of the manual
Structures in marine environment

Sl.No. Chainage (km) Remarks


Nil
v. Rail-road bridges
(a) Design, construction and detailing of ROB/RUB shall be as specified in section 7 of
the manual.

(b) Road over-bridges


Road over-bridges (road over rail) shall be provided at the following level crossings, as per GAD
drawings attached.

Sl. No. Chainage (km) Length of bridge (m)


Nil

vi. Road under-bridges


Road under-bridges (road under railway line) shall be provided at the following level
crossings, as per GAD drawings attached:

Sl. No. Location of Level Crossing (chainage Number and length of span (m)
km) Nil

vii. Grade separated structures.


The grade separated structures shall be provided at the locations and of the type and length
specified in paragraphs 2 (ix) and 3 of this Annex-I.
viii. Repairs and strengthening of bridges and structures.
The existing bridges and structures to be repaired/strengthened, and the nature and extent of
repairs /strengthening required are given below:
(a) Bridges

Sl. No. Chainage (km) Nature and extent of repairs / strengthening to be carried out
Nil

(b) ROB/ RUB

Sl. No. Chainage (km) Nature and extent of repairs / strengthening to be carried out
NIL

(c) Overpasses/Underpasses and other structures

Sl. No. Chainage (km) Nature and extent of repairs / strengthening to be carried out

Nil

ix. List of Major Bridges and structures


The following is the list of the major Bridges and structures:
Chainage (km)
Sl. No.
Nil

8. Traffic Control Devices and Road Safety Works

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 provide details]

10. Compulsory Afforestation

[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.]

11. Hazardous Locations

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

d. Concrete crash barrier on structure approaches with Friction slab


i. Concrete crash barrier on both outer sides of structure approaches with friction slab has been
provided at following locations:-

Summary of Concrete Crash Barrier on outer edge of structures

From To Side Total Length (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
From To Side Total Length (in m)

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
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

ii. Other than above locations at following locations concrete crash barrier shall be provided on
central part of structures –

Summary of Concrete Crash Barrier on both sides of Median


Start End Type of Structure Length of Crash Barrier
422+065 422+085 VUP 4x20=80
422+849 422+861 LVUP 4x12=48
428+721 428+751 VUP 4x 30=120
429+585 429+615 One Sided VUP 2x 30=60
431+186 431+198 LVUP 4x12=48
433+215 433+265 VUP 4x 50=200
435+263 435+293 VUP 4x 30=120
436+885 436+915 One Sided VUP 2x 30=60
437+994 438+006 LVUP 4x12=48
439+935 439+965 VUP 4x 30=120
440+794 440+806 LVUP 4x12=48
442+452 442+472 VUP 4x20=80
443+304 443+316 LVUP 4x12=48
446+794 446+806 LVUP 4x12=48

12. SPECIAL REQUIREMENT FOR HILL ROADS


[Refer to paragraphs 14.5 and 14.8 of the Manual and provide details where relevant and
required.]
Special requirement for hill roads in accordance with the provisions of section 14 of the
manual shall be provided in the following locations: -
a) Viaduct
Viaduct at the following locations have been proposed due to depth of fill more than 12.0m

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.

d) RCC Breast wall


i. Following is the details of RCC Breast wall which is 1.5m high above Ground
Level
Location stretch Total
Sl. No. Side Length (m)
From (km) To (km)
Location stretch Total
Sl. No. Side Length (m)
From (km) To (km)
1 423+490 423+510 One side 20
2 423+550 423+570 One side 20
3 423+570 423+590 One side 20
4 423+630 423+650 One side 20
5 423+710 423+750 One side 40
6 423+910 423+930 Both side 40
7 424+530 424+550 Both side 40
8 424+610 424+650 Both side 80
9 424+930 424+990 Both side 120
10 425+610 425+690 Both side 160
11 425+750 425+810 Both side 120
12 425+830 425+850 Both side 40
13 426+090 426+110 Both side 40
14 426+130 426+170 Both side 80
15 426+470 426+530 Both side 120
16 426+550 426+570 Both side 40
17 426+990 427+010 Both side 40
18 427+050 427+070 Both side 40
19 427+150 427+170 Both side 40
20 427+470 427+550 Both side 160
21 427+670 427+710 Both side 80
22 427+790 427+810 Both side 40
23 432+630 432+650 Both side 40
24 436+230 436+250 Both side 40
25 436+550 436+570 Both side 40
26 440+170 440+190 Both side 40
27 440+210 440+230 Both side 40
28 440+270 440+290 Both side 40
29 440+310 440+330 Both side 40
30 440+810 440+830 Both side 40
31 441+290 441+330 Both side 80
32 441+410 441+450 Both side 80
33 441+830 441+850 Both side 40
34 442+930 442+970 Both side 80
35 442+990 443+010 Both side 40
36 443+430 443+450 Both side 40
37 443+730 443+770 Both side 80
38 443+970 443+990 Both side 40
39 444+890 444+910 One side 20
40 445+050 445+070 Both side 40
41 445+310 445+330 Both side 40
42 445+550 445+570 Both side 40
43 445+890 445+900 Both side 20
44 445+900 445+910 Both side 20
45 445+990 446+070 One side 80
46 446+230 446+250 Both side 40
47 446+310 446+350 One side 40
48 446+470 446+490 Both side 40
49 446+950 447+010 Both side 120
50 447+030 447+050 Both side 40
Location stretch Total
Sl. No. Side Length (m)
From (km) To (km)
51 447+070 447+090 One side 20
Total = 2760m

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.

e) Hydro seeding & Mulching


S. Location stretch Total Length
Side
No. From (km) To (km) (m)
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
S. Location stretch Total Length
Side
No. From (km) To (km) (m)
39 446+070 446+170 One side 100
40 446+270 446+310 One side 40
41 446+610 446+630 Both side 40
42 446+810 446+890 Both side 160
43 447+010 447+030 Both side 40
44 447+050 447+070 One side 20
6520m
Note: - Hydro seeding & Mulching are provided as per the technical requirement in consultation with the
Authority Engineer subject to minimum length of 6520 meter. Increase in length of Hydro seeding & Mulching
shall not be treated as change of Scope.

13. Change of Scope

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.

14. Utility Shifting

Shifting of obstructing existing utilities indicated in Schedule A to an appropriate location in


accordance with the standards and specification of concerned Utility Owning Department is
part of the scope of work of the Contractor/Concessionaire*. The bidders may visit the site
and assess the quantum of shifting of utilities for the projects before submission of their bid.
Copy of utility relocation plan is enclosed. The specification of concerned Utility Owning
Department shall be applicable and followed.

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*.

b) The supervision charges at the rates/charges applicable of the utility owning


department shall be paid directly by the Authority to the utility Owning department as and
when contractor/concessionaire*furnishes demand of utility Owning Department along with a
copy of estimated cost given by later.
c) The dismantled material/scrap of existing Utility to be shifted/Dismantled shall
belong to the contractor/concessionaire* who would be free to dispose-off the dismantled
material as deemed fit by them unless the contractor/concessionaire* is required to deposit
the dismantled material may be availed by the contractor/concessionaire* as per estimate
agreed between them.
d) The utilities shall be handed over after shifting work is completed to utility Owning
Department to their entire satisfaction. The maintenance liability shall rest with the Utility
Owning Department after Handing over Process is complete as far as utility shifting works are
concerned.
Schedule B-1
Sl. No. Description of Items Quantity Unit
A Electrical Utilities
Detailed survey of route alignment with covering of existing lines,
Distribution Sub-Stations, submission of route alignment, profile and
1 final survey with profile in details indicating road crossing, river, 33.83 Km
water body, SCAOA OFC cable, water supply pipe line, Gas pipe line
and P&T line etc
Supply of 1 Core, 6.35/11 KV, t20 Sq. mm. XLPE insulated
2 10.64 Km
Power Cable (Havels/polycab)
Supply of 1 Core, 1.'I KV, 120 Sq. mm. 1tPE insulated Power
3 12.08 Km
Cable (Havels/polycab)
Supplying and making outdoor Heat Shrink type End Termination
4 Jointing kit for XLPE insulated Cable of grade 6.35/11 KV{E), 1-core, 204 Set
120 Sq.mm.Size.
Supplying and making Heat Shrink type straight through jointing kit
5 for XLPE insulated Cable of grade 6.35/11 KV(E), 3-core, 120 18 Set
Sq.mm. Size.
Supplying and making outdoor Heat Shrink type End Termination
6 Jointing Kit for XLPE insulated Cable of grade 228 Set
1.1 KV(E), 1-core, 12o Sq.mm.Size.
Supplying and making Heat Shrink type straight through jointing kit
7 for XLPE insulated Cable of grade 1.1 KV(E), 1- core, 120 Sq.mm. 18 Set
size.
T-shaped Pillar for cable line ID MARKING engraved with caption
”POWER CABLE.LINE“ (made of pre-cast RCC) of size(Pillar-3 ft. X
0.33 ft. X 0.33 ft.) and {T-section-3 ft.X0.33 ft.) by excavating earth
8 116 Nos
including required painting of the of the engraved caption in black
over yellow background as per technical requ:rement, direction of
the Engineer-in-Charge.
9 100 mm dia GI Pipe as per ISS 1239 15508 Mtr
10 Errection of the following
Excavation of Cable entry pit and Laying and Commissioning of 1
Core, 6.35/11 KV, 120 sqmm XLPE insulated armoured Power Cable
direct into earth including excavation of earth upto a depth of 1200
mm (Width of the trench 40 cm.) including 1s- cia,s brick pro:ection
a of Mo layer flat brick soling , 300 mm. sand (River sand) cushioning 2160 Mtr
and refilling and ramming the excavated soil as per direction of
Engineer- in-charge and coiling of excess cable below the earth
surface at a depth of minimum 1100 mm with protecting by double
layer bricks soiling or as per sice requirement of TSECL.
Excavation of Cable entry pit and Laying and Commissioning of 1
Core, 6.35/11 KV, 120 sqmm XLPE Insulated armoured Power Cable
direct into earth including excavation of earth upto a depth of 1200
mm (Width of the trench 40 cm.) including 1st class brick protection
a1 of two layer flat brick soling, 300 mm. sand (River sand) cushioning 2000 mtr
and refilling and ramming the excavated soil as per direction of
Engineer- in-charge and coiling of excess cable below the earth
surface at a depth of minimum 1100 mm with protecting by double
layer bricks soiling or as per site requirement of TSECL.
Boring for Laying of 100 mm outer dia Gl pipe direct into the earth
of 1100 mm depth below the ground surface with out effecting the
existing road by manually digging/drilling b horizontally or
b 7480 mtr
diagonally direction for road crossing/Water supply
line/Telecomunication line/Gas Pipe line etc. as per direction of
Engineering In Charge
Sl. No. Description of Items Quantity Unit
Drawing and Commissioning of 1 Core, 6.35/11 KV, 120- 3005q. mm.
XLPE Insulated Power Cable through Gl pipe c above ground levelfor
c 1440 mtr
risers to Transformers HT Side HT over Head Line HT Feeder Pillar
(Kiosk) as per direction of Engg In Charge.
Boring for Drawing and Commissioning of 1 Core, 6.35/11 KV, 120-
d 3005q. mm. XLPE 1100 mm below the earth surface through Gl pipe 5040 mtr
by manually as per direction of Engineering InCharge.
Erection of T-shaped Pillar for cable line ID MARKING engraved with
caption "POWER CABLE.LINE" (made of pre- cast RCC) of size (Pillar-
3 ft. X 0.33 ft. X 0.33 ft.) and (T- section-3 ft.X0.33 ft.) by
e excavating earth including required painting of the of the engraved 96 Nos
caption in black over yellow background as per technical
requirement, direction of the Engineer-in-Charge. The Pillar shall
be embedded in earth by 1.5 ft. for 11 KV UG Cable.
Excavation of Cable entry pit and Laying and Commissioning of 1
Core, 1.1 KV, 120-300sqmm. XLPE insulated armoured Power Cable
direct into earth including excavation of earth upto a depth of 1200
mm (Width of the trench 40cm.) including 1st class brick protection
f of two layer flat brick f soling, 300 mm. sand (River sand)cushioning 2520 mtr
and refilling and ramming the excavated soil as per direction of
Engineer in charge and colling of excess cable below the earth
surface at a depth of minimum 1100 mm with protection bydouble
layer bricks solling or as per site requirement of TSECL
Drawing and Commissioning of 1 Core, 1.1 KV, 120-3005q. mm. XLPE
insulated Power Cable through Gl pipe above ground levelfor risers
g 1680 mtr
to Transformers LT Side LT over Head Line LT Feeder Pillar (Kiosk)
as per direction of Engg in Charge
Boring for Drawing and Commissioning of 1 Core, 1.1 KV, h120-
3005q. mm. XLPE insulated Power Cable 1100 mm below the earth
h 5880 mtr
surface through Gi pipe by manually as per direction of Engineering
inCharge.
Design, Engineering, Manufacture, Assembly, Inspection, testing at
manufacturer's work before dispatch, packing, supply & delivery of
11 12 Mtr. Long Gi Swaged Tubular Pole coforming to relevent IS
standard with latest amendments and as per TSECL's tender
specification.
a 12 mtr long Gl Swaged Tubular Pole (Tare including @18% GHT) 122 Nos
Erection of 12.0 mtr. long Gl Swaged Tubular pole (Disignation
410:SP-60) conforming to ISS 2713 (P-1 & II) 1980, with round shape
base plate welded at the 12 bottom direct in earth including
12 122 Nos
excavation, refilling and ramming etc. as required complete (1/6th
of the length of the pole to be embedded in earth) as per direction
of the Engineer-in-Charge.
Design Engineering, Manufacture, Assembly, Inspection, testing at
manufacturer's work before 13 dispatch, packing, supply & delivery
13 of 11 Mtr. Long Gi Swaged Tubular Pole coforming to relevent IS
standard with latest amendments and as per TSECL's tender
specification.
a 11 mtr long Gl Swaged Tubular Pole (Rate includind @18% GHT) 1227 Nos
Erection of 11 mtr. long Gi Swaged Tubular pole (Disignation
410:SP-60) conforming to ISS 2713 (P-1 & 11) 1980, with round
14 shape base plate welded at the 14 bottom direct in earth including 1227 Nos
excavation, refilling 133 and ramming etc. as required complete
(1/6th of the length of the pole to be embedded in earth) as per
Sl. No. Description of Items Quantity Unit
direction of the Engineer-in-Charge.

Design Engineering, Manufacture, Assembly, Inspection, testing at


manufacturer's work before dispatch, packing, supply & delivery of
15 9 Mtr. Long Gi Swaged Tubular Pole coforming to relevent IS
standard with latest amendments and as per TSECL's tender
specification.
a 19 mtr long Gi Swaged Tubular Pole (Rate Including @18% GHT) 453 Nos
Erection of 9 mtr. long Gi Swaged Tubular pole (Disignation 410:SP-
60) conforming to ISS 2713 (P-1 & II) 1980, with round shape base
plate welded at the 16 bottom direct in earth including excavation,
16 453 Nos
refilling 202 and ramming etc. as required complete (1/6th of the
length of the pole to be embedded in earth) as per direction of the
Engineer-in-Charge.
Design. Engineering, Manufacture, Assembly, Inspection, testing at
manufacturer's work before dispatch, packing, supply & delivery of
17 8 Mtr. Long Gi Swaged Tubular Pole coforming to relevent IS
standard with latest amendments and as per TSECL's tender
specification.
a 8 mtr long Gi Swaged Tubular Pole (Rate including @18% GHT) 170 Nos
Erection of 8 mtr. long Gi Swaged Tubular pole (Disignation 410:SP-
60) conforming to ISS 2713 (P-1 & 11) 1980, with round shape base
plate welded at the bottom direct in earth including excavation,
18 170 Nos
refilling and ramming etc. as required complete (1/6th of the
length of the pole to be embedded in earth) as per direction of the
Engineer-in-Charge.
19 8 mtr long PCC Pole 45 Nos
20 Erection of 8.0 mtr. long PCC Pole. 45 Nos
21 Painted stay set complete (for HT & LT line) 1238 Set
22 Galvanized stranded stay wire (7/2.5 mm) 6140 Kg
23 11 KV Stay Insulator 701 Nos
24 LT Stay Insulator 537 Nos
25 Strain screw 73 Nos
Erection of painted stay set complete direct in earth with 16 mm.
dia. 1.8 mtr. long painted stay rod, anchor plate of size 300 X 300 X
8 mm, thick, turn buckle of length 356 mm. with 300 mm. long
threaded adjustable 16 mm. dia. MS rod, thimble, guy insulator as
per IS specification, hot dip (heavy duty) galvanized stay stranded
wire of size 7/2.5 mm. fastened with 26 stay clamps as required.
26 1238 Set
(including supply of MS clamp & Nuts & Bolts as reqd) and grouting
of stay set with CC of ratio 1:2:4 (1 cement: 2 river sand: Jhama
brick aggregate of 20 mm. nominal size) i/c supply of cement, sand
and brick aggregate complete with excavation, refilling of earth,
ramming along with centering and shuttering as required (@0.119
Cum perstay set as per TSECL specification)
27 11 KV GO Switch, 3-phase. 97 Set
Erection of 11 KV DOF Set of three nos l/c necessary connection
28 97 Set
complete as per Technical Specification
29 11 KV DO Fuse, 3-phase. 97 Set
30 Erection of 11 KV DOF Set of three nos l/c necessary connection 97 Set
Sl. No. Description of Items Quantity Unit
complete as per Technical Specification

31 11 KV Polymeric Lightening Arrestor. 97 Set


Erection of 9 KV, 5 KA single pole metal oxide gapless surge type LA
suitable for nominal system voltage of 11 KV, 3 phase, 50 Hz, AC
32 420 Set
supply. Normal Creepage distance 600 mm, conforming to
ISS:3070/1993 (Set of 3 (three) nos.)
33 ACSR DOG (6/7/4.72/1.57 mm) 148.14 Km
34 ACSR DOG (6/7/4.72/1.57 mm) 148.14 Km
35 8 SWG GI Wire 10.17 kg
Laying, hoisting & stringing of 8 SWG G.I. wire as per ISS: 280/1978
amended latest with heavy coating as per 155: 48261 1968 of tensile
36 strength 55 to 95 Kgf/mm l/c fastening with cross arm & metallic 90 Km
parts for earth continuity wire and metal parts to earth electrode as
per direction of the Engineer-in-Charge.
Design, Manufacture, Testing at works, supply, delivery &
Transportation of D.O.F./G.O.5. mounting support channel Cross
37 328 Nos
arm (75x40x40x6 mm) 2.8 mtr, long duly galvanized as per IS with
latest amendments.
Erection of 2.8 mtr long made of 75x40x40x6 mm. Galvanized
38 Channel for S/S G.O.S., D.O.F. as per direction of the Engineer-in- 328 Nos
Charge.
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting channel Cross arm
39 248 Nos
(100x50x50x6 mm) 2.8 mtr. lang duly galvanized as per IS with
latest amendments.
Erection of 2.8 mtr long made of 100x50x50x6 mm. 40 Galvanized
40 Channel for transformer base as per direction of the Engineer-in- 176 Nos
Charge.
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting channel Cross arm
41 158 Nos
(100x50x50x6 mm) 0.8 mtr. long duly galvanized as per IS with
latest amendments
Erection of 0.8 mtr long made of 100x50x50x6 mm. 42 Galvanized
42 Channel for transformer base as per direction of the Engineer-in- 158 Nos
Charge.
Design, Manufacture, Testing at works, supply, delivery &
43 Transportation of Transformer mounting angle Cross arm (65x65x6 94 Nos
mm) 2.8 mtr. long duly galvanized as per IS with latest amendments
Erection of 2.8 mtr long made of 65x65x6 mm. 44 Galvanized angle
44 for Cross arm for GOS handle bracket as per direction of the 94 Nos
Engineer-in-Charge.
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting angle Cross arm (65x65x6
45 56 Nos
mm) 3.2 mtr. long duly galvanized as per IS with latest
amendments.
Erection of 3.2 mtr long made of 65x65x6 mm. Galvanized angle for
46 Cross arm for Sub-Station Guard bracket as per direction of the 56 Nos
Engineer-in-Charge.
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting Chennel Cross arm
47 922 Nos
(75x40x40x6 mm) 0.3 mtr. long duly galvanized as per IS with latest
amendments.
Erection of 0.3 mtr long 11KV S.P. Top Cross arm i/c clamp, nut &
48 922 Nos
bolts etc. by 75X40X40X6 mm Galvanized Channel
Sl. No. Description of Items Quantity Unit
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting Chennel Cross arm
49 922 Nos
(75x40x40x6 mm) 1.5 mtr. long duly galvanized as per IS with latest
amendments.
Erection of 1.5 mtr long 11KV S.P. Top Cross arm l/c 50 clamp, nut
50 922 Nos
& bolts etc. by 75X40X40X6 mm Galvanized Channel
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting angle Cross arm (65x65x6
51 922 Nos
mm) 1.65 mtr. long duly galvanized as per IS with latest
amendments.
Erection of 1.65 mtr long 11 KV S.P. Guard Cross arm /c clamp, nut
52 922 Nos
& bolts etc. by 65X65X6 mm MS Angle
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting Channel Cross arm
53 260 Nos
(75x40x40x6mm) 2.2 mtr. long duly galvanized as per IS with latest
amendments.
Erection of 2.2 mtr long 11KV D.P. Cross arm I/c. 54 clamp, nut &
54 260 Nos
bolts etc. by 75X40X40X6 mm MS Channel
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting angle Cross arm (65x65x6
55 260 Nos
mm) 2.5 mtr. long duly galvanized as per 15 with latest
amendments.
Erection of 2.5 mtr long 11 KV D.P. Guard Cross arm 56 l/c clamp,
56 260 Nos
nut & bolts etc. by 65X65X6 mm Galvanized Angle
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting angle Cross arm for DP
57 368 No
(65x65x6 mm) 3.2 mtr. long duly galvanized as per IS with latest
amendments.
Erection of 3.2 mtr long 11 KV D.P. Guard Cross arm 58 l/c clamp,
58 368 Nos
nut & balts etc, by 65X65X6 mm Galvanized Angle
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting angle Cross arm for DP
59 368 No
(65x65x6 mm) 1.6 mtr. long duly gaivanized as per IS with latest
amendments.
Erection of 1.6 mtr long 11 KV D.P. Guard Cross arm /c clamp, nut
60 368 Nos
& bolts etc. by 65X65X6 mm Galvanized Angle
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting angle Cross arm (65x65x6
61 68 No
mm) 2.2 mtr. long 6-wire LT "C" Bracket duly galvanized as per IS
with latest amendments.
Erection of 6-Wire LT C-bracket i/c clamp, nut & bolts etc. by
62 54 Nos
65X65X6 mm Galvanized Angle
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting angle 63 Cross arm
63 302 No
(65x65x6 mm) 1.2 mtr. long 4-wire LT Bracket duly galvanized as
per 15 with latest amendment
Erection of 1.2 mtr. long 4-Wire LT bracket in/c clamp, nut & bolts
64 302 Nos
etc. by 65X65X6 mm Galvanized Angle
Design, Manufacture, Testing at works, supply, delivery &
Transportation of Transformer mounting angle Cross arm (65x65x6
65 542 No
mm) 0.55 mtr. long 2-wire LT Bracket duly galvanized as per 15
with latest amendments.
Erection of 0.55 mtr. Long 2-Wire LT C-bracket i/c clamp, nut &
66 542 Nos
bolts etc. by 65X65X6 mm MS Angle
Sl. No. Description of Items Quantity Unit
67 11 KV polimeric Disc Insulator 1472 Nos
68 11 KV Disc Fittings 1472 Nos
Erection of Disc Insulator Ball and Socket type l/c fittings for 11 KV
system (EMS-45 KN) conforming to ISS:731/1971 in angle and dead
end locations including 69 tension fittings of EMS-45 KN to
69 1472 Nos
accommodate the relevant ACSR conductor size along with nuts and
bolts, washer etc. as required in complete as per direction of the
Engineer-in-Charge.
70 11 KV Polimeric Pin insulator i/c. Gi Pin 3543 No
Erection of 11 KV Polimeric Pin insulator including G. Pin for 11 KV
system with mechanical strength of 10 KN conforming to
155:731/1971 with hot dip galvanized M.S forged 11 KV G.I pin
71 3543 Nos
alongwith galvanized hexagonal nuts, G.I flat washer and G.I spring
washer conforming to 155: 2486(P-111/1974 etc. as required in
complete as por direction of the fingineer-in-Charge.
Laying, hoistinging & stringing of LT AB Cable (3X70
72 +1x50-1x16 sq, mm) including binding, jumpering, etc. as required 183 Km
& as per direction of the Engineer-in-Charge.
a LT AB Cable (3x35 +1x16+1x25 sq. mm) 4 Km
Positioning of cable drum removing of cable from drum and laying,
stringing, holsting & drawing of All cable 1.1 KV LT AB Cable (3x35
b +1x16+1x25 sq. mm) along with pre-insulated mid span jointing 4 Km
sleeves /c installation of all accessories as per direction of Engg-In-
Charge.
73 Suspension clamp Assembly with straps & Buckle (25-35 mm) 451 No
74 Dead end clamp Assembly with straps & Buckle (25-35 mm) 211 No
75 Service anchore clamp 391 No
76 Bimetallic Lugs for 35 sq. mm 880 No
77 Pre-insulated Jointing Sleeve 35 sq. mm 220 No
78 Distribution Box three phase (25-35 mm) 466 No
Insulation Piecing Connector Main 16-95 Sq. mm & Tap 4 to 35 Sq.
79 2354 No
mm
80 Cable end cap (25-35 mm) 450 No
81 Cable end cap (25-35 mm) 220 No
82 Eye Hook (25 mm) 471 No
83 Pole clamp (25/50 mm) 495 No
84 Non Metalic "Helical ties" for covered conductor, 25 sq. mm 988 Nos
85 Insulation Piecing Connector Main 120 Sq. mm & Tap 4 to 35 205 No
86 LT Shackle insulator (4X4.5") 377 Nos
Erection of Porcelain Shackle Insulator (4x4.5") for LT system with
mechanical strength of 5 KN conforming 87 to ISS:731/1971 with hot
87 377 Nos
dip galvanized M.S G.I Straps with bolts in complete (suitable for
Rabbit/DOG conductor) as per direction of the Engineer-In-Charge
Supply and installation of Earth Spike unit the item include 20mm
dia 1.8 mtr long Gi Earth rod i/c Connecting clamps, bolts etc.
88 along with drawing of Earth Wire (8 SWG GI Wire) from Earth Spike 370 Nos
to Metal Parts of Pole Structure and Excavation of Earth refilling
ramming etc as reqd as ser direction of the Engineer- in-Charge
Sl. No. Description of Items Quantity Unit
Supply and erection of earthing set as per 155: 3043 of 1966 and
with latest amendment if army, 2.5 mtr long G. pipe (15 marked of
40 mm diameter with suitable holes on pipe circumference
89 including a pale of clampa Emade of 50 X 6 mm M.S. flat, galvanized 328 Set
nuts & bolts alongwith alternate layers of salt & charcoal including
supply of 4.0 mtr long, 12mm dia PVC pipe for each earthing set
etc, as required and as per direction of the Engineer-In-Charge
90 25 KVA, 3-phase, 11/0.443 KV Distribution Transformer 4 Nos
Erection & Commissioning of 25 KVA, 3-phase, 11/3.443 KV
Distribution Transformer on pole structure at a height of 2440 mm
91 (approx) above GL in double MS Channel support (100X50X50X6 mm 8 Nos
Channell with all necessary accessories and fittings as per Technical
Specification.
92 63 KVA, 3-phase 11/0-443 KV Distribution Transformer 6 Nos
Erection & Commissioning of 63 KVA, 3-phase, 11/0443 KV
Distribution Transformer on pole structure at a height of 2440 mm
93 (approx) above GL In double MS channel support (100X50X50X6 mm 12 Nos
Channel with all necessary accessories and fittings as per Technical
Specification.
94 100 KVA, 3-phase, 11/0,443 KV Distribution Transformer 49 Nos
Erection & Commissioning of 100 KVA, 3-phase 11/0.443 KV
Diatribution Transformer on pole structure at a height of 2640 mm
95 (approx) above Gu in double MS channel support (100x50x50x6 mm 50 Nos
channel) with all necessary accessories and fittings as per Technical
Specification
96 200 KVA, 3-phase, 11/0.443 CV Ostribution Transformer 1 Nos
Erection & Commissioning of 200 KVA, 3-phase 11/0.443 KV
Distribution Transformer on pole structure at a height of 2440 mm
97 (approx) above GL in double MS channel support (100X50X50X6 mm 1 Nos
channel) with all necessary accessories and fittings as per Technical
Specification.
98 500 KVA, 3-phase, 11/0.443 KV Distribution Transformer 1 Nos
Erection & Commissioning of 500 KVA, 3-phase 11/0.443 KV
Distribution Transformer on pole 99 structure at a height of 2440
99 mm (approx) above GL in double MS channel support (100X50X50X6 1 Nos
mm channel) with all necessary accessories and fittings as per
Technical Specification.
100 400 Amps Cut-Out 9 Nos
101 300 Amps Cut-Out 6 Nos
102 200 Amps Cut-Out 120 Nos
103 100 Amps Cut-Out 178 Nos
104 240 sqmm. PVC Cable 60 Mtr
105 185 sqmm, PVC Cable 60 Mtr
106 120 sqmm. PVC Cable 1760 Mtr
107 70 sqmm PVC Cable 1120 Mtr
108 240 sqmm. Bi-metallic Lugs 26 Nos
109 185 sqmm. Bi-metallic Lugs 26 Nos
110 120 sqmm, Bi-metallic Lugs 715 Nos
111 70 sqmm. Bi-metallic Lugs 380 Nos
112 Nuts & Bolts (Assorted Size) 6145.6 Kg
113 Straps with Nuts & Bolts. 160 Pair
114 D-Clamp 202 Nos
Sl. No. Description of Items Quantity Unit
115 4 sq mm PVC Cable 26.7 km
116 10 sq mm PVC Cable 9.1 km
Making connection from Transformer LT side to overhead LT Line via
fuse unit of unarmored PVC cable 1100-V grade conforming to 155:
117 1554 (P-1)/1988 of the following sizes and the cables shall be 88 Job
properly crimped by bi-metallic lugs at contact areas as per
direction of the Engineer-in-Charge.
Erection of Protective Guarding by 8 SWG GI Wire as per technical
118 specification along with 11 KV Line across road/river/telecom line 2884 Nos
etc. in horizontal formation complete
119 Danger Plate (HT) 1264 Nos
120 Danger Plate (LT) 623 Nos
121 Erection of Danger Plate on HT/LT Poles 1887 Nos
122 Barbed Wire 3704 kg
Supply & erection of Anti-climbing devices viz barbed wire on
existing pole structures including supply of barbed wire confirming
to 15:278 having four points barbed spaced 75 (+/-12) mm apart
123 1942 Nos
shall be wrapped helically with a pitch of 75 mm around the limb of
support and firmly commencing from the height of 3.5 Mand up to 5
or 6 M (1.5 Kg./pole) as per direction of the Engineer-in-Charge
Fabricated bracket clamp of assorted size of 50X6 mm Galvalized
124 6983 Nos
Flat
Supply and erection of galvanized stay clamp l/c Nuts Bolts etc as
125 9392 Pair
read
126 Polythin pipe, 1/2" dia 2110 Mtr
Grouting with CC of ratio 1:2:4 (1 cement: 2 river sand 4 jhama
brick aggregate of 20 mm. nominal size) ilc supply of cement, sand
and brick aggregate complete with excavation, refilling of earth,
127 586.504 Cum
ramming alongwith centering and shuttering as required (@0.273
Cum per Steel Tubular Pole & @ 0.119 Cum per Stay Set as per
TSECL specification etc.
Supply & erection of wooden plank (preferably karal wood) of size
24" x 10" x 1.5" for fitting, fixing of LT cut 128 outs along with MS
128 112 Nos
clamps, nuts & bolts and cable connections with termination by
Lugs as per Specification.
Supply & erection of fabricated copper strip size of 50x8 mm, 20 cm
129 long with 4 nos hole to connect the cable/OT LT Stud as required as 200 Nos
per direction of the Engineering-in-Charge.
Providing Sub-Station protective fencing made by chain link mesh of
& SWG GI Wire of size 2X3 mtr. And height 1.5 mtr. as per engineer
requirement by 65X65X6 mm MS Angle post of height 2 mtr.
Horizontal bar 2X3 mtr and 2X2 mtr. And top angle posts by 50X50X6
130 79 Job
mm MS angle and two part MS Grill door of size 1.2X1.4 mtr with
locking arrangement i/c necessary grouting and painted AL paint
over red oxide priming of approved quality as required as per
Technical Specification
Hiring of vehicle for survey and supervision of proposed &
131 494 Days
dismantled HT/LT line
Cutting, clearing & disposal of jungle/tree of any girth from
132 3(three) meter either side of HT/LT line of providing required 45 Km
vertical and horizontal clearance as per provision of L.E. Rule.
Numbering of Fole/DT will black lepper paint after applying priming
133 coats lry rail onde primer followed by a painting 2 or more conta
with synthetic enamel paint (Yellow Colour) of spproved quality
Sl. No. Description of Items Quantity Unit
within a area of 6"X14" on pale DT su reqd as per direction of the
Engineer-in-Chargs

a 500 KVA 3-phase 11/0.433 KV Distribution Transformer 1 Nos


b 200 KVA 3-phase 11/0.433 KV Distribution Transformer 1 Nos
c 100 KVA 3-phase 11/0.433 KV Distribution Transformer 50 Nos
d 63 KVA 3-phase 11/0.453 KV Distribution Transformer 10 Nos
e 25 KVA 3-phase 11/0.433 KV Distribution Transformer 5 Nos
f 16 KVA, 1-phase, Distribution Transformer 0 Nos
g HT/LT Composite pole 923 Nos
(B) CIVIL WORKS (Construction of 1(one) no. of transformer base)
Providing 2(Two) nos. of distribution transformer RCC base as per
approved standard drawing and design
Earth work in excavation in foundation trenches or drains not
exceeding 1.5 m in width or 10 sqm on plan) including dressing of
1 sides and ramming of bottoms, lift upto 1.5 m. including getting out 21.14 Cum
the excavated soil and disposal of surplus excavated soil as
directed, within a lead of 50 m By manual means
Filling available excavated earth (excluding rock) in trenches plinth,
sides of foundations etc. in layers not exceeding 20 2 cm in depth,
2 14.09 Cum
consolidating each deposited layer by ramming and watering, lead
up to 50m and lift upto 1.5m All kinds of soil
Supplying and filling in plinth, under floor, foundations etc. with
sand (fine) from quarry with all ifts including 3 spreading in
3 horizontal layers, watering grading to required slope, ramming 2.592 Cum
consolidating and compacting each layer by using plate compactor
or by any suitable method complete
Providing and layaing in position cement concrete of specified grade
excluding the cost of centering and 4 shuttering-
4 All work upto plinth level: 1.728 Cum
1:4:8 (1 cement: 4 fine sand: 8 graded well burnt brick aggregate 20
mm nominal size
providing and laying in position specified grade of reinforced
cement concrete excluding the cost of centring, shuttering finishing
and reinforcement.
5 4.676 Cum
All work upto plinth level
a) 1:2:4 (1 cement: 2 fine sand: 4 graded well burnt brick aggregate
20 mm nominal size)
Reinforced cement concrete work in walls (any thickness), Including
attached pilasters, buttresses, plinth and skirting courses, fillets,
columns, pillars, piers, abutments, posts and struts etc. upto floor
five level excluding cost of centring, 6 shuttering, finishing and
6 reinforcement. 1.852 Cum
In plinth and skirting courses, fillets, column, pillars, posts and
struts
a) 1:2:4 (1 cement: 2 fine sand:4 graded well burnt brick aggregate
20 mm nominal size)
Sl. No. Description of Items Quantity Unit
Reinforced cement concrete work in beams, suspended floors, roofs
having slope upto 15 landings, balconies, shelves, chajjas, lintels,
bands, plain window sills, staircases
and spiral stair cases upto floor five level excluding cost of
7 3.374 Cum
centring, shuttering, finishing and reinforcement. RCC work in
suspended floors, roofs having slope upto 15*
landings, balconies, shelves and chajjas a) 1:1 : 3 (1 cement: 1%
fine sand: 3 graded stone aggregate 20 mm nominal size)
RCC work in beams, lintels, bands plain window sills, staircases and
spiral staircases excluding precast spiral 8 staircase
8 4.238 Cum
a) 1:2:4 (1 cement: 2 fine sand 4 graded well burnt brick aggregate
20 mm nominal size
Centering shuttering Including struttings, propping etc. and removal
of form work for:
a) Foundations, footing bases for columns etc. for mass concrete
17.5 Sqm
with timber plank
9 b) Suspending floors, roofs landings balconies and access platform
26.7 Sqm
with timber planks
c) Lintels, beams girders, bressumers and cantilevers with wooden
29.92 Sqm
plank
d) Columns, plers, Abutments, posts struts with wooden plank 26.64 Sqm
Reinforcement for RCC work Including straightening, cutting
bending, placing in position and binding all complets upto floor five
10 1300 kg
level. Thermo- Mechanicily Treated bars/cold twisted deformed
steel bars
First calss brick work in foundation and plinth including cost of all
11 materials as required complete:- In cement morter 1:6 (1 cement; 1.326 Cum
fine sand)
Providing structural Steel work in single section fred with or without
connecting plate Including cutting, hoisting fixing in position and
12 139.2 kg
applying a priming cout of approved steel primer all complete as
required:-
12mm cement plaster in single layer including cost of materials
13 required and finishing even and smooth and curing complete 36 Sqm
a) In cement mortor 1:4 (1 cement: 4 fine sand)
Welding by gas or electric plant including transportation of plant at
14 2000 cm
site etc. complete as per standard design
6mm cement plaster in single layer including cost of materials
15 required and finishing even and smooth and curing complete 25.66 Sqm
a) in cement mortor 1:3 (1cement:3 fine sand)
16 Neat cement punning 32 Sqm
Providing and fixing 15: 1341 marked MS heavy weight butt hinges
17 24 Nos
with necessary screws etc. Complete: 100x75x3.50mm
Providing and fixing ISI marked oddised MS sliding door bolts with
18 4 Nos
nuts and screws etc. Complete: 250x16mm
Providing and fixing with hard drawn steul wira frbric 75x25mm
19 mesh of weight not less then 7.75kg per som et welded with steel 24.36 Sqm
frames complete et per classes of cheatse 12 of CPWD specification
Applying priming coat with ready mixed red oxide sinc 20 chromate
20 primer of approved brand and manufacture on steel, galvanised 30.42 Sqm
iron/steel work
Painting with synthetic enamel paint two or more coats) of required
colour of approved brand and manufacture on new 21 work to give
21 30.42 Sqm
an even shade over an under coat of suitable 30.42 shade with
ordinary paint of approved brand manufacture
Sl. No. Description of Items Quantity Unit
C Dismantling of the following items
1 11 KV Class, 3-ph Arial Bunched Cabile of size 3CX120+1X100
1400 Mtr
sgmm for 11 KV Overhead line
1
11 KV Class, 3-ph Arial Bunched Cable of sire 30x95+10+16+170
2000 Set
sqmm
Suspension Assembly comprising of 'suspension bracket, move
2 bleconnecting link, galvanised suspension clamp, bracket clamp 43 Set
suitable for 70-120 sqmm bare massenger wire. (For HT AB Cable)
Dead End/Anchoring Assembly comprising of 'tension bracket',
wedge type tension clamp, flexible stainless steel rope for fixing of
3 29 km
tension clamp to bracket suitable for 70- 120sqmm bare massenger
wire.
Laying, hoisting & stringing of LT AB Cable (3x70 +1x50+1x16 sq.
4 mm) including binding, jumpering, etc. as required & as per 4 No
direction of the Engineer-in-Charge.
5 Suspension clamp Assembly with straps & Buckle (25-35 mm) 84 No
6 Dead end clamp Assembly with straps & Buckle (25-35 mm) 36 No
7 Service anchore clamp 60 No
8 Distribution Box three phase (25-35 mm) 36 No
9 Eye Hook (25 mm) 60 No
10 Pole clamp (25/50 mm) 60 No
LT Insulation Piercing Connectors (IPC) for making Tee/Tap-
11 off/Service connectors to an ABC/Bare Overhead Line suitable for 120 Nos
25sqmm to 95sqmm.
12 Dismantle of 4-Wire LT bracket in/c clamp, nut & bolts etc. 72 Nos
13 Dismantle of 3-Wire LT bracket in/c clamp, nut & bolts etc. 99 Nos
14 Dismantle of 2-Wire LT bracket in/c clamp, nut & bolts etc. 98 Nos
Erection of 5-Wire LT C-bracket i/c clamp, nut & bolts etc. by
15 27 Nos
65X65X6 mm Galvanized Angle
Erection of 3-Wire LT C-bracket /c clamp, nut & bolts etc. by
16 64 Nos
65X65X6 mm Galvanized Angle
17 Dismantle of 11KV S.P. Top Cross arm in/c clamp,nut & bolts etc. 181 Nos
Dismantle of 11KV S.P Bottom Cross arm in/c clamp, nut & bolts
18 192 Nos
etc.
Dismantle of 11 KV S.P. Guard Cross arm in/c clamp, nut & bolts
19 142 Nos
etc.
clamp, nut & bolts etc. Dismantle of 11KV D.P. Bottom Cross arm
20 91 Nos
in/c clamp, nut & bolts etc.
Dismantle of 11 KV D.P. Guard Cross arm in/c clamp, nut & bolts
21 91 Nos
etc.
Dismantle of Stay Set complete (HT/LT) in/c earth excavation.in/c
22 155 Nos
clamp, nut & bolts etc.
Dismantle of 2.8 mtr long100x50x50x6 mm channel of sub-station
23 91 Nos
cross arm in/c clamp, nut & bolts etc.
Dismantle of 2.8 mtr 75x40x40x6 mm channel 24 of sub-station cross
24 133 Nos
arm in/c clamp, nut & bolts etc.
Dismantle of 2.8 mtr long 65x65x6 mm MS angle of sub-station cross
25 77 Nos
arm in/c clamp, nut & bolts etc.
Dismantle of 0.6 to 0.8 mtr long MS angle 26/channel of sub-station
26 93 Nos
cross arm in/c clamp, nut &bolts etc.
Dismantle of 3.2 mtr long 65x65x6 mm MS angle /channel of sub-
7 Nos
station cross arm in/c clamp, nut &bolts etc.
27 Dismantle of 500 KVA Transformer from base(Pole mounted/RCC 1 Nos
Sl. No. Description of Items Quantity Unit
base)
Dismantle of 100 KVA Transformer from base(Pole mounted / RCC
28 9 Nos
base)
Dismantle of 63 KVA Transformer from base (Pole mounted/RCC
29 8 Nos
base)
Dismantle of 25 KVA Transformer from base (Pole mounted/RCC
30 7 Nos
base)
Dismantle of 16 KVA Transformer from base (Pole mounted/RCC
1 Nos
base)
31 Dismantle of 9.0 mtr. long PCC Pole in/c earth excavation. 181 Nos
32 Dismantle of 8.0 mtr. long PCC Pole in/c earth excavation. 135 Nos
33 Dismantle of 11 mtr. long Steel Tubular Pole In/c earth excavation. 160 Nos
34 Dismantle of 8.0 mtr. long Steel Tubular Pole in/c earth excavation. 119 Nos
35 Dismantle of 9.0 mtr. long Steel Tubular Pole In/cearth excavation. 108 Nos
36 Dismantle of 11KV Disc. Insulator with fittings 341 Nos
37 Dismantle of 11 XV Pin Insulator with G.1 Pin. 418 Nos
38 Dismantle of LT Shackle insulator 716 Nos
Dismantle of ACSR (6/1/2.59) l/c opening of binding, jumpering,
39 99 km
and coiling etc as reqd. as per diredtion of the Eng. In Charge.
Dismantle of ACSR (6/7/4.72/1.57 mm dia DOG) /c opening of
binding, jumpering, and colling etc as reqd. as per direction of the 0.5 km
Eng. In Charge.
Dismantle of G.I. Guard Wire in/ci/claying hoisting, binding
40 36 km
opening of jumpering, as per direction of the Eng. In Charge.
Dismantle of Triple pole (3ph, 12 KV), 200 Amps manually gang
41 operated air break switch (A.B.Switch.) including necessary 42 Nos
connection.
Dismantaling of spacer of conductor of single/two/three phase LT
42 140 Nos
line with the help of spacer and For 4/5 wire LT line
Dismantle of cross lacing/for providing cradle/cage guarding for
43 460 Nos
HT/LT Line by G.I. ( SWG) wire as per Technical specification
Dismantle of Triple pole (3 ph, 12 KV)200 Amp drop out fuse unit
44 (D.O. Fuse Unit) suitable for operation for 11 KV, 50 Hz AC system 42 Nos
Including necessary connection.
Dismantle of 9 KV, 5 KA single pole metal Oxide gapless surze type
45 LA suitable for nominal system voltage of 11 KV including necessary 124 Nos
connection as per Technical specification.
46 Dismantling & Re-fixing of i-phase Service Connection 1110 Nos
47 Dismantling & Re-fixing of 3-phase Service Connection 91 Nos
d EHT tower shifting
1 66 kv Tower 01 Nos
2 132 kv tower 04 Nos
e DWS Utility Shifting
Item No. Description of Items Quantity Unit

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.

A. With contractor's high power rig


Sl. No. Description of Items Quantity Unit
1. Upto 250.00 mtr
i. 320 mm dia 500 mtr
II. Beyond 250.00 mtr. and upto 375.00 mtr
i. 320 mm dia 231.7 mtr

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

2 A. With contractor's high power rig


I. Upto 250.00 mtr
i. from 320 mm dia pilot hole to 550 mm bore hole 80 mtr
ii. from 320 mm dia pilot hole to 460 mm bore hole 420 mtr
II. Beyond 250.00 mtr. and upto 375.00 mtr
i. from 320 mm dia pilot hole to 460 mm bore hole 140.24 mtr
Washing of enlarged bore hole of 460-550 mm dia 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 including lifting of
3
drill pipes as per specification (IS : 2800 (part-1)) and direction of the
Engineer-in-charge
A. with contractor's high power rig 640.24 mtr
Providing and lowering of ERW pipe conforming to IS:3589- 2001 (with
latest revision) with drilling rig including painting with anti-corrosive
bitumastic paints, fixing of M.S. ring, welding of all joints etc. complete
after washing of the bore hole as per specification (IS : 2800 (part-I)) and
4 direction of the Engineer-in-Charge
A. With contractor's high power rig
I. 300 mm dia ERW housing pipes 73.16 mtr
ii) 200 mm dia ERW blind pipes 463.4 mtr
iii. 200 mm dia ERW slotted pipes 73.16 mtr
Providing and fixing of bail plug (made with 8 mm thick MS sheet) by
welding with blind pipe including applying of anti-corrusive bitumastic paint
5 as per specification (IS : 2800 (part-I)) and direction of the Engineer-in-
charge.
i. for 200 mm dia ERW pipes 2 Nos
Providing and fixing of reducing socket (made with 8 mm '-.hick MS sheet)
by welding with blind pipe including applying of anti-corrusive bitumastic
paint as per specification (IS : 2800 (part-I)) and direction of the Engineer-
6 in- charge.
A. With contractor's high power rig 2 Nos
i. 300 X 200 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
7 direction of the Engineer-in-Charge.
A. With contractor's high power rig
i. with pea gravels obtained from Durgapur, West Bengal 90.08 Cum
Sl. No. Description of Items Quantity Unit
Providing and fixing of housing clamp(made with 12 mm thick MS sheet) by
welding with blind pipe including applying of anti-corrusive bitumastic paint
8 as per specification (15:2800(Part-I)) and direction of the Engineer-in-
charge
i. 300 mm dia 2 Nos
Washing and development of tube well by using air compressor and testing
of the well as per specification(IS:11189) & direction of the Engineer-in-
Charge.
9
II. Beyond 200 mtr pipe assembly
A. With contractor's air compressor
i) using air compressor of 1100 cfm output 2 Nos

Providing and fixing of Well Cap (made with 8 mm thick MS sheet) by


welding with blind pipe including applying of anticorrusive bitumastic paint
10
as per specification (IS:2800(PartI)) and direction of the Engineer-in- charge.

i. for 300 mm dia ERW pipes 2 Nos

Charges for electro-logging for ground water exploration related to


portable dringking water purpose borewell (200-550 mm dia) using a
microprocessor based digital multiprobe borwell logger and submission of
acquired data in the shape of numerical as well as graphical and
determination of lithologgy and static graphic co-relation of acquifer,
effective porosity and permeability, location of water bearing and saturated
11 water zone and its coresponding discharge and also guidance for setting up
of taping zone etc complete as per direction of the Engg-in-charge (All
necessary equipments relating to electro-logging should have to be
arranged by the agency)

I. BGL upto 250.00 mtr. 500 mtr


ii. BGL beyond 250.00 mtr and upto 457.00 mtr 231.7 mtr
Earth work in excavation by mechanical means (Hydraulic excavator) /
manual means in foundation trenches or drains (not exceeding 1.5 m in
width or 10 sqm on plan) including dressing of sides and ramming of
12 118.87 Cum
bottoms, lift upto 1.5 m, including getting out the excavated soil and
disposal of surplus excavated soil as directed, within a lead of 50 m.-All
kinds of soil i) By manual means
Filling available excavated earth (excluding rock) in trenches, plinth, sides of
foundations etc. in layers not exceeding 20cm in depth, consolidating each
13 deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 82.58 Cum
m.
-All kinds of soil
Supplying and filling in plinth, under floor,foundations etc. with sand (fine)
from local quarry with all lifts including spreading in horizontal layers,
14 watering, grading to required slope, ramming, consolidating and 11.78 Cum
compacting each layer by using plate compactor or by any suitable method
complete.

Providing and laying in position cementconcrete of specified grade


15
excluding the cost of centring and shuttering
Sl. No. Description of Items Quantity Unit
i) 1:2:4 (1 cement : 2 fine sand : 4 well burnt brick aggregate 40 mm
0.42 Cum
nominal size)
Providing and laying in position cement
concrete of specified grade excluding the cost of centring and shuttering -
16 5.91 Cum
All work upto plinth level: 1:3:6 (1 Cement: 3 fine sand : 6 graded well burnt
brick aggregate 40 mm nominal size)
iii) 1:4:8 (1cement : 4 fine sand : 8 graded well burnt brick aggregate of 40
17 1.16 Cum
mm nominal size)
i)Foundations, footings, bases for columns 15 sqm
18
ii) Columns, Piers, abutments, pillaras, posts and struts 6.5 sqm
Providing and laying in position cement concrete of specified grade
excluding the cost of centring and shuttering - -
19 0.79 Cum
All work upto plinth level: 1:5:10 ( 1 Cement: 5 fine sand : 10 graded well
burnt brick aggregate 40mm nominal size)
Providing and laying in position specified grade of reinforced cement
concrete excluding the cost of centring, shuttering, finishing and
reinforcement-
20 3.45 Cum
a) All work upto plinth level:
1 : 2 : 4 ( 1 cement : 2 fine sand : 4 graded well
burnt brick aggregate of 20 mm nominal size)

Reinforced cement concrete work in walls (any thickness), including


attached pilasters, buttresses, plinth and skirting courses, fillets, columns,
pillars, piers, abutments, posts and struts etc. upto floor five level excluding
21 cost of centring, shuttering, finishing and reinforcement- 3.58 Cum
In plinth and skirting courses, fillets, columns, pillars, posts and struts.
(i) 1:2:4 ( 1 Cement: 2 fine sand : 4 graded well burnt brick aggregate 20
mm nominal size)

Reinforced cement concrete work in beams, suspended floors, roofs having


slope upto 15° landings, balconies, shelves, chajjas, lintels, bands, plain
window sills, staircases and spiral stair cases upto floor five level excluding
22 1.03 Cum
the cost of centring, shuttering, finishing and reinforcement-
i) 1:2:4 ( 1 Cement: 2 fine sand : 4 graded well burnt brick aggregate 20 mm
nominal size)

Centering shuttering including struttings, propping etc. and removal of form


23 work for: a)Foundations, footings, bases for columns etc for mass concrete 12.16 sqm
with timber plank
b) Lintels, beams, plinth beams, girders,
24 21 sqm
bressumers and cantilevers with wooden plank
25 c) Weather shade chajjas, corbels etc including edges 12.74 sqm

26 b) Columns, Pillars, Piers, Abutments, Posts and Struts with wooden plank. 30.78 sqm

Reinforcement for R.C.C. work including straightening, cutting, bending,


placing in position and binding all complete upto plinth
27 510 kg
level.
a) Thermo-Mechanically Treated bars of Grade
Sl. No. Description of Items Quantity Unit

Reinforcement for R.C.C. work including straightening, cutting, bending,


28 placing inposition and binding all complete above plinth levela) Thermo- 350 kg
Mechanically Treated bars of Grade FE-500D or more

First class brick work in foundation and plinth


29 including cost of all materials as required complete:- 7.5 Cum
a) In Cement mortar 1:6 (1 cement : 6 fine sand )
First class brick work in foundation and plinth
30 including cost of all materials as required complete:- 8 Cum
a) In Cement mortar 1:6 (1 cement : 6 fine sand )

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)

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
36 of neat cement including cement slurry, rounding of 19.15 sqm
edges and cost of glass strips etc. complete.
a) 40 mm thick

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
37 of neat cement in/c cement slurry, rounding of 16.00 16 sqm
edges and strips etc. complete.
a) 40 mm thick with 20 mm well burnt brick aggregate

12mm cement plaster of mix.


38 111 sqm
a) In cement mortar 1 : 4 ( 1 cement : 4 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 )

6 mm cement plaster of mix.


40 18 sqm
a) In cement mortar 1 : 3 ( 1 cement : 3 fine sand )
6 mm cement plaster of mix.
41 20 sqm
mortar 1 : 4 ( 1 cement : 4 fine sand )
Sl. No. Description of Items Quantity Unit
42 Neat cement punning 50 sqm

Providing and fixing M.S grill of requiredpattern in frames of windows etc.


43 with M.S flat, square or round bars etc all complete.Fixet to steel windows 75 kg
by welding

Distempering with dry distemper of approved brand and manufacture (two


or more coats) of required shade on new work, over and including water
44 99 sqm
thinnable priming coat to give an even shade. [Payment shall be made after
submission of Test Certificate issued by the Manufacturer]

Finishing wallls with water proofing cement paint of required shade of a


approved brand and manufacture [Payment shall be made after submission
45 60 sqm
of Test Certificate issued by the Manufacturer]:
New work (two or more coats applied @3.84 kg/10 sqm)
Finishing walls with acrylic smooth exterior paint of required shade of
approved brand and manufacture [Payment shall be made after submission
46 of Test Certificate issued by the Manufacturer] New work (2 or more coats 65 sqm
applied @1.67 Its/10sqm over and including priming coat of exterior primer
applied @ 2.20 ke/10 sqm

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

painting with synthetic enamel paint of approved brand and manufacturer


of required colour to give an even shade [Payment shall be made after
48 submission of Test Certificate issued by the Manufacturer] Two or more 15 sqm
coats on new works over and under coat of suitable shade with ordinary
paint (primer) of approved brand and manufacturer.

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

Steel work in built up tubular (round, square or rectangular hollow tubes


etc.) trusses etc., including cutting, hoisting, fixing in position and applying a
54 320 Kg
priming coat of approved steelprimer, including welding and bolted with
special shaped washers etc. complete.Hot finished welded type tubes

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 corrugated G.S. sheet roofing including vertical/curved surface


fixed with polymer coated J or L hooks, bolts and nuts 8 mm diameter with
bitumen and G.I. limpet washers or with G.I. limpet washers filled with
white lead and including a coat of approved steel primer and two coats of
59 56.5 sqm
approved paint on overlapping of sheets complete (up to any pitch in
horizontal/ vertical or curved surfaces) excluding the cost of purlins, rafters
and trusses and including cutting to size and shape wherever required.
(i) 0.63mm thick with zinc coating not less than 275gm/m2

Making plinth protection 50mm thick of cement concrete 1:3:6 (1 cement:3


fine sand: 6 graded well burnt brick aggregate 20mm nominal size) over
60 75mm bed of dry brick ballast 40mm 23 sqm
nominal size well rammed and consolidated and grouted with sand
including finishing the top smooth.

Providing earthing with perforated 40 mm dia G.I. pipe (Medium class) ( 12


mm dia perforation ) , 2.50 mtr. Long , laying of 4 mm dia GI wire from
earth electrode to panel, including excavating hole of 600 mm dia and
61 1 No
refilling with Salt and Charcoal / coke in alternate layers of 300 mm , as per
standard specification and direction of the Engineer-in¬charge.
(ii) For 3 phase connection with 4.00 m long GI pipe

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 heavy duty box type


(Resin filled) power factor correction capacitor (L & T) make etc. complete
71 17.86 kVAr
as per specification and direction of the Engineer-in¬charge.
i) 5-15 kVAr 440
Sl. No. Description of Items Quantity Unit

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 Single phasing preventor selectable under


voltage selectable over voltage on delay 5 sec & off delay 15 sec phase
74 1 Nos
asymmetry 10% L &T/BCH/HAVELS/Siemens etc. make complete as per
specification and direction of the Engineer-in-charge.

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, fitting fixing and installation GPH x 76 mtrs. Head water


lubricated submersible pump of maximum 150 mm outer dia. With
maximun 10 (Ten) stages coupled with required water and non-cover
loading submersible motor suitable for 340¬440 volts, 3 phase 50Hz, AC
supply and star delta method of starting along with 35 mtrs. x 2 x 3 x 4
sq.mm joint less PVC 3 (three) core double length flat cable (continuous
length) of suitable size fitted with submersible motor, suction case, strainer,
coupling key, vertical non-return valve cum discharge case including
76 1 Set
supplying of 10 Nos. suitable cable guard with clips and nuts & bolts, 2
(two) pair M.S. column clamps as per direction of Engineer-in-charge
conforming to terms & conditions of the contract (Each pump with motor
shall consists of stainless stell closed type impeller, C.I. bowl, C.l discharge
case, pump shaft (styainless steel), bush (bronze), shaft sleeve (bronze/
chromium), sand guard, winding rotor, stator, counter thrust plate, thrust
plate, thrust bearing segment etc. conforming to relevant BIS codes of
made DUKE/KSB/WPIL/CRI).

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

Excavating trenches of required width for pipes, cables 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 layer by ramming, watering etc. and disposing of surplus
excavated soil with all required leads as per Chapter - 2 of CPWD
93 specification and direction of the Engineer-in-charge.
A) For UPVC pipes in new work.

i) For pipes not exceeding 90 mm dia 3553.36 mtr


ii) For pipes exceeding 90mm dia but not exceeding 300mm dia. 450 mtr
B) For GI/CI/DI pipes in new work.
a) All kind of Soils 200 mtr
i) For pipes exceeding 90mm dia but not exceeding 300mm dia.

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-

94 (1) 15 mm dia 90 Nos


ii) 25 mm dia 5 Nos
iv) 80 mm dia 4 Nos
v) 100 mm dia 2 Nos
Providing and fixing G.l. Reducer with the pipe line including testing of
joints complete as per CPWD specification and direction of the Engineer in
95
charge.
1) 100 x 80 mm dia 1 Nos
Providing and fixing G.I. socket as per CPWD specification and direction of
the Engineer - in -
96
i) 15 mm dia 45 Nos
ii) 25 mm dia 8 Nos
Providing and fixing G.L. union as per CPWD specification and direction of
the Engineer-in- charge
97
i) 15 mm dia 45 Nos
ii) 25 mm dia 7 Nos
Supplying & fitting fixing KSB make submersible pumpset, discharge
5000GP11, 205 mtr head with 3 . Cable, 242/13A+UMAG 150+24/21 18.5
98 KW 25 HP as per direction of the Engineer in Charge.
1) 5000 GPH Capacity pump motor with 50 mm dia. GI pipe and 10 mm
1 Nos
thick Gl flange
Labour charge for fitting fixing and lowering
2500/5000/7500/10000/15000/20000 GPH capacity water lubricated
vertical submerissible pump with motor Including column assembly upto
99 2 Nos
100 ft. by heavy duty chain pully block as per direction of the engineer-in-
charge.(Pump motor set will be supplied
by the department at free of cost). (Only for 2500 GPH pump motor)
Sl. No. Description of Items Quantity Unit
Providing & fabrication of column pipe including fitting fixing of G.I. flange
by cutting the GI pipe ( conforming to IS: 1239 medium class) Into 3.05 mtr.
long and welding the same with Gl flange as per specification and direction
100 35 Nos
of the Engineer-incharge ( G.I. pipe will be provided by the agency at his
own cost & risk).
i) For 50 mm dia G.1. plpe with 10 mm thick GI flange

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-

Making road crossing by horizontal boaring for smooth laying of


102 UPVC/CI/DI/GI pipes etc. of required dia complete as per specification and 80 mtr
the direction of the Engineer-in-charge.
Constructing masonry Chamber 90 x 90 x 100 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 size) necessary excavation foundation concrete 1:5:10 (1
103 4 Nos
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: '
(1) With Second Class bricks

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.

a) 100 mm dia 100 mtr


Reaming of pilot hole to an enlarged bore hole in any soil strata by manual
means, disposal of excess soil or mud, including the cost of bentonite,
108 water etc, as required to maintain the bore hole properly as per
specification and direction of the Engineer¬in-charge.
i) From 100 mm dia pilot hole to 250 mm bore hole. 100 mtr
Washing and development of tubewell by using hand pump or by any
109 suitable method and testing of the well as per specification and direction of 45 mtr
the Engineer-in-charge.
Providing & lowering of UPVC pipe as per IS: 12818 after washing of the
bore hole by manual means as per specification and direction of the
Engineer-in-charge.
110 A 'CM' Casing pipe
i) 150 mm dia 40.00 mtr
i) 100 mm dia 30 mtr
Sl. No. Description of Items Quantity Unit
B) 'RS' pipe,
i) 100 mm dia 30 mtr
Providing and fixing of UPVC reducer suitable for UPVC 'CM' sasing or 'CS'
casing or 'RS' pipes as per specification and direction of the Engineer-in-
11 1 nos
charge.
i)10 150x100 mm dia

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 panel box of MS sheet with locking


arrangement suitable for arrangement of all electrical accessories inside the
119 box including service connection within 50.00 mtr length from I.T line with 1
roof for rain water protection and 4 (four) Nos. stant by R.C.0 work in all
respect as per direction of the Engineer-in-charge

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

Hiring charge for truck(medium duty) 4(four) wheeler for carrying of


drinking water with treuk mounted syntex tank having 1000 (one thousand)
Ltr capacity each 4(four) nos ( minimum from nearest DWS deep tube well
scheme in/c loading, carrying and disribution of water to the different crisis
123 pocket under Mungiakami RD Block in/c cost of driver helper and as per
instruction of the Engineer-in-Charge.

(i) Detension charge 180 Day


(ii) Distance travelled 12600 KM
(Agreement No:101/EE/DWS/KLNP/2022-23)

Hiring charge for truck(medium duty) 4(four) wheeler for carrying of


drinking water with treuk mounted syntex tank having 1000 (one thousand)
Ltr capacity each 2(Two) nos ( minimum from nearest DWS deep tube well
scheme in/c loading, carrying and disribution of water to the different crisis
124 pocket under Mungiakami RD Block in/c cost of driver helper and as per
instruction of the Engineer-in-Charge.

(i) Detension charge 180 Day


(ii) Distance travelled 12600 KM
(Agreement No:101/EE/DWS/KLNP/2022-23)

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.

133 A. External work.


i. 15 mm dia. nominal bore 350 mtr
v. 40 mm dia. nominal bore 280 mtr
viii. 80 mm dia. nominal bore 3655 mtr
ix. 100 mm dia. nominal bore 2945 mtr
xi. 150 mm dia. nominal bore 1125 mtr

Providing & fitting fixing GI flanged(10mmwall thickness) by welding with


GI-MS pipe and placning position as per direction of the Engineer in charge.
134
i) 150 mm dia 186 no
iii) 100 mm dia 690 no
iv) 80 mm dia 880 no
providing,fixing & laying fabricated UPVC bend of regd. degee confirming to
IS : 14182 including testing of joints complete as per chapter 20 of CPWD
specification & direction of Engg. In Charge.
i. 40 mm dia. 30 no
135 ii. 50 mm dia. 30 no
iii. 63 mm dia. 20 no
v. 90 mm dia. 28 no
vi. 110 mm dia. 26 no
vii. 140 mm dia. 24 no
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
Engineer - in - charge.
i. 40 mm dia. 25 no
136
ii. 50 mm dia. 25 no
iii. 63 mm dia 20 no
v. 90 mm dia. 25 no
vi. 110 mm dia. 25 no
vii. 140 mm dia. 25 no
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.
i. 40 x 40 mm dia. 30 no
137
ii. 50 x 50 mm dia. 30 no
iii. 63 x 63 mm dia 20 no
v. 90 x 90 mm dia. 25 no
vi. 110 x 110 mm dia. 25 no
vii. 140 x 140 mm dia. 25 no
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.
138 i. 50 x 40 mm dia 30 no
ii. 63 x 50 mm dia 20 no
v. 110 x 90 mm dia 30 no
vi. 140 x 110 mm dia 25 no
vii. 140 x 90 mm dia 25 no
providing,fixing & laying fabricated UPVC tail piece with MS flange(8mm
thick)of reqd. degee confirming to IS 14182 including testing of joints
complete as per chapter 20 of CPWD specification & direction of Engg. In
139 Charge.
v. 90 mm dia. 29 no
vi. 110 mm dia. 29 no
vii. 140 mm dia. 29 no

Providing and fixing of CI non-return valve of approbed quality as per


140 chapter clause 201 of CPWD and as per direction of Engineer in charge.

vi)150 mm nominal bore. 7 no


Providing & fitting, fixing CI sluice Valve class I (with cap) complete with
nuts, bolts, rubber insertion etc. (the tail piece if required will be paid
separetely)
141 iii) 80 mm dia 6 no
iv) 100 mm dia 6 no
v) 125 mm dia 5 no
vi) 150 mm dia 7 no
Sl. No. Description of Items Quantity Unit

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.

i) 10 mm nominal bore 212 no


Providing & fixing of GI socket as CPWD specification & direction of
143 incharge.
i) 15 mm nominal bore 379 no
Providing & fixing of GI bend/elbow in the pipe line as per CPWD
specification and direction of Engineer in charge
i) 15 mm dia 424 no
144
vii) 80 mm dia 10 no
ix) 100 mm dia 10 no
xi) 150 mm dia 10 no
roviding & fixing of GI union joints as per CPWD specification and direction
of Engineer in charge
145 i) 15mm dia 379 no
v) 40 mm dia 30 no
vi) 50 mm dia 30 no
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
- charge.
vii. 40 x 15 mm dia 20 no
146 x. 50 x 15 mm dia 20 no
xxii. 80 x 40 mm dia 10 no
xxviii. 100 x 80 mm dia 10 no
xxxiv. 150 x 80 mm dia 4 no
xxxv. 150 x 100 mm dia 7 no
Providing and fixing G.I. Unequal Tee with the pipe line including testing of
joints complete as per CPWD specification and direction of the Engineer -in
- charge
vii. 40 x 40 x 15 mm dia 14 no
147
x. 50 x 50 x 15 mm dia 14 no
xxii. 80 x 80 x 40 mm dia 14 no
xxviii. 100 x 100 x 80 mm dia 14 no
xxxii. 150 x 150 x 100 mm dia 14 no
Providing & fixing GI Nipple of medium class as per chapter 20 of CPWD
specification and direction of Engineer in charge
148
i) 15mm dia 75mm long 212 no
ii) 15mm dia 150mm long 25 no
Providing & fixing CI bib cock (long handle) as per CPWD specification and
149 direction of the Engineer in charge
i) 15 mm dia 212 no
Making road crossing by horizontal boring for smooth laying of UPVC / CI /
DI / GI pipes etc. of required dia complete as per specification and the
150
direction of the Engineer-in-charge.
B. by manual means. 213 no
Sl. No. Description of Items Quantity Unit
Providing and fixing C.I. double action air valve of approved quality with
bolts, nuts, rubber insertions etc. complete as per CPWD specification and
direction of the Engineer - In - charge. ( The tail pieces, tapers etc if
151 required will be paid separately ).
i) 50 mm dia 140 no
ii) 80 mm dia 40 no

constructing masonry Chamber 90 x 90 x 100 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
152
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.

(I) With Second Class bricks. 8 no

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.

(I) With Second Class bricks. 6 no

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

Earth work in excavation by mechanical means (Hydraulic excavator)/


manual means in foundation trenches or drains (not exceeding 1.5 m in
width or 10 sqm on plan) including dressing of sides and ramming of
163 18.874 Cum
bottoms, lift upto 1.5 m, including getting out the excavated soil and
disposal of surplus excavated soil as directed, within a lead of 50 m.
a) All Kinds of Soil

Filling available excavated earth (excluding rock) in trenches, plinth, sides of


foundations etc. in layers not exceeding 20cm in depth, consolidating each
164 deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 12.583 Cum
m.
A)All kinds of soil
Supplying and filling in plinth, under floor, foundations etc. with sand (fine)
from local quarry with all lifts including spreading in horizontal layers,
165 watering, grading to required slope, ramming, consolidating and 6.766 Cum
compacting each layer by using plate compactor or by any suitable method
complete

Providing and laying in position cement concrete of specified grade


excluding the costof centering and shuttering.a) All work upto plinth livel0
166 0.422 Cum
1:2:4 I.Cement: 2 fine sand : 4 well burnt brick aggregate 40 mm nominal
size)

ii) 1 : 3 : 6 ( 1 cement : 3 fine sand : 6 graded well burnt brick aggregate of


167 3.241 Cum
40 mm nominal size)
iii) 1 : 4 : 8 ( 1 cement 4 fine sand : 8 graded well burnt brick aggregate of 40
168 1.158 Cum
mm nominal size)
Centering shuttering including struttings, Proppingetc. and removal of form
169 15.000 Sqm
work for: I) Foundations, footings, bases for columns
170 ii) Columns, piers, abutments, pillaras, posts and struts 6.500 Sqm

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

Reinforced cement concrete work in walls (any thickness), including


attached pilasters, buttresses, plinth and skirting courses, fillets, columns,
pillars, piers, abutments, posts and struts etc. upto floor five level excluding
172 1.080 Cum
cost of centring, shuttering, finishing and reinforcement-
i) 1:2:4 ( 1 Cement: 2 fine sand : 4 graded
well burnt brick aggregate 20 mm nominal
Sl. No. Description of Items Quantity Unit

Reinforced cement concrete work in beams, suspended floors, roofs having


slope upto 15° landings, balconies, shelves, chajjas, lintels, bands, plain
window sills, staircases and spiral stair cases upto floor five level
173 0.571 Cum
excluding the cost of centring, shuttering, finishing and reinforcement-
i) 1:2:4 ( 1 Cement: 2 fine sand : 4 graded well burnt brick aggregate 20 mm
nominal size

Centering shuttering including struttings, -


174 propping etc. and removal of form work for: i) Foundations, footings, bases 10.000 Sqm
for columns etc. for mass concrete with timber plank
i) Lintels, beams, plinth beams, girders,
175 12.000 Sqm
bressumers and cantilevers with wooden playk
ii) Columns, Pillars, Piers, Abutments, Posts
176 15.000 Sqm
a Struts with wooden plank
iv) Weather shade, Chajjas, corbels etc.,
177 10.000 Sqm
including edges.
Reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and binding all complete
178 260.000 Kg
upto plinth Level level
i) Thermo-Mechanically Treated bars of }gradeFe-500D or more

Reinforcement for R.C.C. work includingstraightening, cutting, bending,


179 placing in position and binding all complete above Plinthleveli) Thermo- 200.000 Kg
Mechanically Treated bars of nradeFe-500D or more

First class brick work in foundation and plinth


180 including cost of all materials as required complete: 6.110 Cum
i) In cement mortar 1:4 ( 1 cement : 4 fine sand)
First class brick work in superstructure above plinth level & upto floor-five
181 level including cost of all materials as required complete:- 1.953 Cum
i) In Cement mortar 1:4 ( 1 cement : 4 fine sand )
Extra for brick work in triangular, square and rectangular pillars Including
182 1.953 Cum
cost of all materials as required complete
Half brick masonry work with first class bricks
in foundation and plinth including cost of all materials as required
183 0.520 Sqm
complete:-
i) In Cement mortar 1:4 ( 1 cement : 4 fine sand)
Half brick masonry work with first class bricks
in superstructure upto floor five level including cost of all materials as
184 48.493 Sqm
required complete:-
i) In Cement mortar 1:4 ( 1 cement : 4 fine sand )
Providing and fixing M.S. grills of required pattern in frames of windows
185 etc. with M.S. flats, square or round bars etc. all complete. 81.000 Kg
I) Fixed to steel windows by welding.
Sl. No. Description of Items Quantity Unit

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.

steel work in built up tubular (round, square


rectapgular hollow tubes etc.) trusses etc., ncluding cutting, hoisting, fixing
187 in position and applying a priming coat of approved steel Primer, including 180.000 Kg
welding and bolted with special shaped washers etc. complete.
Hot finished welded type tubes

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

Providing corrugated G.S. sheet roofing including vertical/curved surface


fixed with polymer coated J or L hooks, bolts and nuts 8 mm diameter with
bitumen and G.I. limpet washers or with G.I. limpet washers filled with
white lead and including a coat of approved steel primer and two coats of
190 32.500 Sqm
approved paint on overlapping of sheets complete (up to any pitch in
horizontal/ vertical or curved surfaces) excluding the cost of purlins, rafters
and trusses and including =cutting to size and shape wherever required.i)
0.63 mm thick Zinc Coating not less 275 Gm/m2

12 mm cement plaster of mix.


191 55.000 Sqm
i) In cement mortar 1:4 (1 cement : 4 fine sand)

15 mm cement plaster on the rough side of


192 60.000 Sqm
single or half brick wall of mix In Cement mortar 1:4 ( 1 cement : 4 fine sand

6 mm cement plaster of mix i•


193 20.000 Sqm
Cement mortar 1:4 (1 cement : 4 fine sand)
194 Neat cement punning 25.000 Sqm
Distempering with dry distemper of approved brand and manufacture (two
or more coats) of
required shade on
new work, over and including water thinnable
195 55.000 Sqm
priming coat to give an even shade. [Payment
shall be made after
submission of Test Certificate issued by the
Manufacturer]
Sl. No. Description of Items Quantity Unit
Finishing walls with water proofing ent Paint of required shade of approved
brand and manufacture [Payment shall be made after submission of Test
196 60.000 Sqm
Certificate issued by the manufacture:
New work (two or more coats applied @ 3.84 kh/10 sqm
an even shade [Payment shall be made after submission of Test Certificate
issued by
colour to the Manufacturer] :
197 60.000 Sqm
12 49.1 New work (two or more coats) including a coat of appropriate steel
primer but excluding a coat of mordant
solution
Making plinth protection 50mm thick of
cement concrete 1:3:6 (1 cement : 3 fine sand : 6 graded well burnt brick
198 aggregate 20 mm nominal size) over 75mm bed of dry brick ballast 40mm 13.000 Sqm
nominal size well rammed and consolidated and grouted with fine sand
including finishing the top smooth.
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-
199 6.000 m
charge.
i) 150 mm dia
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 /
200 Havells / BCH make etc. complete as per specification and direction of the 1.000 Nos
Engineer-in-charge.
i) 63 amps
201 ii)100 amps 1.000 Nos

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. non-return valve of approved quality as per of


CPWD specification and direction of the Engineer-in charge. 1.000 Nos
222
i) 80 mm nominal bore
ii) 100 mm nominal bore 1.000 Nos
Providing and fixing brass ferrule with C.1. cover conforming to IS: 2692
including boring and tapping the main as per CPWD specification and
223 150.000 Nos
direction of the Engineer - in charge.
i) 10 mm 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

(ii) 100 mm dia. A. PN-1.0 2.000 Nos


iii) 125 mm dia. A. PN-1.0 1.000 Nos
Sl. No. Description of Items Quantity Unit
ii) 150 mm dia. A. PN-1.0 2.000 Nos
Providing and laying D.I. specials of class K- 12 suitable for push-on jointing
as per IS: 9523 as per CPWD specification and direction of the Engineer - in-
225 1.000 Tonne
charge.
i) Upto 300 mm dia.

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

il) 150 mm dia 17.000 Nos


and laying & Centrifugally Cast iron Ductile iron Class K-7 Pipes informing
to IS: 8329 as per CPWD notification and direction of the Engineer-in-
7.143 Mtr.
227 charge.
i) 100 mm dia Ductile Iron Class K-7 pipes.
150 mm dia Ducsie Iron Class K-7 pipes 92.857 Mtr.
Charges for cutting D.I. pipe with mechanical cutter as per CPWD
specification and direction of the Engineer-in-charge 1.000 Nos
228
i) 100 mm dia
iii) 150 mm dia 4.000 Nos
Previding and foring U.P.V.C. service saddle as per CPWD specification and
direction of me Engineer-in-charge 95.000 Nos
i) 63 mm dia with 15 mm dia opening
229
ii)90 mm dia with 15 mm dia opening 30.000 Nos
iii) 110 mm dia with 15 mm dia opening 15.000 Nos
iv) 140 mm dia with 15 mm dia opening 10.000 Nos
Providing and laying of flexible PVC pipe (conforming to IS:7634) complete
as per specification and direction of the Engineer-in -charge (cost of earth
900.000 Mtr.
230 work and fittings will be paid separately).
i) 15 mm dia
ii) 25 mm dia 100.000 Mtr.

Excavating trenches of required width for pipes, cables 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 layer by ramming, watering etc. and disposing of surplus 3553.357 Mtr.
231
excavated soil with all required leads as per Chapter-2 of CPWD
specification and direction of the Engineer-in-charge.
A) For UPVC pipes in new work.
a. All kind of Soils
i) For pipes not exceeding 90 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

Providing, fitting fixing and installation of 10,000 GPH x 76 mtrs. Head


water lubricated submersible pump of maximum 150 mm outer dia. With
maximun 10(Ten) stages coupled with required water and non-cover
loading submersible motor suitable for 340-440 volts, 3 phase 50Hz, AC
supply and star delta method ofstarting along with 35 mtrs. x 2 x 3 x 4
sq.mm joint less PVC 3 (three) core double length flat cable (continuous
length) of suitable size fitted with submersible motor, suction case,
strainer; coupling key, vertical non- return valve cum discharge case
238 1.000 Nos
including supplying of 10 Nos. suitable cable guard with clips and nuts &
bolts, 2 (two) pair M.S. column clamps as per direction of Engineer-in-
charge conforming to terms & conditions of the contract (Each pump with
motor shall consists of stainless stell closed - type impeller , C.I, bowl, C.1
discharge case, pump shaft (styainless steel), bush (bronze), shaft sleeve
(bronze/ chromium), sand guard, winding rotor, stator, counter thrust
plate, thrust plate, thrust bearing segment etc. conforming to relevant BIS
codes of madeDUKE/KSBN/WPIL/CRI).
Sl. No. Description of Items Quantity Unit

Providing, fitting fixing and installation of 5000


GPH x 76 mtrs. Head water lubricated submersible pump of maximum 150
mm outer dia. With maximun 10(ten) stages coupled with required water
and non-cover loading submersible motor suitable for 340-440 volts, 3
phase 50Hz, A.0 supply and star delta method of starting along with 35
mtrs. x 2 x 3 x 4 sq.mm joint less PVC 3 (three) core double length flat cable
(continuous length) of suitable size fitted with submersible motor, suction
case, strainer, coupling key, vertical non- return valve cum discharge case
239 1.000 Nos
including supplying of 10 Nos. suitable cable guard with clips and nuts &
bolts, 2 (two) pair M.S. column clamps as per direction of Engineer-in-
charge conforming to terms & conditions of the contract (Each pump with
motor shall consists of stainless stell closed type impeller , C.I. bowl, C.I
discharge case, pump shaft (styainless steel), bush (bronze), shaft sleeve
(bronze/ chromium), sand guard, winding rotor, stator, counter thrust
plate, thrust plate, thrust bearing segment etc. conforming to relevant BIS
codes of made DUKE/KSBJ/WPIL/CRI).

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

Labour charge for fitting fixing and lowering


2500/5000/7500/10000/15000/20000 GPH capacity water lubricated
vertical submerissible pump with motor including column assembly upto
241 1.000 Nos
100 ft. by heavy duty chain pully block as per direction of the engineer-in-
charge.(Pump motor set will be supplied by the department at free of cost).
(Only for 2500 GPH pump motor)

fabrication of column pipe fitting fixing of G.I. flange by cutting


Gl conforming to IS : 1239 medium access ) into 3.05 mtr. long and welding
242 the 5.rr- e with GI flange as per specification and rection of the Engineer- 5.000 Nos
incharge ( G.I. pipe III be provided by the agency at his own & risk)
For 50 mm dia G.I. pipe with 10 mm thick GI angle

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

onstructing masonry Chamber 90x 90 x 100 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
245 3.000 Nos
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 :
'(i) With Second Class bricks

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.

100 mm dia. nominal bore 300 Mtr


150 mm dia. nominal bore 500 Mtr
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
254 the Engineer - in - charge
100 mm dia Ductile Iron Class K-7 pipes. 350 Mtr
150 mm dia Ductile Iron Class K-7 pipes. 350 Mtr
Providing and laying D.I. specials of class K - 12 suitable for push - on
jointing as per IS : 9523 as per CPWD specification and direction of the
255 0.50 ton
Engineer - in - charge.
Upto 300 mm dia
Charges for laying in position S & S or flanged D.I. special such tees, bends,
256 collars, tapers and caps etc. ( excluding cost of specials) as per CPWD 0.50 ton
specification and dirction of the Engineer - in -charge.
Charges for fixing and laying rigid UPVC pipes jointing with couplers,
solvent cement including testing of joints complete ( excluding the cost of
pipes, couplers, solvent cement which are to be issued from the
department free of cost and specials like bend, tees etc. which will be paid
257 separately ) as per CPWD specification and diretion of the Engineer - in -
charge.
110mm OD 300 Mtr
140 mm OD 300 Mtr
Charges for laying S t& S Centrifugally Cast ( Spun ) Ductile Iron Class K-7
Pipes conforming to IS : 8329 as per CPWD specification and direction of
258 the Engineer - in - charge
110 mm dia 300 Mtr
150 mm dia 300 Mtr
Making road crossiqg by horizontal boaring for smooth laying of
UPVP/Cl/DI/GI pipes etc. of required dia complete as per Specification and
259 100 Mtr
the direction of the Engineer-in-charge.
A. By manual means
Charges for dismentling PVC / HDPE pipe after necessary excavation of
earth including washing and stacking of pipes properly at site with all leads
and lifts and backfilling of soil as required after laying of pipeline, in layers
not exceeding 200 mm in depth including consolidating each deposited
260 layer by ramming, watering et?. complete as per specification & direction of
the Engineer-in-charge.
110 mm dia 300 Mtr
140 mm dia 300 Mtr
Sl. No. Description of Items Quantity Unit

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.

i) 100mm dia. A. PN - 1.6 10 No


ii) 150 mm dia. A. PN - 1.6 10 No

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.

i) 100mm dia. A. PN - 1.6 5 No


ii) 150 mm dia. A. PN - 1.6 7 No
Charges for cutting D.I. pipe with steel saw by manual means as per CPWD
specification and direction of the Engineer - in - charge.
263
i) 100 mm dia 50
ii) 150 mm dia 50

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

i) 100 mm dia 300 Mtr


ii) 150 mm dia 300 Mtr
Charges for push-on ( Tyton ) joints to centrifugually ( Spun ) cast iron pipes
or ductile iron pipes including testing of joints andl including the cost of
rubber gasket as per CPWD specification and direction of the Engineer - in -
265 charge
i) 100 mm dia 100 No
ii) 150 mm dia 100 No
Labour charge for clearing of clouded deposited iron in the PVC pipe of 140,
110, 90 mm dia pipe by chain lead pully system in/ disposal of iron from the
266 1200 Mtr
site and thoroughly washing the pipe with water complete as per direction
of the\Engineer-in-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.

Earth work in excavation,by mechanical means (Hydraulic excavator) /


manual means in foundation trenches or drains (not exceeding 1.5 m in
268 width or 10 sqm on plan) including dressing of sides and ramming of oms, 20 cum
lift upto 1.5 m, including getting out the excavated soil and disposal of
surplus excavated soil as directed, within a lead of 50 m. a) All Kind's of Soil

Filling available excavated earth (excluding rock) in trenches, plinth, sides of


foundations etc. in layers not exceeding 20cm in depth, consolidating.ech
15 cum
269 deposited layer by ramming and watering, lead up to 50 ni and lift upto 1.5
m.
A)All kindS of soil 2.5 cum
Sl. No. Description of Items Quantity Unit
Supplying and filling in: plinth, under floor, foundations etc. with sand (fine)
from local quarry with all lifts including spreading in horizontal layers,
270 watering, grading to required slope, ramming, consolidating and
compacting each layer by using plate compactor Or by any suitable method
complete
Providing and laying in position cement concrete of specified grade
2.5 cum
excluding the cost bf centering and shuttering.
i) 1:2:4 ( 1 Cement: 2 find sand : 4 well burnt brick aggregate 40 mm
1.5 cum
nominal size)
271
ii) 1:3:6 (1 cement : 3 fine sand : 6 graded well burnt brick aggregate of 40
1.5 cum
mm nominal size)
iii) 1 :4:8 ( 1 cement : 4 fine sand : 8 graded well burnt brick aggregate of 40
mm nominal size)
Providing and laying inpOsition specified grade of reinforced cement
concrete excluding the cost of centring, shuttering, finishing and 15 cum
reinforceinent- All work upto plinth level:
i) 1:2:4 ( 1Cement: 2 fine sand : 4 graded well burnt brick aggregate 20 mm
272 nominal size
Centering shuttering including struttings, propping etc. and removal of form
work for:

iii) Columns, Pillars, Piers, Abutments, Posts and Struts with wooden plank 50 sqm

ReinforceMent for R.C.C. work including straightening, cutting, bending,


273
placing in positiOn and binding all complete upto plinth Level

i) Thermo-Mechanically Treated bars of gradeFe-500D or


750 kg
more
274
12 mm cement plaster of.Mix. 75 sqm
i) In cement mortar 1:4 (1 cement : 4 fine sand) 75 sqm
275 Neat cement punning.
Labour charge for clearilg of clouded PVC 01)0010 itotn in the pipe of 140,
110, 90 'lead mot Oa pipe by chain dully system in/c dioposel of iron from
276 3000 mtr
the site and thoroughly washing the pipe with water complete as per
direction of the Engineer-In-charge,

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,

Providing and fitting fixing of spandal 0 valve of approved clualit‘nas ner.


dlrP Engineer In charge
278
i) 100 mm dia. 15 No
i) 150 mm dia. 10 No

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:

(a) Toll plaza[s];


(b) Road side furniture;
(c) Pedestrian facilities;
(d) Tree plantation;
(e) Truck lay-byes;
(f) Bus-bays and bus shelters;
(g) Rest areas; and
(h) Others to be specified

2. Description of Project Facilities

Each of the Project Facilities is described below:

(a) Toll Plaza: Nil

(b) Roadside Furniture:

S. Design Other essential


ProjectFacility Location
No. Requirements details
1 Traffic Sign & Pavement marking Entire Length As per Schedule D
Km stone, Hectometer Stone,
2 Entire Length As per Schedule D
5thkilometre stone
3 Boundary Stone Entire Length As per Schedule D
Roadside Delineator, marker & Road
4 As per manual As per Schedule D
Stud
Note: Provide adequate details of each Project Facility to ensure their design and completion in
accordance with the project- specific requirements and the provisions of the Manual.
(c) Pedestrian Facilities:

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

(e) Truck Lay Byes:1no.

SCHEDULE-C 74
Project Design
S. No. Location (km) Other Essential Details
Facility Requirements

Truck Lay 434+500


1 Both side -
Bye
Note: - The Design & Specifications of Truck Lay-bye shall follow IRC :SP-84:2019 & finalized in
consultation with Authority Engineer.

(f) Bus-bays and bus shelters: 10 Nos (Both Side).

S. Project Design Other Essential Remarks


Location (km)
No. Facility Requirements Details
1 Bus Shelter 421+850 Both Side
2 Bus Shelter 428+200 Both Side
3 Bus Shelter 429+600 Both Side
4 Bus Shelter 433+100 Both Side
5 Bus Shelter 436+900 Separation from Start Taper-22 m, Both Side
main Straight-15 m,
6 Bus Shelter 438+000 Both Side
carriageway End Taper-22 m
7 Bus Shelter 439+900 Both Side
8 Bus Shelter 442+460 Both Side
9 Bus Shelter 443+300 Both Side
10 Bus Shelter 446+899 Both Side

Note: - The Design & Specifications of Bus Shelter shall follow IRC: SP-84:2019 & finalized in consultation
with Authority Engineer.

(g) Rest areas: Nil

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:

(i) Street Lighting


Street lighting shall be provided in the built-up area, bus bay, truck lay bye and major junction
location. Other than these, Street Lighting shall be provided at Major Bridge, VUP and LVUP
locations including approaches.

(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)

Specifications and Standards

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

The Project Highway including Project Facilities shall conform to design


requirements set out in the following documents:

[Manual of Specifications and Standards for Four Laning of Highways (IRC: SP:
84-2019), referred to herein as the Manual]

[Note: Specify the relevant Manual, Specifications and Standards]

SCHEDULE-D
Annex– I

(Schedule-D)

Specifications and Standards for Construction

1. Specifications and Standards

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.

2. Deviations from the Specifications and Standards

(i) The terms “Concessionaire”, “Independent Engineer” and “Concession Agreement”


used in the Manual shall be deemed to be substituted by the terms “Contractor”,
“Authority’s Engineer” and“ Agreement” respectively.

(ii) [Not withstanding anything to the contrary contained in Paragraph-1 above,


the following Specifications and Standards shall apply to the Project Highway, and for
purposes of this Agreement, the aforesaid Specifications and Standards shall be deemed
to be amended to the extent set forth below:]

(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.

2. Repair/rectification of Defects and deficiencies


The obligations of the Contractor in respect of Maintenance Requirements shall
include repair and rectification of the Defects and deficiencies specified in Annex-I of
this Schedule-E within the time limit set forth therein.

3. Other Defects and deficiencies


In respect of any Defect or deficiency not specified in Annex-I of this Schedule-E, the
Authority’s Engineer may, in conformity with Good Industry Practice, specify the
permissible limit of deviation or deterioration with reference to the Specifications and
Standards, and any deviation or deterioration beyond the permissible limit shall be
repaired or rectified by the Contractor within the time limit specified by the
Authority’s Engineer.

4. Extension of time limit


Notwithstanding anything to the contrary specified in this Schedule-E, if the nature
and extent of any Defect or deficiency justifies more time for its repair or rectification
than the time specified herein, the Contractor shall be entitled to additional time in
conformity with Good Industry Practice. Such additional time shall be determined
by the Authority’s Engineer and conveyed to the Contractor and the Authority with
reasons thereof;
5. Emergency repairs/restoration
Notwithstanding anything to the contrary contained in this Schedule-E, if any Defect,
deficiency or deterioration in the Project Highway poses a hazard to safety or risk of
damage to property, the Contractor shall promptly take all reasonable measures for
eliminating or minimizing such danger.

6. Daily inspection by the Contractor


The Contractor shall, through its engineer, undertake a daily visual inspection of the
Project Highway and maintain a record thereof in a register to be kept in such form
and manner as the Authority’s Engineer may specify. Such record shall be kept in
safe custody of the Contractor and shall be open to inspection by the Authority and
the Authority’s Engineer at any time during office hours.

7. Pre-monsoon inspection / post-monsoon inspection


The Contractor shall carry out a detailed pre-monsoon inspection of all bridges,
culverts and drainage system before [1st June] every year in accordance with the
guidelines contained in IRC: SP:35. Report of this inspection together with details of
proposed maintenance works as required on the basis of this inspection shall be sent
to the Authority’s Engineer before the [10th June] every year. The Contractor shall
complete the required repairs before the onset of the monsoon and send to the
Authority’s Engineer a compliance report. Post monsoon inspection shall be done by
the [30th September] and the inspection report together with details of any damages
observed and proposed action to remedy the same shall be sent to the Authority’s
Engineer.

8. Repairs on account of natural calamities


All damages occurring to the Project Highway on account of torrential rains, floods,
earthquake or other natural disasters shall be undertaken by the Contractor at its own
cost and/or out of the proceeds of insurance.
Annex – I
(Schedule-E)
Repair/rectification of Defects and deficiencies
The Contractor shall repair and rectify the defects and deficiencies specified in this Annex-I of Schedule-E within the time
limit set forth in the table below.

Table -1: Maintenance Criteria for Pavements:

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

Deflection Annuall Falling W IRC 115:2014 180 days


IRC:115-
/Remaini y eight
2014
ng Life Deflectomet
er
Rigid
Pavement
(Pavement Bi- Class I ASTME950(98) :2004 and ASTM E1656- 180 days
of MCW, Annuall Profilomete 94:2000
Roughnes 2400mm IRC:SP:83-
Service 2200mm/km y r
s BI /km 2008
Road,
Grade
structure,
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- SCRIM
Skid Resistance no. at IRC:
Skid Annuall (Sideway- IRC: SP:83-2008 180 days
different speed of vehicles SP:83-2008
Approache y force
s of Traffic Coefficient
connecting Minimum SN Speed Routine
roads, slip (Km/h) Investigatio
roads, lay 36 50 n Machine
byes etc. as 33 65 or
applicable) 32 80 equivalent)
31 95
31 110
Edge drop MORT&H
at Nil 40mm Daily 7-15 days Specificati
shoulders on 408.4
<20%
variatio
n in Length
Slope of MORT&H
prescrib Daily Measureme 7-15 days
Embankme camber/c Nil Specificati
ed slope nt Unit like IRC
nt / Slopes ross fall on 408.4
camber Scale, Tape,
/ cross odometer
fall etc.
<15%
variatio Daily 7-15 days MORT&H
Embankm
Nil n in Specificati
ent Slopes
prescrib on 408.4
e
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
Side
slope
Embank
MORT&H
ment
Nil Nil Daily 7-15 days Specificati
Protectio NA
on
n
Daily
Rain Speciall
MORT&H
Cuts/ y NA
Nil Nil 7-15 days Specificati
Gullies in During
on
slope Rainy
Season

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

0 Nil, not discernible

No Action Not applicable

1 w< 0. 2mm.hair cracks


w= width of
crack
L= length of w= 0.2 -0.5 mm,
Single Discrete Cracks 2 discernible from slow-
crack
1 Not intersecting with moving car Seal, and stitch if L
d= depth of crack Seal without
any joint >1m.
D= depth of slab w= 0.5 -1.5 mm, delay
Within 7 days
3 discernible from fast-
moving car

4 w= 1.5-3.0 mm Staple or Dowel Bar


Seal, and stitch if
Retrofit, FDR for
L > 1m. Within 7
affected portion.
5 w > 3 mm days
Within 15 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
0 Nil, not discernible No Action
1 w< 0. 2mm.hair cracks
Route and seal Staple or Dowel Bar
2 w= 0.2 -0.5 mm, with epoxy Retrofit.
2 Single Transverse (or w= width of discernible from slow-
Within 7 days Within 15 days
Diagonal) Crack crack moving car
intersecting with one or L= length of 3 w= 0.5 - 3.0 mm, Route and seal
more joints crack discernible from fast- and stitch, if L
d= depth of crack moving car >1m.
D= depth of slab Within 7 days
4 w= 3.0 - 6.0 mm Dowel Bar Full Depth Repair
Retrofit. Dismantle and
Within 15 days reconstruct affected.
5 w > 6 mm, usually
associated with spalling, Not Applicable, as Portion with norms
and/or slab rocking it may be full and specifications –
under traffic depth See Para 5.5 &9.2
Within 15 days
3 Single Longitudional w= width of 0 Nil, not discernible No, Action
Crack intersecting with crack 1 w= 0.5 mm, discernible Seal with epoxy, if Staple or Dowel Bar
one or more joints L= length of from slow-moving vehicle L > 1m. Retrofit.
crack Within 7 days Within 15 days
d= depth of crack 2 w= 0.5 - 3.0 mm,
D= depth of slab discernible from fast Route seal and
vehicle stitch, if L > 1m. -
Within 15 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
3 w= 3.0 - 6.0 mm Staple, if L> 1m.
Partial Depth Repair
Within 15 days
with stapling.
4 w= 6.0 - 12.0 mm, usually Within15 days
associated with spalling
5 w > 12 mm, usually Not Applicable, as Full depth Repair
associated with spalling, it may be full Dismantle and
and/or slab rocking under depth reconstruct affected
traffic portion as per norms
and specifications
See Para 5.6.4
Within 15 days
4 Multiple Crack w= width of 0 Nil, not discernible No, Action
intersecting with one crack 1 w < 0.2 mm, hair cracks
or more joints -
Seal and stitch if L
> 1m.
2 w= 0.2 - 0.5 mm, Within 15 days
discernible from slow
vehicle
3 w= 0.5 - 3.0 mm,
discernible from fast
vehicle Dismantle, Reinstate
subbase, Reconstruct
4 w= 3.0 - 6.0 mm panel Full depth repair
whole slab as per
broken into 2 or 3 pieces within 15 days
specifications within
5 w > 6 mm and /or panel 30 days
broken into more than 4
pieces
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
0 Nil, not discernible No Action -
1 w < 0.5mm, only 1 corner Seal with low
broken viscosity epoxy to Seal with epoxy seal
5 Corner Break w= width of 2 w < 1.5mm, L < 0.6m, only secure broken with epoxy
crack one corner broken parts Within 7 Within 7 days
days
L= length of
crack 3 w < 1.5mm, L < 0.6m, two Full depth repair
corners broken
4 w > 1.5mm, L > 0.6m or
three corners broken Partial Depth
5 Three or four corners (Refer Figure 8.3 Reinstate sub-base
broken of IRC:83-2008) and reconstruct the
Within 15 days slab as per norms
and specifications

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

Short Term Long Term


0 Nil, not discernible
No action.

Local repair of area


damaged
1 r<2%
r= area damaged and liable to be
surface / total damaged. Not Applicable
surface of slab
Ravelling or
(%) Within 15 days
7 Honeycomb type
h = maximum 2 r = 2 - 10 %
surface
depth of damage

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

Short Term Long Term


0 Nil, not discernible
No action.

Local repair of area


damaged
r= damaged 1 r<2%
surface / total and liable to be
surface of slab damaged.
(%)
8 Scalling
h = maximum Within 7 days
depth of damage 2 r = 2 - 10 % Not Applicable

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

2 h = 6 – 12 mm Install Signs to Warn


14 Blowup or Buckling h = vertical 3 h = 12 – 25 mm Traffic
displacement from Within 7 days
normal profile 4 h > 25 mm Full Depth Repair.
Within 30 days
5 shattered slab, ie 4 or more Replace broken
pieces slabs.
Within 30 days
0 Not discernible, h < 5 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:

Time limit for


Frequency of Recommended Specification
Asset Performance Rectification
Level of Service (LOS) Measurement Testing Remedial s and
Type Parameter
Method measures Standards
Manual Removal of obstruction within 24 IRC:SP
Measurement hours, in case of sight line 84-2014
As per IRC SP :84-2014, a minimum s
of safe stopping sight distance shall affected by temporary objects
with
be available throughout. such as trees, temporary
Odometer
Safe along encroachments.
Design Desirable Stoppin with video/
Availability Speed, Minimum g Sight image In case of permanent structure or
Highway of Safe kmph Sight Distance Monthly backup design deficiency:
Sight Distance (m) (m) Removal of
Distance obstruction/improvement of
100 360 180 deficiency at the earliest
Speed Restriction boards
80 260 130
and suitable traffic calming
measures such as transverse bar
marking, blinkers, etc. shall be
Visual applied during the
Re - painting Cat-1period
Defectof – IRC:35-
Pavemen Assessment rectification. within 24 hours 2015
Bi- Cat-2 Defect
t Wear <70% of marking remaining as per
Annually - within 2
Marking Annexure-F of
months
IRC:35-2015

Frequency of Recommended Specification


Asset Performance Time limit for
Level of Service (LOS) Measurement Testing Remedial s and
Type Parameter Rectification
Method measures Standards
During expected life Service Time As per Re - painting Cat-1 Defect – IRC:35-
Cement Road - Annexure-D within 24 hours 2015
Day
130mcd/m2/lux Monthly of IRC:35- Cat-2 Defect –
time
Bituminous Road - 2015 within 2 months
Visibility
100mcd/m2/lux
Initial and Minimum Performance As per Re - painting Cat-1 Defect – IRC:35-2015
for Dry Retro reflectivity during Annexure-E within 24 hours
night time:
Design (RL) Retro of IRC:35- Cat-2 Defect –
Speed Reflectivity 2015 within 2 months
(mcd/m2/lux)

Initial Minimum
(7 days) Threshold level
(TL) &
warranty
Night Bi-Annually
period required
Time
Visibility up to 2 years
Up to 65 200 80

65 - 100 250 120

Above 350 150


100
Initial and Minimum Performance
for Night Visibility under wet
condition (Retro reflectivity):
Recommended
Frequency of Specification
Asset Performance Testing Remedial Time limit for
Level of Service (LOS) Measurement s and
Type Parameter Method measures Rectification
Standards
Initial 7 days Retro reflectivity:
100 mcd/m2/lux
Minimum Threshold Level: 50
mcd/m2/lux
Initial and Minimum As per Within 24 hours IRC:35-2015
performance for Skid Resistance: Annexure-G
Initial (7days): 55BPN of IRC:35-
Min. Threshold: 44BPN 2015
*Note: shall be considered under
Skid
urban/city traffic condition Bi-Annually
Resistance
encompassing the locations like
pedestrian crossings, bus bay, bus
stop, cycle track intersection
delineation, transverse bar
markings etc
Visual Improvement of IRC:67-2012
with shape, in case if 48 hours in case of
video/image shape is Mandatory Signs,
Shape a n d Position as per
backup damaged. Cautionary and
IRC:67-
Shape Informatory Signs
2012. Daily
Road and Relocation as (Single and Dual
Signboard should be clearly visible per requirement post signs)
Signs Position for the design speed of the section.

15 Days in case
of
Gantry/Cantilever
r Sign boards

Frequency of Recommended Specification


Asset Performance Time limit for
Level of Service (LOS) Measuremen Testing Remedial s and
Type Parameter Rectification
t Method measures Standards
Retro Testing of Change of 48 hours in case of
As per specification in IRC:67- Bi-Annually
reflectivity 2012 each signboard Mandatory Signs,
signboard Cautionary and IRC:67-2012
using Informatory Signs
Retro (Single and Dual
Reflectivity post signs)
Measuring
Device. 1 Month in case
In accordance of
with A S T M Gantry/Cantilever
D er Sign boards
4956-09.
As per IRC 86:1983 depending Bi-Annually Use of distance Raising Kerb
Kerb Height Within 1 Month RC 86:1983
upon type of Kerb m R eight
Kerb Visual with
easuring tape
Functionality: Functioning of Daily
Kerb Painting Kerb painting as intended video/image
H Kerb Repainting Within 7-days RC 35:2015
K
backup
Reflective Numbers and Functionality as Within 2 months IRC: SP:84-
Pavement per specifications in IRC:SP:84- Daily 2019, IRC:35-
Counting New Installation
Markers (Road 2019 and IRC:35-2015, unless 2015
Studs) specified in Schedule-B.
Other Daily Visual Within 15 days IRC: SP:84-
Pedestrian Functionality: Functioning
Road of guardrail as intended with Rectification 2019
Guardrail
Furnitur video/image
e Functionality: Functioning of Visual
backup Within 7 days IRC: SP:84-
Traffic SafetySafety Daily with 2019,
Rectification
Barriers Barriers as intended video/image IRC:119-
backup 2015
Frequency of Recommended Specification
Asset Performance Time limit for
Level of Service (LOS) Measurement Testing Remedial s and
Type Parameter Rectification
Method measures Standards
End Functionality: Functioning of Visual with IRC:SP:84-
Treatment of End Daily video/image Rectification Within 7 days 2019,
Treatment as intended
Traffic Safety backup IRC:119-
Barriers 2015
Daily Visual IRC:SP-2014,
Functionality: Functioning
Attenuators with Rectification Within 7 days IRC:119-
of
video/image 2015
Attenuators as intended
Guard Daily Visual
backup
Functionality: Functioning of Rectification IRC: 79 -
Posts and with Within 15 days
Guard 1981
Delineators video/image
Posts and Delineators as
intended sign structure Daily Visual
backup with
Overhead Overhead
shall be structurally adequate video/image Rectification Within 15 days IRC:67-2012
Sign
backup
Structure
Daily Visual Within 7 days IRC:SP:84-
Traffic Functionality: Functioning of
with Rectification 2019
Blinkers Traffic
video/image
Blinkers as intended
The
backup Improvement 24 hours IRC:SP:84-
Illumination:
illumination in Lighting 2019
Highway Highway Minimum 40 Lux illumination Daily
on the road surface level shall be System
Lighting Lights
System measured with
No major failure in the luxmeter- Rectification of 24 hours IRC:SP:84-
lighting system Daily failure 2019
No minor failure in the - Rectification of 8 hours IRC:SP:84-
Monthly
lighting system failure 2019
Frequency of Recommended Specification
Asset Performance Time limit for
Level of Service (LOS) Measuremen Testing Remedial s and
Type Parameter Rectification
tt Method measures Standards
Minimum 40 Lux illumination on Daily The Improvement in 24 hours IRC:SP:84-
the road surface illumination Lighting System 2019
level shall be
Toll Plaza measured with
Canopy No major/minor failure in the Daily luxmeter- Rectification 8 hours IRC:SP:84-
Lights lighting system failure 2019
Obstruction Visual Removal of trees Immediate IRC:SP:84-
in a with 2019
minimum video/image
backup
head-room
of No obstruction due to trees Monthly
Trees and 5.5 m
Plantatio above
n carriageway
including or
median Deterioration
obstruction Health of plantation shall be as per Visual Timely watering Within 90 days IRC:SP:84-
with and treatment. 2019
plantatio in
in health of requirement of specifications &
visibility Daily video/image Or Replacement
n trees
of and instructions issued by Authority
road signs backup of Trees and
bushes from time to time
Bushes.
Vegetation Visual Removal of Trees Immediate IRC:SP 84-
affecting Sight line shall be free with 2019
from obstruction by vegetation Daily video/image
sight line
backup
and road
structures
Frequency of Recommended Specification
Asset Performance Time limit for
Level of Service (LOS) Measuremen Testing Remedial s and
Type Parameter Rectification
t Method measures Standards
Rest - Daily - - Every 4 hours
Areas Cleaning of
toilets

Defects in - Daily - Rectification 24 hours


electrical,
water and
sanitary
installations
Other Damage or deterioration in Approach Roads, Daily - Rectification 15days IRC:SP 84-
pedestrian facilities, truck lay- bys, bus-bays, bus- 2019
Project
Facilities shelters, cattle crossings, Traffic Aid Posts,
Medical Aid Posts and other works
and
Approach
roads
Frequency of Recommended Specification s
Asset Performan Time limit
Level of Measuremen Testing Method Remedial and Standards
Type ce for
Service (LOS) t measures
Paramet Rectificati
Free er 85% of culvert 2 times in a Inspection by Cleaning silt up soils and 15 on days IRC 5-2015,
waterway/ normal flow year (before Bridge Engineer debris in culvert barrel before onset IRC SP:40-
unobstructe area to and after as per IRC SP: after rainy season, 1993 and
of monsoon
removal of bushes and IRC SP:13-
d available. rainy season) 35-1990 and vegetation, U/s of barrel, and within
flow section recording of 2004
under barrel and D/s of 30 days after
depth of silting barrel before rainy end of rainy
and area of season. season.
Leak-proof No Bi-Annually vegetation.
Physical 30 days or IRC
expansion leakage inspection of before onset of SP:40-
joints if through expansion joints rains 1993 and
any expansion as per IRC SP: Fixing with sealant whichever IRC SP:69-
joints 35- 1990 if suitably comes earlier 2011
Pipe/Box/ any, for
slab
Spalling of leakage strains
culverts
concrete not on
Detailedwalls at IRC
more than joints.
inspection of all Repairs to spalling, SP:40-
0.25 sqm components of cracking, delamination, 15 days 1993 and
Structurall culvert as per rusting shall be followed MORTH
Delamination Bi-Annually IRC SP:35-1990 as per IRC:SP:40-1993
y sound of concrete Specificatio
and recording
not more than ns clause
0.25 sq.m. the defects
2800
Cracks wider
than 0.3 mm
not more than
1m aggregate
length Time limit
Frequency of Recommended Specification
Asset Performan Level of Measuremen Testing Method Remedial measures for s and
Type ce Service (LOS) t Rectification Standards
Parameter
Protection Damaged of 2 times in a Condition survey Repairs to damaged 30 days after IRC: SP 40-1993
work inrough stone year (before as per IRC SP:35- aprons and pitching defect and IRC:SP: 13-
good apron or bank and after 1990 observation or 2004.
condition revetment not rainy season) 2 weeks before
more than 3 onset of rainy
sqm, damage season
to solid apron whichever is
(concrete earlier
apron) not
more than 1
sqm
Bridges Riding No pothole in Daily Visual Repairs to BC or wearing 15 days MORTH
including quality or wearing coat inspections per coat Specification
ROBS user on bridge deck IRCSP:35-1990 2811
Flyover comfort
etc. as
applicable
Bumps No bump at Daily Visual Repairs to BC or either 15 days MORTH
expansion joint inspections per side of expansion joints, Specification
IRCSP:35-1990 profile correction course 3004.2 & 2811
on approach slab in case
Bridge – of settlement to approach
Super embankment
Structure User safety No damaged Daily Visual Repairs and replacement 3 days IRC: 5-1998
(condition or missing inspections and of safety barriers as the IRC:SP: 84-
of crash stretch of crash detailed case may be 2009.
barrier and barrier or condition survey And IRC SP:
guard rail) pedestrian as per IRC SP:35- 40- 1993
hand railing 1990
Time limit
Frequency of Recommended Specification
Asset Performan for
Level of measuremen Testing Method Remedial measures s and
Type ce Rectification
Service (LOS) t Standards
Parameter
Rusted Not more than
reinforceme 0.25 sq.m. All the corroded
nt reinforcement shall need 15 days IRC:SP: 40-
to be thoroughly cleaned 1993.
Bi- Annually Detailed from rusting and applied And MORTH
Spalling of Not more than condition survey with anti- corrosive Specification
concrete 0.50 sq.m. as per IRC SP: 35-coating before carrying 1600.
Delaminatio Not more than 1990 Using out the repair to affected
n 0.50 sq.m. Mobile Bridge concrete portion with
Inspection Unit epoxy mortar / concrete.
Cracks Not more than Bi- Annually Detailed Grouting with epoxy 48 hours IRC:SP: 40-
wider than 1m total condition survey mortar, investigation 1993.
0.30 mm length. as per IRC SP: 35-causes for cracks And MORTH
1990 Using development and carry Specification
Mobile Bridge out necessary 2800.
Inspection Unit rehabilitation.
Rain Leakage- nil Quarterly Detailed Grouting with slab at 1months MORTH
seepage condition survey leakage areas, Specification
through as per IRC SP: 35-waterproofing, repairs to 2600 & 2700.
deck slab 1990 Using drainage spouts.
Mobile Bridge
Inspection Unit
Deflection Within design Once in every Load test method Carry out major 6months IRC:SP: 51-
due to limits. 10 years for rehabilitation works on 1999.
permanent spans more bridge to retain original
loads and than 40 m design loads capacity.
live loads
Time limit
Frequency of Recommended Specification
Asset Performan for
Level of Measuremen Testing Method Remedial measures s and
Type ce Rectification
Service (LOS) t Standards
Parameter
Vibrations Frequency of Once in every Laser Strengthening of super 4 months AASHTOLRFD
in bridge vibrations shall 5 years for displacement structure Specification
deck due to not be more spans more sensors or laser
moving than 5 Hz. than 30m and vibro-meters
trucks every 10 years
for spans
between 15 to
30m.
Leakage in No damage to Bi- Annually Detailed Replace of seal in 15 days MORTH
Expansion elastomeric condition survey expansion joint Specification
Joints sealant as per IRC SP: 35- 2600 and IRC
compound in 1990 Using SP: 40-1993.
strip expansion Mobile Bridge
joint, no Inspection Unit
leakage of rain
water through
expansion joint
in case of
buried and
asphalt plug
and copper
strip joint.
Debris and No dust or Monthly Detailed Cleaning of expansion 3 days MORTH
dust in strip debris in condition survey joint gaps thoroughly Specification
seal expansion joint as per IRC SP: 35- 2600 and IRC
expansion gap. 1990 Using SP: 40-1993.
joint Mobile Bridge
Inspection Unit
Time limit
Frequency of Recommended Specification
Asset Performan for
Level of measuremen Testing Method Remedial measures s and
Type ce Rectification
Service (LOS) t Standards
Parameter
Drainage No down take Monthly Detailed Cleaning of drainage 3 days MORTH
spouts pipe condition survey spouts thoroughly. Specification
missing/broke as per IRC SP: 35- Replacement of 2700
n below soffit 1990 Using missing/broken down
of the deck Mobile Bridge take pipes with a
slab. No silt, Inspection Unit minimum pipe extension
debris, of 500mm below soffit of
clogging of slab. Providing sealant
drainage spout around the drainage
collection spout if any leakages
chamber. observed.
Cracks/spal No cracks Bi-Annually Detailed All the corroded 30 days IRC:SP: 40-
ling of spalling of condition survey reinforcement shall need 1993.
concrete concrete and as per IRC SP: 35- to be thoroughly cleaned And MORTH
/rusted rusted steel 1990 using from rusting and applied Specification
steel Mobile Bridge with anti-corrosive 2800.
Inspection Unit coating before carrying
out repairs to
substructure by
grouting/guniting and
Bridge micro concreting
sub depending on type of
structure defect noticed.
Bearings Delamination Bi-Annually Detailed In case of failure of even 3 months MORTH
of bearing condition survey one bearing on any pier/ Specification
reinforcement as per IRC SP: 35- abutment, all the bearings 2810 and IRC
not more than 1990 using on that pier/ abutment SP: 40-199.
5%, cracking or Mobile Bridge shall be replaced, in order
tearing of Inspection Unit to get uniform load
rubber not transfer on to bearings.
more
Time limit
Frequency of Recommended Specification
Asset Performan for
Level of measuremen Testing Method Remedial measures s and
Type ce Rectification
Service (LOS) t Standards
Parameter
than 2
locations per
side, no
rupture of
reinforcement
or rubber.
Condition survey
as per IRC SP: 35-
1990 using
Bridge Scouring Scouring shall Mobile Bridge
Foundatio around not be lower Bi-Annually Inspection Unit. Suitable protection works 1 months IRC: SP: 40-
ns foundations than maximum In case of doubt, around pier/ abutment 1993.
scour level use Underwater IRC: 83-2014
form the camera for MORTH
bridge inspection of Specification
deep wells in 2500.
major Rivers.
Protection Damaged of 2 times in a Condition survey Repairs to damaged 30 days after MORTH
works in rough stone year (before as per IRC SP: 35- aprons and pitching. defect Specification
good apron or bank and after 1990 observation or 2810 and IRC
condition revetment not rainy season) 2 weeks before SP: 40-199.
more than 3 onset of rainy
sq.m. damage season
to apron whichever is
(concrete earlier
apron) not
more than 1
sq.m.
Note: Any Structure during the entire contract period which is found that does not complies with all requirements of this Table will be prepared,
rehabilitated or even reconstructed under the scope of the contractor.

Table 4: Maintenance Criteria for Structures and Culverts:


Table 5: Maintenance Criteria for Hill Roads

In addition to above, for hill roads the following provisions for maintenance is also to done.

Hill Roads

(i) Damage to Retaining wall 7 (Seven) days


/Breast wall
(ii) Landslides requiring clearance 12 (Twelve) hours

(iii) Snow requiring clearance 24 (Twenty-Four)


hours

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

Time limit for


Nature of Defect or deficiency
repair/ rectification
(b) Granular earth shoulders, sides lopes, drains and culvert
(i) Variation by more than 1 % in the 7 (Seven) days
prescribed slope of camber/cross fall
(shall not be less than the camber on the
main carriageway)
(ii) Edge drop at shoulders exceeding 40 mm 7 (Seven) days
(iii) Variation by more than 15% in the 30 (Thirty) days
prescribed side (embankment) slopes
(iv) Rain cuts/gullies in slope 7 (Seven) days
(v) Damage to or silting of culverts and side 7 (Seven) days
drains
(vi) Desilting of drains in urban/semi-urban 24 (Twenty-Four)
areas days
(vii) Railing, parapets, crash barriers 7(seven) days
(Restore
immediately if
causing safety
hazard)
(c) Road side furniture including road sign and pavement marking
(i) Damage to shape or position, poor 48 (forty-eight)
visibility or loss of retro-reflectivity hours
(ii) Painting of km stone, railing, parapets, As and when
crash barriers required /Once
every year
(iii) Damaged/missing signs road requiring 7 (Seven) days
replacement
(iv) Damaged to road mark ups 7 (Seven) days
(d) Road lighting
(i) Any major failure of the system 24 (Twenty-Four)
days
(ii) Faults and minor failures 8 (eight) hours
(e) Trees and plantation

Time limit for repair/


Nature of Defect or deficiency
rectification
(i) Obstruction in a minimum head- room of 5 m 24 (Twenty-Four) days
above carriageway or obstruction in visibility of
road signs
(ii) Removal of fallen trees from carriageway 4 (Four) hours
(iii) Deterioration in health of trees and bushes Timely watering and treatment
(iv) Trees and bushes requiring replacement 30 (thirty) days
(v) Removal of vegetation affecting sight line and 15 (fifteen) days
road structures
(f) Rest area
(i) Cleaning of toilets Every 4 (four) hours
(ii) Defects in electrical, water and sanitary 24 (Twenty-Four) days
installations
(g) [Toll Plaza]
(h) Other Project Facilities and Approach roads
(i) Damage in approach roads, pedestrian facilities, 15 (fifteen) days
truck lay- byes, bus-bays, bus-shelters, cattle
crossing,[Traffic Aid Posts, Medical Aid Posts],
and service roads
(ii) Damaged vehicles or debris on the road 4 (four) hours
(iii) Malfunctioning of the mobile crane 4 (four) hours
Bridges
(a) Superstructure
(i) Any damage, cracks, spalling/ scaling Within 48 (forty-eight) hours
Temporary measures Within 15 (fifteen) days or as
Permanent measures specified by the Authority’s
Engineer
(b) Foundations

Time limit for repair/


Nature of Defect or deficiency
rectification
(i) Scouring and / or cavitation 15 (fifteen) days
(c) Pipers, abutment, return walls and wing walls
(i) Cracks and damages including settlement 30 (thirty) days
and tilting, spalling, scaling
(d) Bearings (metallic) of bridges
(i) Deformation, damages, tilting or shifting of 15 (fifteen) days
Greasing of metallic
bearings
bearings once in a year
(e) Joints
(i) Malfunctioning of joints 15 (fifteen) days
(f) Other items
(i) Deforming of pads in elastomeric bearings 7 (seven) days
(ii) Gathering of dirt in bearings and joints; or 3 (three) days
clogging of spouts, weep holes and vent -
holes
(iii) Damage or deterioration in kerbs, parapets, 3 (three) days
handrails and crash barriers (immediately within 24
hours if posing danger to
safety)
(iv) Rain-cuts or erosion of banks of the side 7 (seven) days
slopes of approaches
(v) Damaged to wearing coat 15 (fifteen) days
(vi) Damage or deterioration in approach slabs, 30 (thirty) days
pitching apron, toes, floor or guide bunds
(vii) Growth of vegetation affecting the structure 15 (fifteen) days
or obstructing the waterway
(g) Hill Roads
(i) Damage to retaining wall/breast wall 7 (seven) days
(ii) Landslides requiring clearance 12 (twelve) hours

Time limit for repair/


Nature of Defect or deficiency
rectification
(iii) Snow requiring clearance 24 (twenty-four) hours

[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.

1.2 Applicable permits, as required, relating to environmental protection and conservation


shall have been produced by the Authority in accordance with the provisions of this Agreement
Schedule-G
(See Clause 7.1.1, 7.5.3 and 19.2)
FORM OF BANK GUARANTEE
Annex-I
(See Clause 7.1.1)
PERFORMANCE SECURITY

The Managing Director,


NHIDCL,
1st and 2nd Floor, Tower A
World Trade Center, Nauroji Nagar
New Delhi-110029

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:

S.No. Particulars Details

1 Name of Beneficiary National Highways & Infrastructure

Development Corporation Limited

2 Beneficiary Bank Account No. 90621010002659

3 Beneficiary Bank Branch IFSC CNRB0019062

4 Beneficiary Bank Branch Transport Bhawan, New Delhi

Name

5 Beneficiary Bank Address Canara Bank (erstwhile Syndicate Bank), Transport

$
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.

Signed and sealed this ………. day of ………. 20……. at ………

SIGNED, SEALED AND DELIVERED


For and on behalf of the Bank by:

(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

The Managing Director,


NHIDCL,
1st and 2nd Floor, Tower A
World Trade Center, Nauroji Nagar
New Delhi-110029

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:

S.No. Particulars Details

1 Name of Beneficiary National Highways & Infrastructure

Development Corporation Limited

2 Beneficiary Bank Account No. 90621010002659

3 Beneficiary Bank Branch IFSC CNRB0019062

4 Beneficiary Bank Branch Transport Bhawan, New Delhi

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

Signed and sealed this ………... day of ………. 20……... at ………

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:

(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

The Managing Director,


NHIDCL,
1st and 2nd Floor, Tower A
World Trade Center, Nauroji Nagar
New Delhi-110029

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:

S.No. Particulars Details

$
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

Development Corporation Limited

2 Beneficiary Bank Account No. 90621010002659

3 Beneficiary Bank Branch IFSC CNRB0019062

4 Beneficiary Bank Branch Transport Bhawan, New Delhi

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.

Signed and sealed this ………... day of ………. 20……... at ………

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:

(Signature)

(Name)

(Designation)

(Code Number)
(Address)
Annex-IV

(Schedule - G)

(See Clause 7.1)

Form of Insurance Surety Bond

[Performance Security/Additional Performance Security]

National Highways & Infrastructural Development Corporation Ltd.

1st and 2nd Floor, Tower A


World Trade Center, Nauroji Nagar
New Delhi-110029
WHEREAS:

(A) [name and address of contractor] (hereinafter called the “Contractor")


and [name and address of the authority], (hereinafter called the “Authority”) have entered into an agreement
(hereinafter called the “Agreement”) for the “*********** 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/ Defects Liability
Period and MaintenancePeriod}(asdefinedintheAgreement)inasumofRs…..cr.(Rupees

………..….. crore) (the “Surety Bond Amount”).

(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.

Signed and sealed this ………. day of ……….., 20……… at ………..


SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:


(Signature)

(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)

1.1 The Contract Price for this Agreement is Rs. Cr.


1.2 Proportions of the Contract Price for different stages of Construction of the Project Highway shall be as
specified below

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

(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) 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

(5) Approaches: On completion of approaches including wing


(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, stone pitching, protection
4.53% 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 and
of Payment” in this sub-clause for each bridge.
fit for use.
( vi) Guide Bunds and River Training Works:
(6) Guide Bunds and River Training works: On completion of
[ Nil ] Payment shall be made on pro-rata basis on completion of a stage i.e. completion of Guide Bunds and River
Guide Bunds and river training works complete in all respects.
training Works in all respects as specified for each bridge.
B.1 - Widening and repairs of Underpasses/Overpasses
Cost of each underpass/overpass shall be determined on pro rata basis with respect to the total linear length of the
Underpasses/Overpasses [ Nil ] underpasses/overpasses. Payment shall be made on the completion of widening & repair works of a
underpass/overpass.
Cost of each Underpass/Overpass shall be determined on pro rata basis with respect to the total linear length (m) of
B.2 - New Underpasses/Overpasses
the Underpasses/Overpasses.

(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.

1.3.4 Other works.


Procedure for estimating the value of other works done shall be as stated in table 1.3.4:

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.

(vii) Protection works other than approaches to the


[ Nil ]
bridges, elevated sections, flyovers/ grade separators and
ROBs/RUBs. Unit of measurement is linear length.
(a) Retaining Wall 18.18%
Payment against items (a), (b) & (c) shall be made on pro rata basis on completion of a stage in a
(b) Breast Wall 18.84%
length of not less than 10% (ten per cent) of the total length and 100 m whichever is less.
(c) Toe Wall with pitching 21.62%
(d) Hydro-seeding& Mulching 0.93%
(e) Crash Barrier 15.65%
Unit of measurement is linear length. Payment shall be made on pro rata basis on
(viii) RE Wall 9.07%
completion of a stage in a length of not less than 5% (five percent) of the total length.
(ix) Safety and Traffic Management during construction [ Nil ] Payment shall be made on prorata basis every six months.
Unit of measurement is linear length. Payment shall be made on pro rata basis on
(x) Kerb Stone 0.75%
completion of a stage in a length of not less than 5% (five percent) of the total length.
Unit of measurement is linear length. Payment shall be made on pro rata basis on
(xi) Junction Improvement 2.10%
completion of a stage in a length of not less than 5% (five percent) of the total length.

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%)

Procedure for payment for Maintenance.


2.1 The cost for maintenance shall be as stated in Clause 14.1. (i)
2.2 Payment for Maintenance shall be made in quarterly instalments in accordance with the provisions of Clause 19.7.
Schedule - I
(See Clause 10.2 (iv))

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

1. A minimum list of the drawings of the various components/elements of the


project highway and project facility required to be submitted by the Contractor is
given below:
(a) Drawing of horizontal alignment, vertical profile and detailed cross sections;
(b) Drawings of cross drainage works, i.e. Bridges/Culverts/Flyovers and Other
Structures;
(c) Drawings for River Training works;
(d) Drawings of interchanges, major intersections and underpasses;
(e) Drawing of control centre;
(f) Drawings of road furniture items including traffic signage, marking, safety
barriers, etc;
(g) Drawings of traffic diversions plans and traffic control measures;
(h) Drawings of road drainage measures;
(i) Drawings of typical details slope protection measures;
(j) Drawings of landscaping and horticulture;
(k) Drawings of pedestrian crossing;
(l) Drawings of street lighting;
(m) General Arrangement showing Base Camp and Administrative Block;
(n) Any other drawings as per instruction of Authority Engineer.
Schedule-J
(See Clause 10.3.2)
PROJECT COMPLETION SCHEDULE

1. Project Completion Schedule


During Construction period, the Contractor shall comply with the
requirements set forth in this Schedule J for each of the Project Milestones and
the Scheduled Completion Date. Within 15 (fifteen) days of the date of each
Project Milestone, the Contractor shall notify the Authority of such
compliance along with necessary particulars thereof.

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.

5 Schedule Completion Date

(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. Schedule for Tests

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.

3 Agency for conducting Tests


All Tests set forth in this Schedule-K shall be conducted by the Authority’s
Engineer or such other agency or person as it may specify in consultation with
the Authority.

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.

2. In view of the foregoing, I am satisfied that that Project Highway from km


8.000 to km 65.000 can be safety and reliably placed in service of the users
thereof, and in terms of the Agreement, the Project Highway is hereby
provisionally declared fit for entry into operation on this the …day of……. 20
………

ACCEPTED, SIGNED, SEALED SIGNED,


SEALED AND
AND DELIVERED
DELIVERED
For and on behalf of For and on behalf of
CONTRACTOR by AUTHORITY’s
ENGINEER by:

(Signature) (Signature)
Schedule-L
COMPLETION CERTIFICATE

1. I, ………………….(Name of the Authority’s Engineer), acting as 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 successfully undertaken to determine
compliance of the Project Highway with the provisions of the Agreement, and I am
satisfied that the Project Highway can be safety and reliably placed in service of the
Users thereof.

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…….

SIGNED, SEALED AND DELIVERED

For and on behalf of

The Authority’s Engineer by:


(Signature)
(Name)
(Designation)
(Address)
Schedule-M
(See Clauses 14.6., 15.2 and 19.7)

PAYMENT REDUCTION FOR NON-COMPLIANCE

1. Payment reduction for non-compliance with the Maintenance Requirements

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.

1.2 Any deduction made on account of non-compliance with the maintenance


Requirements shall not be paid even after compliance subsequently. The
deduction shall continue to be made every month until compliance is done.

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. Percentage reductions in lump sum payments

2.1 The following percentages shall govern the payment reduction:

S. No. Item/Defect/Deficiency Percentage


(a) Carriageway/Pavement
(i) Potholes, cracks, other surface defects 15%
(ii) Repairs of Edges, Rutting 5%
(b) Road, Embankment, Cuttings, Shoulders

(i) Edge drop, inadequate crossfall, undulations, 10%


settlement, potholes, ponding, obstructions
(ii) Deficient slopes, raincuts, disturbed pitching, 5%
vegetation growth, pruning of trees
(c) Bridges and Culverts

(i) Desilting, cleaning. vegetation growth, damaged 20%


pitching, flooring, parapets, wearing course,
footpaths, any damage to foundations
(ii) Any Defects in superstructures, bearings and sub- 10%
structures
(iii) Painting, repairs/replacement kerbs, railings, 5%
parapets, guideposts/crash barriers
(d) Roadside Drains
(i) Cleaning and repair of drains 5%

(e) Road Furniture

(i) Cleaning, painting, replacement of road signs, 5%


delineators, road markings, 200 m/km/5th km
stones
(f) Miscellaneous Items
(i) Removal of dead animals, broken 10%
down/accidented vehicles, fallen trees, road
blockades or malfunctioning of mobile crane
(ii) Any other Defects in accordance with paragraph 5%
1.
(g) Defects in Other Project Facilities 5%

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 Selection of Authority’s Engineer


1.1 The provisions of the Model Request for Proposal for Selection of Technical
Consultants, issued by the Ministry of Finance in May 2009, or any substitute
thereof or ‘Guidelines for Employment of Consultants under Japanese ODA
Loans’ or a combination of certain provisions thereof shall apply for selection
of an experienced firm to discharge the functions and duties of an
Authority’s Engineer.
1.2 The Authority shall invite Expression of Interest from Consulting
Engineering firms or bodies corporate to undertake and perform the duties
and functions set forth in Annexure-I of Schedule-N and thereupon shortlist
qualified firms in accordance with pre-determined criteria.
1.3 The Authority shall invite the aforesaid shortlisted firms to submit their
respective technical and financial offers, each in separate sealed cover and/or
upload online. All the technical bids so received shall be opened and
pursuant to the evaluation thereof, the Authority shall open the financial bids
in respect of each shortlisted firm and the order of priority as among these
firms shall be determined on the basis of a weighted evaluation where
technical and financial score shall be assigned respective weights of 80:20.
1.4 In the event of termination of the Technical Consultants appointed in
accordance with the provisions of above Paragraphs 1.1 to 1.3, the Authority
shall appoint another firm of Technical Consultants forthwith and may
engage a government-owned entity in accordance with the provisions of
Paragraph 3 of this Schedule-N.
2 Terms of Reference
The Terms of Reference for the Authority’s Engineer (the “TOR”) shall
substantially conform with Annex 1 to this Schedule N.
3 Appointment of Government entity as Authority’s Engineer
Notwithstanding anything to the contrary contained in this Schedule, the
Authority may in its discretion appoint a government-owned entity as the
Authority’s Engineer; provided that such entity shall be a body corporate
having as one of its primary functions the provision of consulting, advisory
and supervisory services for engineering projects; provided further that a
government-owned entity which is owned or controlled by the Authority shall
not be eligible for appointment as Authority’s Engineer.
Annex – I
(Schedule - N)
TERMS OF REFERENCE FOR 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.

8. Other duties and functions


The Authority’s Engineer shall perform all other duties and functions as
specified in the Agreement.
9 Miscellaneous
9.1 A copy of all communications, comments, instructions, Drawings or
Documents sent by the Authority's Engineer to the Contractor pursuant to this
TOR, and a copy of all the test results with comments of the Authority's
Engineer thereon, shall be furnished by the Authority's Engineer to the
Authority forthwith.

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

(See Clauses 19.4.1, 19.6.1, and 19.8.1)

Forms of Payment Statements

1. Stage Payment Statement for Works

The Stage Payment Statement for Works shall state:

(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.

(g) Net claim: (e) – (f) (iii);


(h) The amounts received by the Contractor upto the last claim:
(i) For the Works executed (excluding Change of Scope orders);
(ii) For Change of Scope Orders, and
(iii) Taxes deducted

2. Monthly Maintenance Payment Statement

The monthly Statement for Maintenance Payment shall state:


(a) the monthly payment admissible in accordance with the provisions of the
agreement;
(b) the deductions for maintenance work not done;
(c) net payment for maintenance due, (a) minus (b);
(d) amounts reflecting adjustments in price under Clause 19.12; and
(e) amount towards deduction of taxes

3. Contractor’s claim for Damages

Note: The Contractor shall submit its claims in a form acceptable to the Authority.

Monthly Maintenance Payment Statement

The monthly Statement for Maintenance Payment shall state:


(f) the monthly payment admissible in accordance with the provisions of the
agreement;
(g) the deductions for maintenance work not done;
(h) net payment for maintenance due, (a) minus (b);
(i) amounts reflecting adjustments in price under Clause 19.12; and
(j) amount towards deduction of taxes

4. Contractor’s claim for Damages

Note: The Contractor shall submit its claims in a form acceptable to the Authority.
Schedule-P
(See Clause 20.1)
INSURANCE

1. Insurance during Construction Period

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.

2. Insurance for Contractor’s Defects Liability

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

(b) Damage which is and unavoidable result of the Contractor’s obligations to


execute the Works.

4. Insurance to be in joint names

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)

Tests on Completion of Maintenance Period

1. Riding Quality test:


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 2,500 (two thousand five
hundred) mm for each kilometer.
2. 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
measurement of cracking, rutting, stripping and potholes and the permissible
values are given below: • Area of cracking not more than 2 % area
• Area of rutting with rut depth more than 10 mm - not more than 1 …. % area
• Area of stripping: not more than 2 % area
• Area of potholes: Nil
• Edge drop – Shall not be more than 15 mm
SCHEDULE-R
(See Clause 14.10)

Taking Over Certificate


I, ……………………. (Name and designation of the Authority’s representative) under and
in accordance with the Agreement dated ………… (the “Agreement”), 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” ………………….
(Name of Contractor), hereby certify that the Tests on completion of Maintenance Period in
accordance with Article 14 of the Agreement have been successfully undertaken to
determine compliance of the Project Highway with the provisions of the Agreement and I
hereby certify that the Authority has Taken over the Project Highway from the Contractor
on this day ...............

SIGNED, SEALED AND DELIVERED

(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.........

SIGNED, SEALED AND DELIVERED

(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.

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy