Thanks to visit codestin.com
Credit goes to www.scribd.com

100% found this document useful (1 vote)
580 views479 pages

Engineering Procurement and Construction (Epc) Agreement

Uploaded by

M Singh
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
100% found this document useful (1 vote)
580 views479 pages

Engineering Procurement and Construction (Epc) Agreement

Uploaded by

M Singh
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/ 479

ENGINEERING PROCUREMENT AND CONSTRUCTION (EPC)

AGREEMENT

For

Construction of Missing Link From Birhu to Lathiani into 4-


Lane & Paved Shoulder Configuration from Km 35/550
(Design Chainage 0.000) to 42/800 (Design Chainage 8.153)
on NH-503A including Cable Stayed Bridge (0.860 Km) on
Back Water of Govind Sagar Reservoir and its Approaches in
Himachal Pradesh on EPC Mode

Bid Document
Volume - II

MINISTRY OF ROAD TRANSPORT & HIGHWAYS


(MoRT&H)

February 2024
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

Page i of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
TABLE OF CONTENTS
PART-I - PRELIMINARY .................................................................................................................................. 1
ARTICLE 1 DEFINITIONS AND INTERPRETATIONS............................................................................ 5
1.1 Definitions ........................................................................................................................................................... 5
1.2 Interpretation...................................................................................................................................................10
1.3 Measurements and arithmetic conventions ........................................................................................12
1.4 Priority of agreements and errors/discrepancies ............................................................................12
1.5 Joint and several liability .............................................................................................................................13
PART-II SCOPE OF PROJECT ....................................................................................................................... 14
ARTICLE 2 SCOPE OF THE PROJECT ....................................................................................................... 16
2.1 Scope of the Project .......................................................................................................................................16
ARTICLE 3 OBLIGATIONS OF THE AUTHORITY.................................................................................. 18
3.1 Obligations of the Authority .......................................................................................................................18
3.2 Maintenance obligations prior to the Appointed Date ....................................................................19
3.3 Environmental Clearances ..........................................................................................................................19
3.4 Deemed Termination upon delay. ...........................................................................................................19
ARTICLE 4 OBLIGATIONS OF THE CONTRACTOR .............................................................................. 21
4.1 Obligations of the Contractor.....................................................................................................................21
4.2 Obligations relating to sub-contracts and any other agreements ..............................................22
4.3 Employment of foreign nationals .............................................................................................................23
4.4 Contractor’s personnel .................................................................................................................................23
4.5 Advertisement on Project Highway ........................................................................................................24
4.6 Contractor's care of the Works .................................................................................................................24
4.7 Electricity, water and other services ......................................................................................................24
4.8 Unforeseeable difficulties ............................................................................................................................24
4.9 Co-ordination of the Works ........................................................................................................................24
4.10 Environmental Measures ............................................................................................................................25
4.11 Site Data ..............................................................................................................................................................25
4.12 Sufficiency of Contract Price ......................................................................................................................25
4.13 Clearance of the Site ......................................................................................................................................25
ARTICLE 5 REPRESENTATIONS AND WARRANTIES ........................................................................ 27
5.1 Representations and warranties of the Contractor ..........................................................................27
5.2 Representations and warranties of the Authority ............................................................................29
5.3 Disclosure ..........................................................................................................................................................30
ARTICLE 6 DISCLAIMER ............................................................................................................................. 31
6.1 Disclaimer ..........................................................................................................................................................31
ARTICLE 7 PERFORMANCE SECURITY ................................................................................................... 34
7.1 Performance Security....................................................................................................................................34
7.2 Extension of Performance Security and Additional Performance Security ............................34

Page ii of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
7.3 Appropriation of Performance Security ................................................................................................35
7.4 Release of Performance Security..............................................................................................................35
7.5 Retention Money .............................................................................................................................................35
ARTICLE 8 RIGHT OF WAY ......................................................................................................................... 37
8.1 The Site ...............................................................................................................................................................37
8.2 Procurement of the Site ...............................................................................................................................37
8.3 Damages for delay in handing over the Site ........................................................................................38
8.4 Site to be free from Encumbrances. ........................................................................................................39
8.5 Protection of Site from encroachments .................................................................................................40
8.6 Special/ temporary Right of Way.............................................................................................................40
8.7 Access to the Authority and the Authority’s Engineer ....................................................................40
8.8 Geological and archaeological finds ........................................................................................................40
ARTICLE 9 UTILITIES AND TREES ........................................................................................................... 41
9.1 Existing utilities and roads .........................................................................................................................41
9.2 Shifting of obstructing utilities..................................................................................................................41
9.3 New utilities ......................................................................................................................................................41
9.4 Felling of trees..................................................................................................................................................42
9.5 Dismantling of structures ............................................................................................................................42
9.6 Development Period ......................................................................................................................................42
ARTICLE 10 DESIGN AND CONSTRUCTION OF THE PROJECT HIGHWAY .................................. 43
10.1 Obligations prior to commencement of Works ..................................................................................43
10.2 Design and Drawings.....................................................................................................................................44
10.3 Construction of the Project Highway......................................................................................................46
10.4 Maintenance during Construction Period ............................................................................................47
10.5 Extension of time for completion .............................................................................................................47
10.6 Incomplete Works ..........................................................................................................................................48
10.7 Maintenance Manual .....................................................................................................................................49
10.8 As-Built Records ..............................................................................................................................................49
10.9 Contractor's Use of Authority’s Documents ........................................................................................49
ARTICLE 11 QUALITY ASSURANCE, MONITORING AND SUPERVISION ...................................... 50
11.2 Quality control system ..................................................................................................................................50
11.3 Methodology .....................................................................................................................................................50
11.4 Inspection and technical audit by the Authority ...............................................................................50
11.5 External technical audit ...............................................................................................................................50
11.6 Inspection of construction records .........................................................................................................51
11.7 Monthly progress reports ...........................................................................................................................51
11.8 Inspection ..........................................................................................................................................................52
11.9 Samples ...............................................................................................................................................................52
11.10 Tests .....................................................................................................................................................................52

Page iii of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
11.11 Examination of work before covering up .............................................................................................52
11.12 Rejection .............................................................................................................................................................53
11.13 Remedial work .................................................................................................................................................53
11.14 Delays during construction ........................................................................................................................53
11.15 Quality control records and Documents ...............................................................................................54
11.16 Video recording ...............................................................................................................................................54
11.17 Suspension of unsafe Construction Works ..........................................................................................54
11.18 Staff and Labour ..............................................................................................................................................54
ARTICLE 12 COMPLETION CERTIFICATE ............................................................................................. 57
12.2 Completion Certificate ..................................................................................................................................57
12.3 Rescheduling of Tests ...................................................................................................................................57
ARTICLE 13 CHANGE OF SCOPE ............................................................................................................... 58
13.2 Procedure for Change of Scope .................................................................................................................58
13.3 Payment for Change of Scope ....................................................................................................................60
13.4 Restrictions on Change of Scope...............................................................................................................60
13.5 Power of the Authority to undertake Works .......................................................................................60
ARTICLE 14 MAINTENANCE ...................................................................................................................... 61
14.1 Maintenance obligations of the Contractor..........................................................................................61
14.2 Maintenance Requirements .......................................................................................................................62
14.3 Maintenance Programme ............................................................................................................................62
14.4 Safety, vehicle breakdowns and accidents ...........................................................................................62
14.5 Lane closure ......................................................................................................................................................62
14.6 Reduction of payment for non-performance of Maintenance obligations ..............................63
14.7 Authority’s right to take remedial measures ......................................................................................63
14.8 Restoration of loss or damage to Project Highway ...........................................................................63
14.9 Overriding powers of the Authority........................................................................................................63
14.10 Taking over Certificate .................................................................................................................................64
ARTICLE 15 SUPERVISION AND MONITORING DURING MAINTENANCE ................................... 65
15.1 Inspection by the Contractor .....................................................................................................................65
15.2 Inspection and payments ............................................................................................................................65
15.3 Tests .....................................................................................................................................................................65
15.4 Reports of unusual occurrence .................................................................................................................66
ARTICLE 16 TRAFFIC REGULATION ....................................................................................................... 67
16.1 Traffic regulation by the Contractor .......................................................................................................67
ARTICLE 17 DEFECTS LIABILITY ............................................................................................................. 68
17.1 Defects Liability Period ................................................................................................................................68
17.2 Remedying Defects .........................................................................................................................................68
17.3 Cost of remedying Defects...........................................................................................................................68
17.4 Contractor’s failure to rectify Defects ....................................................................................................69

Page iv of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
17.5 Extension of Defects Liability Period......................................................................................................69
ARTICLE 18 AUTHORITY’S ENGINEER ................................................................................................... 70
18.2 Duties and authority of the Authority’s Engineer .............................................................................70
18.3 Delegation by the Authority’s Engineer ................................................................................................71
18.4 Instructions of the Authority’s Engineer...............................................................................................71
18.5 Determination by the Authority’s Engineer ........................................................................................71
18.6 Remuneration of the Authority’s Engineer ..........................................................................................71
18.7 Termination of the Authority’s Engineer ..............................................................................................71
PART-IV FINANCIAL COVENANTS .............................................................................................................. 73
ARTICLE 19 PAYMENTS .............................................................................................................................. 74
19.1 Contract Price ...................................................................................................................................................74
19.2 Advance Payment ...........................................................................................................................................74
19.3 Procedure for estimating the payment for the Works ....................................................................75
19.4 Stage Payment Statement for Works ......................................................................................................76
19.5 Stage Payment for Works ............................................................................................................................76
19.6 Monthly Maintenance Statement of the Project Highway .............................................................77
19.7 Payment for Maintenance of the Project Highway ...........................................................................77
19.8 Payment of Damages .....................................................................................................................................77
19.9 Time of payment and interest ...................................................................................................................77
19.10 Price adjustment for the Works ................................................................................................................78
19.11 Restrictions on price adjustment .............................................................................................................80
19.12 Price adjustment for Maintenance of Project Highway ..................................................................80
19.13 Final Payment Statement ............................................................................................................................80
19.14 Discharge............................................................................................................................................................81
19.15 Final Payment Certificate ............................................................................................................................81
19.16 Final payment statement for Maintenance ..........................................................................................81
19.17 Change in law ...................................................................................................................................................81
19.18 Correction of Interim Payment Certificates .........................................................................................82
19.19 Authority’s claims ...........................................................................................................................................82
19.20 Bonus for early completion ........................................................................................................................82
ARTICLE 20 INSURANCE ............................................................................................................................. 83
20.1 Insurance for Works and Maintenance..................................................................................................83
20.2 Notice to the Authority .................................................................................................................................83
20.3 Evidence of Insurance Cover......................................................................................................................84
20.4 Remedy for failure to insure ......................................................................................................................84
20.5 Waiver of subrogation ..................................................................................................................................84
20.6 Contractor’s waiver .......................................................................................................................................84
20.7 Cross liabilities.................................................................................................................................................84
20.8 Accident or injury to workmen .................................................................................................................84

Page v of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
20.9 Insurance against accident to workmen ...............................................................................................85
20.10 Application of insurance proceeds ..........................................................................................................85
20.11 Compliance with policy conditions .........................................................................................................85
20.12 General Requirements of Insurance Policies ......................................................................................85
PART V FORCE MAJEURE AND TERMINATION ....................................................................................... 87
ARTICLE 21 FORCE MAJEURE ................................................................................................................... 88
21.1 Force Majeure...................................................................................................................................................88
21.2 Non-Political Event ........................................................................................................................................88
21.3 Indirect Political Event .................................................................................................................................88
21.4 Political Event ..................................................................................................................................................89
21.5 Duty to report Force Majeure Event .......................................................................................................89
21.6 Effect of Force Majeure Event on the Agreement ..............................................................................89
21.7 Termination Notice for Force Majeure Event .....................................................................................90
21.8 Termination Payment for Force Majeure Event ................................................................................90
21.9 Dispute resolution ..........................................................................................................................................91
21.10 Excuse from performance of obligations ..............................................................................................91
ARTICLE 22 SUSPENSION OF CONTRACTOR’S RIGHTS .................................................................... 92
22.2 Authority to act on behalf of Contractor ...............................................................................................92
22.3 Revocation of Suspension ...........................................................................................................................92
22.4 Termination ......................................................................................................................................................92
ARTICLE 23 TERMINATION ....................................................................................................................... 93
23.2 Termination for Authority Default ..........................................................................................................96
23.3 Termination for Authority’s convenience ............................................................................................97
23.4 Requirements after Termination .............................................................................................................97
23.5 Valuation of Unpaid Works .........................................................................................................................97
23.6 Termination Payment ...................................................................................................................................97
23.7 Other rights and obligations of the Parties ..........................................................................................98
23.8 Survival of rights .............................................................................................................................................98
23.9 Foreclosure with mutual consent ............................................................................................................98
PART-VI OTHER PROVISIONS ................................................................................................................. 100
ARTICLE 24 ASSIGNMENT AND CHARGES ......................................................................................... 101
24.1 Restrictions on assignment and charges............................................................................................ 101
24.2 Hypothecation of Materials or Plant .................................................................................................... 101
ARTICLE 25 LIABILITY AND INDEMNITY .......................................................................................... 102
25.1 General indemnity ....................................................................................................................................... 102
25.2 Indemnity by the Contractor................................................................................................................... 102
25.3 Notice and contest of claims.................................................................................................................... 102
25.4 Defence of claims ......................................................................................................................................... 103
25.5 Survival on Termination ........................................................................................................................... 103

Page vi of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 26 DISPUTE RESOLUTION .................................................................................................... 105
26.1 Dispute Resolution ...................................................................................................................................... 105
26.2 Conciliation .................................................................................................................................................... 105
26.3 Arbitration ...................................................................................................................................................... 105
26.4 Adjudication by Regulatory Authority, Tribunal or Commission ............................................ 106
ARTICLE 27 MISCELLANEOUS................................................................................................................ 107
27.1 Governing law and jurisdiction.............................................................................................................. 107
27.2 Waiver of immunity .................................................................................................................................... 107
27.3 Delayed payments ....................................................................................................................................... 107
27.4 Waiver .............................................................................................................................................................. 107
27.5 Liability for review of Documents and Drawings ........................................................................... 107
27.6 Exclusion of implied warranties etc..................................................................................................... 108
27.7 Survival ............................................................................................................................................................ 108
27.8 Entire Agreement......................................................................................................................................... 108
27.9 Severability..................................................................................................................................................... 108
27.10 No partnership .............................................................................................................................................. 108
27.11 Third parties .................................................................................................................................................. 109
27.12 Successors and assigns .............................................................................................................................. 109
27.13 Notices .............................................................................................................................................................. 109
27.14 Language ......................................................................................................................................................... 109
27.15 Counterparts .................................................................................................................................................. 109
27.16 Confidentiality............................................................................................................................................... 109
27.17 Copyright and Intellectual Property rights ....................................................................................... 109
27.18 Limitation of Liability................................................................................................................................. 110
27.19 Care and Supply of Documents .............................................................................................................. 110
27.20 Authority’s Use of Contractor’s Documents...................................................................................... 110
27.21 Contractor’s Use of Authority’s Documents...................................................................................... 111
27.22 Access to the Site by Others..................................................................................................................... 111
27.23 Term .................................................................................................................................................................. 111
27.24 Amendments.................................................................................................................................................. 111
27.25 Representation and Bribes ...................................................................................................................... 111
27.26 No Agency ....................................................................................................................................................... 112
SCHEDULES .................................................................................................................................................. 113
SCHEDULE-A ................................................................................................................................................ 115
SCHEDULE-B ................................................................................................................................................ 131
SCHEDULE-C................................................................................................................................................. 204
SCHEDULE-D ................................................................................................................................................ 214
SCHEDULE-E................................................................................................................................................. 398
SCHEDULE-F ................................................................................................................................................. 431

Page vii of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
SCHEDULE-G ................................................................................................................................................ 432
SCHEDULE-H ................................................................................................................................................ 438
SCHEDULE-I.................................................................................................................................................. 455
SCHEDULE-J.................................................................................................................................................. 457
SCHEDULE-K ................................................................................................................................................ 458
SCHEDULE-L ................................................................................................................................................. 460
SCHEDULE-M ............................................................................................................................................... 461
SCHEDULE-N ................................................................................................................................................ 462
SCHEDULE-O ................................................................................................................................................ 467
SCHEDULE-P ................................................................................................................................................ 468
SCHEDULE-Q ................................................................................................................................................ 469
SCHEDULE-R ................................................................................................................................................ 470

Page viii of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

PART-I - PRELIMINARY

Page 1 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

Page 2 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Engineering, Procurement and Construction Agreement
THIS AGREEMENT1 is entered into on this the ……….. day of ………, 20…..
Between
The President of India through the Ministry of Road Transport & Highways, Government of India
represented by:
Director General (Road Development) & Special Secretary, Ministry of Road Transport & Highways,
Transport Bhawan, 1, Parliament Street, New Delhi 110001,(hereinafter referred to as the “Authority”
which expression shall, unless repugnant to the context or meaning thereof, include its administrators,
successors and assigns) of One Part;
And
<insert name of party>,2 the selected bidder3 having its registered office at <insert registered office
address of the party>, (hereinafter referred to as the “Contractor” which expression shall, unless
repugnant to the context or meaning thereof, include its successors and permitted assigns) of the Other
Part.
Whereas:

A. The Government of India entrusted Construction of Missing Link from Birhu to Lathiani into 4-Lane
& paved shoulder configuration from Km 35/550 (Design Chainage 0.000) to 42/800 (Design
Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind
Sagar Reservoir and its approaches in Himachal Pradesh on EPC mode to the Authority;

B. The Authority resolved to Construction of Missing Link from Birhu to Lathiani into 4-Lane & paved
shoulder configuration from Km 35/550 (Design Chainage 0.000) to 42/800 (Design Chainage
8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its approaches in Himachal Pradesh on Engineering, Procurement, Construction
(“EPC”) basis in accordance with the terms and conditions to be set forth in an agreement to be
entered into.

C. The Authority accordingly invited the proposals (the “Request for Proposals” or “RFP”) from the
eligible bidders as per the technical and commercial terms and conditions prescribed in the RFP for
undertaking the Project.

D. After evaluation of the bids received, the Authority accepted the bid of the selected bidder and issued
its Letter of Acceptance No. <insert details> dated <insert date> (hereinafter called the “LOA”) to the
selected bidder for entrusted Construction of Missing Link from Birhu to Lathiani into 4-Lane &
paved shoulder configuration from Km 35/550 (Design Chainage 0.000) to 42/800 (Design Chainage
8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its approaches in Himachal Pradesh on EPC mode at the Contract Price specified
hereinafter, requiring the selected bidder to inter alia:
(i) to give his consent to enter into this Agreement and the enforceability of the
___________________________;
1 Serially numbered footnotes in this Agreement are for guidance of the Authority and
should be omitted from the draft Agreement forming part of Bid Documents. Footnotes
marked “$” shall be retained in the draft Agreement.
2 All provisions enclosed in curly parenthesis shall be retained in the Bid Documents and
shall be modified as required after the selected bidder has been identified.
3 Refers to the single entity or the lead member of the joint venture, which is the selected
bidder under the RFP. provisions thereof, within 10 (ten) days of the date of issue of
LOA;
(ii) submit Performance Security and Additional Performance Security (if any) as per RFP
requirements, and

Page 3 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(iii) execute this Agreement within 30 (thirty) days of the date of issue of LOA.

E. The Contractor has fulfilled the requirements specified in Recital (D) above;
NOW, THEREFORE, in consideration of the foregoing and the respective covenants set forth in this
Agreement, the sufficiency and adequacy of which is hereby acknowledged, the Authority hereby covenants
to pay the Contractor, in consideration of the obligations specified herein, the Contract Price or such other
sum as may become payable under the provisions of the Agreement at the times and in the manner specified
by the Agreement and intending to be legally bound hereby, the Parties agree as follows:

Page 4 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 1 DEFINITIONS AND INTERPRETATIONS

1.1 Definitions
(i) The words and expressions beginning with capital letters and defined in this Agreement shall,
unless the context otherwise requires, have the meaning ascribed thereto herein, and the
words and expressions defined in the Schedules and used therein shall have the meaning
ascribed thereto in the Schedules.
(ii) In this Agreement, the following words and expressions shall, unless repugnant to the context
or meaning thereof, have the meaning hereinafter respectively assigned to them:
“Accounting Year” means the financial year commencing from the first day of April of any calendar
year and ending on the thirty-first day of March of the next calendar year;
“Advance Payment” shall have the meaning set forth in Clause 19.2; “Affected Party” shall have
the meaning set forth in Clause 21.1;
“Affiliate” means, in relation to either Party {and/or Members}, a person who controls, is
controlled by, or is under the common control with such Party {or Member} (as used in this
definition, the expression “control” means, with respect to a person which is a company or
corporation, the ownership, directly or indirectly, of more than 50% (fifty per cent) of the voting
shares of such person, and with respect to a person which is not a company or corporation, the
power to direct the management and policies of such person, whether by operation of law or by
contract or otherwise);
“Agreement” means this Agreement, its Recitals, the Schedules hereto and any amendments
thereto, or any supplementary agreement made in accordance with the provisions contained in
this Agreement;
“Applicable Laws” means all laws, brought into force and effect by the GOI or the State
Government including rules, regulations and notifications made thereunder, and judgements,
decrees, injunctions, writs and orders of any court of record, applicable to this Agreement and the
exercise, performance and discharge of the respective rights and obligations of the Parties
hereunder, as may be in force and effect during the subsistence of this Agreement;
“Applicable Permits” means all clearances, licences, permits, authorisations, no objection
certificates, consents, approvals and exemptions required to be obtained or maintained under
Applicable Laws in connection with the construction, operation and maintenance of the Project
Highway during the subsistence of this Agreement;
“Appointed Date” means the date declared by the Authority as the project commencement date
with the consent of the contractor, as per the process prescribed in Article 3 and 8 of this
Agreement;
“Arbitration Act” means the Arbitration and Conciliation Act, 1996, with all its subsequent
amendments;
“Authority” shall have the meaning attributed thereto in the array of Parties hereinabove as set
forth in the Recitals;
“Authority Default” shall have the meaning set forth in Clause 23.2;
“Authority’s Engineer” shall have the meaning set forth in Clause 18.1;
“Authority Representative” means such person or persons as may be authorised in writing by
the Authority to act on its behalf under this Agreement and shall include any person or persons
having authority to exercise any rights or perform and fulfil any obligations of the Authority under
this Agreement;
“Bank” means a bank incorporated in India and recognized by the Reserve Bank of India
“Base Rate” means the floor rate of interest announced by the State Bank of India for all its lending
operations;

Page 5 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
“Base Date” means the last date of the calendar month, which precedes the Bid Due Date by at
least 28 (twenty eight) days;
“Bid” means the documents in their entirety comprised in the bid submitted by the [selected
bidder/ Joint venture] in response to the Request for Proposal in accordance with the provisions
thereof;
“Bid Security” means the bid security provided by the Contractor to the Authority in accordance
with the Request for Proposal, and which is to remain in force until substituted by the Performance
Security;
“Change in Law” means the occurrence of any of the following after the Base Date:

(a) the enactment of any new Indian law;


(b) the repeal, modification or re-enactment of any existing Indian law;
(c) the commencement of any Indian law which has not come into effect until the Base Date; or
(d) a change in the interpretation or application of any Indian law by a judgement of a court of
record which has become final, conclusive and binding, as compared to such interpretation or
application by a court of record prior to the Base Date.
“Change of Scope” shall have the meaning set forth in Article 13;
“Change of Scope Notice” shall have the meaning set forth in Clause 13.2 (i); “Change of Scope
Request” shall have the meaning set forth in Clause 13.2 (ii); “Change of Scope Order” shall have
the meaning set forth in Clause 13.2 (iv); “Completion Certificate” shall have the meaning set
forth in Clause 12.2;
“Construction” shall have the meaning set forth in Clause 1.2 (f);
“Construction Period” means the period commencing from the Appointed Date and ending on the
date of the Completion Certificate;
“Construction Zone” shall have the meaning set forth in Clause 8.3 (i);
“Contract Price” means the amount specified in Clause 19.1 (i);
“Contractor” shall have the meaning attributed thereto in the array of Parties hereinabove as set
forth in the Recitals;
“Contractor Default” shall have the meaning set forth in Clause 23.1;
“Cure Period” means the period specified in this Agreement for curing any breach or default of
any provision of this Agreement by the Party responsible for such breach or default and shall:

(a) commence from the date on which a notice is delivered by one Party to the other Party
asking the latter to cure the breach or default specified in such notice;

(b) not relieve any Party from liability to pay Damages or compensation under the provisions of
this Agreement; and

(c) not in any way be extended by any period of Suspension under this Agreement; provided
that if the cure of any breach default by the Contractor requires any reasonable action by the
Contractor that must be approved by the Authority or the Authority’s Engineer hereunder,
the applicable Cure Period shall be extended by the period taken by the Authority or the
Authority’s Engineer to accord their approval;
“Damages” shall have the meaning set forth in paragraph (w) of Clause 1.2;
“Defect” means any defect or deficiency in Construction of the Works or any part thereof, which
does not conform with the Specifications and Standards, and in the case of Maintenance, means
any Defect or deficiency which is specified in Schedule-E;
“Defects Liability Period” shall have the meaning set forth in Clause 17.1;

Page 6 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
“Dispute” shall have the meaning set forth in Clause 26.1;
“Dispute Resolution Procedure” means the procedure for resolution of Disputes set forth in
Article 26;
“Drawings” means all of the drawings, calculations and documents pertaining to the Project
Highway as set forth in Schedule-I, and shall include ‘as built’ drawings of the Project Highway;
“Document” or “Documentation” means documentation in printed or written form, or in tapes,
discs, drawings, computer programmes, writings, reports, photographs, films, cassettes, or
expressed in any other written, electronic, audio or visual form;
“Emergency” means a condition or situation that is likely to endanger the safety or security of the
individuals on or about the Project Highway, including Users thereof, or which poses an immediate
threat of material damage to any of the Project Assets;
“Encumbrances” means, in relation to the Project Highway, any encumbrances such as mortgage,
charge, pledge, lien, hypothecation, security interest, assignment, privilege or priority of any kind
having the effect of security or other such obligations, and shall include any designation of loss to
payees or beneficiaries or any similar arrangement under any insurance policy pertaining to the
Project Highway, where applicable herein but excluding utilities referred to in Clause 9.1;
“EPC” means engineering, procurement and construction;
“Final Payment Certificate” shall have the meaning set forth in Clause 19.15; “Final Payment
Statement” shall have the meaning set forth in Clause 19.13;
“Force Majeure” or “Force Majeure Event” shall have the meaning ascribed to it in Clause 21.1;
“GAD” or “General Arrangement Drawings” shall have the meaning set forth in Clause 3.1
(iii) (b);
“GOI” or “Government” means the Government of India;
“Good Industry Practice” means the practices, methods, techniques, designs, standards, skills,
diligence, efficiency, reliability and prudence which are generally and reasonably expected from a
reasonably skilled and experienced contractor engaged in the same type of undertaking as
envisaged under this Agreement and which would be expected to result in the performance of its
obligations by the Contractor in accordance with this Agreement, Applicable Laws and Applicable
Permits in reliable, safe, economical and efficient manner;
“Government Instrumentality” means any department, division or sub- division of the
Government or the State Government and includes any commission, board, authority, agency or
municipal and other local authority or statutory body including panchayat under the control of the
Governmentor the State Government, as the case may be, and having jurisdiction over all or any
part of the Project Highway or the performance of all or any of the services or obligations of the
Contractor under or pursuant to this Agreement;
“Handover Memorandum” shall have the meaning set forth in Clause 8.2;
“IRC” means the Indian Roads Congress;
“Indemnified Party” means the Party entitled to the benefit of an indemnity pursuant to Article
25;
“Indemnifying Party” means the Party obligated to indemnify the other Party pursuant to Article
25;
“Indirect Political Event” shall have the meaning set forth in Clause 21.3;
“Insurance Cover” means the aggregate of the maximum sums insured under the insurance taken
out by the Contractor pursuant to Article 20, and includes all insurances required to be taken out
by the Contractor under Clauses 20.1 and 20.9 but not actually taken, and when used in the context
of any act or event, it shall mean the aggregate of the maximum sums insured and payable or

Page 7 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
deemed to be insured and payable in relation to such act or event;
“Intellectual Property” means all patents, trademarks, service marks, logos, get-up, trade names,
internet domain names, rights in designs, blue prints, programmes and manuals, drawings,
copyright (including rights in computer software), database rights, semi-conductor, topography
rights, utility models, rights in know-how and other intellectual property rights, in each case
whether registered or unregistered and including applications for registration, and all rights or
forms of protection having equivalent or similar effect anywhere in the world;
“Interim Payment Certificate” or “IPC” means the interim payment certificate issued by the
Authority’s Engineer for payment to the Contractor in respect of Contractor’s claims for payment
raised in accordance with the provisions of this Agreement;
“Joint Venture” means the group of entities which have come together for implementation of this
Project;
“Lead Member” shall, in the case of a joint venture, mean the member of such joint venture who
shall have the authority to bind the contractor and each member of the Joint venture; and shall be
deemed to be the Contractor for the purposes of this Agreement; the Lead Member shall itself
undertake and perform at least 51% (fifty one per cent) of the total length of the Project Highway;
“LOA” or “Letter of Acceptance” means the letter of acceptance issued by the Authority as referred
to in Recital (D);
“Maintenance” means the maintenance of the Project Highway as set forth in Article 14 for the
period specified therein;
“Maintenance Inspection Report” shall have the meaning set forth in Clause 15.2;
“Maintenance Manual” shall have the meaning ascribed to it in Clause 10.7; “Maintenance
Programme” shall have the meaning set forth in Clause 14.3; “Maintenance Period” shall have
the meaning set forth in Clause 14.1;
“Maintenance Requirements” shall have the meaning set forth in Clause 14.2;
“Major Bridge” means a bridge having a total length of more than 60 (sixty) metres between the
inner faces of the dirt walls as specified in IRC:5;
“Manual” shall mean the Manual of Standards and Specifications for Project Highways;
“Material Adverse Effect” means a material adverse effect of any act or event on the ability of
either Party to perform any of its obligations under and in accordance with the provisions of this
Agreement and which act or event causes a material financial burden or loss to either Party;
“Materials” comprise of all the supplies used by the Contractor used in the Works or for the
maintenance of the Project Highway;
“Monthly Maintenance Statement shall have the meaning set forth in Clause 19.6;
“MORTH” means the Ministry of Road Transport and Highways or any substitute thereof dealing
with Highways;
“Non-Political Event” shall have the meaning set forth in Clause 21.2;
“Parties” means the parties to this Agreement collectively and “Party” shall mean any of the parties
to this Agreement individually;
“Performance Security” and “Additional Performance Security” shall have the meaning set
forth in Clause 7.1;
“Plant” means the apparatus and machinery intended to form or forming part of the works of the
Works;
“Political Event” shall have the meaning set forth in Clause 21.4;
“Programme” shall have the meaning set forth in Clause 10.1 (iii);

Page 8 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
“Project” means the construction and maintenance of the Project Highway in accordance with the
provisions of this Agreement, and includes all works, services and equipment relating to or in
respect of the Scope of the Project;
“Project Assets” means all physical and other assets relating to (a) tangible assets such as civil
works and equipment including foundations, embankments, pavements, road surface,
interchanges, bridges, culverts, road over-bridges, drainage works, traffic signals, sign boards,
kilometre-stones, [toll plaza(s)], electrical systems, communication systems, rest areas, relief
centres, maintenance depots and administrative offices; and (b) Project Facilities situated on the
Site;
“Project Completion Date” means the date on which the Completion Certificate is issued;
“Project Completion Schedule” means the progressive Project Milestones set forth in Schedule-J
for completion of the Project Highway on or before the Scheduled Completion Date;
“Project Facilities” means all the amenities and facilities situated on the Site, as described in
Schedule-C;
“Project Highway” means the Site comprising the Construction of Missing Link from Birhu to
Lathiani into 4-Lane & paved shoulder configuration from Km 35/550 (Design Chainage 0.000) to
42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back
Water of Govind Sagar Reservoir and its approaches in Himachal Pradesh and all Project Assets,
and its subsequent development and augmentation in accordance with this Agreement;
“Project Milestone” means the project milestone set forth in Schedule-J;
“Proof Consultant” shall have the meaning set forth in Clause 10.2;
“Quality Assurance Plan” or “QAP” shall have the meaning set forth in Clause 11.2;
“Re.”, “Rs.” or “Rupees” or “Indian Rupees” or “INR” means the lawful currency of the Republic
of India;
“Request for Proposals” or “RFP” shall have the meaning set forth in Recital ‘C’;
“Retention Money” shall have the meaning set forth in Clause 7.5;
“Right of Way” means and refers to the total land required and acquired for the project, both in its
width and length, together with all way leaves, easements, unrestricted access and other rights of
way, howsoever described, necessary for construction and maintenance of the Project Highway in
accordance with this Agreement;
“Safety Consultant” shall have the meaning set forth in Clause 10.1;
“Scheduled Completion Date” shall be the date set forth in Clause 10.3;
“Scheduled Construction Period” means the period commencing from the Appointed Date and
ending on Scheduled Completion Date;
“Scope of the Project” shall have the meaning set forth in Clause 2.1;
“Section” means a part of the Project Highway;
“Site” shall have the meaning set forth in Clause 8.1;
“Specifications and Standards” means the specifications and standards relating to the quality,
quantity, capacity and other requirements for the Project Highway, as set forth in Schedule-D, and
any modifications thereof, or additions thereto, as included in the design and engineering for the
Project Highway submitted by the Contractor to, and expressly approved by, the Authority;
"Stage Payment Statement" shall have the meaning set forth in Clause 19.4; “Structures” means
an elevated road or a flyover, as the case may be;
“Sub-contractor” means any person or persons to whom a part of the Works or the Maintenance
has been subcontracted by the Contractor and the permitted legal successors in title to such

Page 9 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
person, but not an assignee to such person;
“Suspension” shall have the meaning set forth in Article 22;
“Taking Over Certificate” shall have the meaning set forth in Clause 14.10;
“Taxes” means any Indian taxes including GST, excise duties, customs duties, value added tax, sales
tax, local taxes, cess and any impost or surcharge of like nature (whether Central, State or local) on
the goods, Materials, equipment and services incorporated in and forming part of the Project
Highway charged, levied or imposed by any Government Instrumentality, but excluding any
interest, penalties and other sums in relation thereto imposed on any account whatsoever. For the
avoidance of doubt, Taxes shall not include taxes on corporate income;
“Termination” means the expiry or termination of this Agreement;
“Termination Notice” means the communication issued in accordance with this Agreement by
one Party to the other Party terminating this Agreement;
“Termination Payment” means the amount payable by either Party to the other upon
Termination in accordance with Article 23;
“Terms of Reference” or “TOR” shall have the meaning set forth in Clause 18.2;
“Tests” means the tests set forth in Schedule-K to determine the completion of Works in
accordance with the provisions of this Agreement;
“Time Extension” shall have the meaning set forth in Clause 10.5;
“User” means a person who travels or intends to travel on the Project Highway or any part thereof
in/on any vehicle;
“Valuation of Unpaid works” shall have the meaning set forth in Clause 23.5;
“Works” means all works including survey and investigation, design, engineering, procurement,
construction, Plant, Materials, maintenance, temporary works and other things necessary to
complete the Project Highway in accordance with this Agreement; and
“WPI” means the wholesale price index for various commodities as published by the Ministry of
Commerce and Industry, GOI and shall include any index which substitutes the WPI, and any
reference to WPI shall, unless the context otherwise requires, be construed as a reference to the
WPI published for the period ending with the preceding month.

1.2 Interpretation

(i) In this Agreement, unless the context otherwise requires,


(a) references to any legislation or any provision thereof shall include amendment or re-
enactment or consolidation of such legislation or any provision thereof so far as such
amendment or re-enactment or consolidation applies or is capable of applying to any
transaction entered into hereunder;

(b) references to laws of India or Indian law or regulation having the force of law shall
include the laws, acts, ordinances, rules, regulations, bye laws or notifications which
have the force of law in the territory of India and as from time to time may be amended,
modified, supplemented, extended or re- enacted;

(c) references to a “person” and words denoting a natural person shall be construed as a
reference to any individual, firm, company, corporation, society, trust, government, state
or agency of a state or any association or partnership (whether or not having separate
legal personality) of two or more of the above and shall include successors and assigns;

(d) the table of contents, headings or sub-headings in this Agreement are for convenience of
reference only and shall not be used in, and shall not affect, the construction or
interpretation of this Agreement;

Page 10 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(e) the words “include” and “including” are to be construed without limitation and shall be
deemed to be followed by “without limitation” or “but not limited to” whether or not they
are followed by such phrases;

(f) references to “construction” or “building” include, unless the context otherwise requires,
survey and investigation, design, developing, engineering, procurement, supply of plant,
materials, equipment, labour, delivery, transportation, installation, processing,
fabrication, testing, and commissioning of the Project Highway, including maintenance
during the Construction Period, removing of defects, if any, and other activities incidental
to the construction and “construct” or “build” shall be construed accordingly;

(g) references to “development” include, unless the context otherwise requires,


construction, renovation, refurbishing, augmentation, up- gradation and other activities
incidental thereto during the Construction Period, and “develop” shall be construed
accordingly;

(h) any reference to any period of time shall mean a reference to that according to Indian
standard time;

(i) any reference to day shall mean a reference to a calendar day;


(j) references to a “business day” shall be construed as a reference to a day (other than a
Sunday) on which banks in Delhi are generally open for business;

(k) any reference to month shall mean a reference to a calendar month as per the Gregorian
calendar;

(l) references to any date, period or Project Milestone shall mean and include such date,
period or Project Milestone as may be extended pursuant to this Agreement;

(m) any reference to any period commencing “from” a specified day or date and “till” or
“until” a specified day or date shall include both such days or dates; provided that if the
last day of any period computed under this Agreement is not a business day, then the
period shall run until the end of the next business day;

(n) the words importing singular shall include plural and vice versa;
(o) references to any gender shall include the other and the neutral gender;
(p) “lakh” means a hundred thousand (100,000) and “crore” means ten million
(10,000,000);

(q) “indebtedness” shall be construed so as to include any obligation (whether incurred as


principal or surety) for the payment or repayment of money, whether present or future,
actual or contingent;

(r) references to the “winding-up”, “dissolution”, “insolvency”, or “reorganisation” of a


company or corporation shall be construed so as to include any equivalent or analogous
proceedings under the law of the jurisdiction in which such company or corporation is
incorporated or any jurisdiction in which such company or corporation carries on
business including the seeking of liquidation, winding-up, reorganisation, dissolution,
arrangement, protection or relief of debtors;

(s) save and except as otherwise provided in this Agreement, any reference, at any time, to
any agreement, deed, instrument, licence or document of any description shall be
construed as reference to that agreement, deed, instrument, licence or other document
as amended, varied, supplemented, modified or suspended at the time of such reference;
provided that this Clause shall not operate so as to increase liabilities or obligations of
the Authority hereunder or pursuant hereto in any manner whatsoever;

(t) any agreement, consent, approval, authorisation, notice, communication, information or


report required under or pursuant to this Agreement from or by any Party or the
Page 11 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Authority’s Engineer shall be valid and effective only if it is in writing under the hand of
a duly authorised representative of such Party or the Authority’s Engineer, as the case
may be, in this behalf and not otherwise;

(u) the Schedules and Recitals to this Agreement form an integral part of this Agreement and
will be in full force and effect as though they were expressly set out in the body of this
Agreement;

(v) references to Recitals, Articles, Clauses, Sub-clauses or Schedules in this Agreement shall,
except where the context otherwise requires, mean references to Recitals, Articles,
Clauses, Sub-clauses and Schedules of or to this Agreement, and references to a
Paragraph shall, subject to any contrary indication, be construed as a reference to a
Paragraph of this Agreement or of the Schedule in which such reference appears;

(w) the damages payable by either Party to the other of them, as set forth in this Agreement,
whether on per diem basis or otherwise, are mutually agreed genuine pre-estimated loss
and damage likely to be suffered and incurred by the Party entitled to receive the same
and are not by way of penalty or liquidated damages (the “Damages”); and

(x) time shall be of the essence in the performance of the Parties’ respective obligations. If
any time period specified herein is extended for the reasons specified in the Agreement,
such extended time shall also be of the essence.

(ii) Unless expressly provided otherwise in this Agreement, any Documentation required to be
provided or furnished by the Contractor to the Authority shall be provided free of cost and in
three copies, and if the Authority is required to return any such Documentation with its
comments and/or approval, it shall be entitled to retain two copies thereof.

(iii) The rule of construction, if any, that a contract should be interpreted against the parties
responsible for the drafting and preparation thereof, shall not apply.

(iv) Any word or expression used in this Agreement shall, unless otherwise defined or construed
in this Agreement, bear its ordinary English meaning and, for these purposes, the General
Clauses Act, 1897 shall not apply.

1.3 Measurements and arithmetic conventions


All measurements and calculations shall be in the metric system and calculations done to 2 (two)
decimal places, with the third digit of 5 (five) or above being rounded up and below 5 (five) being
rounded down.

1.4 Priority of agreements and errors/discrepancies

(i) This Agreement, and all other agreements and documents forming part of or referred to in
this Agreement are to be taken as mutually explanatory and, unless otherwise expressly
provided elsewhere in this Agreement, the priority of this Agreement and other documents
and agreements forming part hereof or referred to herein shall, in the event of any conflict
between them, be in the following order:

(a) this Agreement; and


(b) all other agreements and documents forming part hereof or referred to herein; i.e. this
Agreement at (a) above shall prevail over the agreements and documents at (b).

(ii) Subject to the provisions of Clause 1.4 (i), in case of ambiguities or discrepancies within this
Agreement, the following shall apply:

(a) between two or more Clauses of this Agreement, the provisions of a specific Clause
relevant to the issue under consideration shall prevail over those in other Clauses;

(b) between the Clauses of this Agreement and the Schedules, the Clauses shall prevail and
between Schedules and Annexes, the Schedules shall prevail;

Page 12 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(c) between any two Schedules, the Schedule relevant to the issue shall prevail;
(d) between the written description on the Drawings and the Specifications and Standards,
the latter shall prevail;

(e) between the dimension scaled from the Drawing and its specific written dimension, the
latter shall prevail; and

(f) between any value written in numerals and that in words, the latter shall prevail.
1.5 Joint and several liability

(i) If the Contractor has formed a Joint Venture of two or more persons for implementing the
Project:

(a) these persons shall, without prejudice to the provisions of this Agreement or any other
agreement, be deemed to be jointly and severally liable to the Authority for the
performance of the Agreement; and

(b) the Contractor shall ensure that no change in the composition of the Joint Venture is
effected without the prior consent of the Authority.

(ii) Without prejudice to the joint and several liability of all the members of the Joint Venture, the
Lead Member shall represent all the members of the Joint Venture and shall always be liable
and responsible for discharging the functions and obligations of the Contractor. The
Contractor shall ensure that each member of the Joint Venture shall be bound by any decision,
communication, notice, action or inaction of the Lead Member on any matter related to this
Agreement and the Authority shall be entitled to rely upon any such action, decision or
communication of the Lead Member. The Authority shall have the right to release payments
solely to the Lead Member and shall not in any manner be responsible or be held liable for the
inter se allocation of payments among members of the Joint venture.

Page 13 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

PART-II SCOPE OF PROJECT

Page 14 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

Page 15 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 2
SCOPE OF THE PROJECT

2.1 Scope of the Project


Under this Agreement, the scope of the Project (the “Scope of the Project”) shall mean and
include:

(a) construction of the Project Highway on the Site set forth in Schedule- A and as specified in
Schedule-B together with provision of Project Facilities as specified in Schedule-C, and in
conformity with the Specifications and Standards set forth in Schedule-D;

(b) maintenance of the Project Highway in accordance with the provisions of this Agreement and
in conformity with the requirements set forth in Schedule-E; and

(c) performance and fulfilment of all other obligations of the Contractor in accordance with the
provisions of this Agreement and matters incidental thereto or necessary for the performance
of any or all of the obligations of the Contractor under this Agreement.

Page 16 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

Page 17 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 3
OBLIGATIONS OF THE AUTHORITY

3.1 Obligations of the Authority

(i) The Authority shall, at its own cost and expense, undertake, comply with and perform all its
obligations set out in this Agreement or arising hereunder.

(ii) The Authority shall be responsible for the correctness of the Scope of the Project, Project
Facilities, Specifications and Standards and the criteria for testing of the completed Works.

(iii) The Authority shall, upon submission of the Performance Security as per the RFP by the
Contractor, shall provide to the Contractor:

(a) No less than 90% (ninety per cent) of the required Right of Way of the Construction Zone
of total length of the Project Highway within a period of 30 (thirty) days from the date of
this Agreement, which shall be in contiguous stretches of length not less than 5 (five)
kilometre.

(b) approval of the general arrangement drawings (the “GAD”) from railway
authorities to enable the Contractor to construct road over- bridges/
underbridges at level crossings on the Project Highway in accordance with the
Specifications and Standards, and subject to the terms and conditions specified
in such approval, within a period of 60 (sixty) days from the Appointed Date, and
reimbursement of all the costs and expenses paid by the Contractor to the
railway authorities for and in respect of the road overbridges/ under bridges;
and7
(c) all environmental clearances as required under Clause 4.3.8
(iv) Delay in providing the Right of Way or approval of GAD by railway authorities, as the case may
be, in accordance with the provisions of Clause 3.1 (iii) shall entitle the Contractor to Damages
in a sum calculated in accordance with the provisions of Clause 8.3 of this Agreement and
Time Extension in accordance with the provisions of Clause 10.5 of this Agreement. For the
avoidance of doubt, the Parties agree that the Damages for delay in approval of GAD by the
railway authorities for a particular road over-bridge/ under-bridge shall be deemed to be
equal to the Damages payable under the provisions of Clause 8.3 for delay in providing Right
of Way for a length of 2 (two) kilometre for each such road over-bridge/ under-bridge.

(v) Notwithstanding anything to the contrary contained in this Agreement, the Parties expressly
agree that the aggregate Damages payable under Clauses 3.1 (iv), 8.3 and 9.5 shall not exceed
1% (one per cent) of the Contract Price. For the avoidance of doubt, the Damages payable by
the Authority under the aforesaid Clauses shall not be additive if they arise concurrently from
more than one cause but relate to the same part of the Project Highway.
Both the parties agree that payment of such Damages shall be full and final settlement of all
claims of the Contractor and such compensation shall be the sole remedy against delays of the
Authority and both parties further agree that the payment of Damages shall be the final cure
for the Contractor against delays of the Authority, without recourse to any other payments.

(vi) The Authority agrees to provide support to the Contractor and undertakes to observe, comply
with and perform, subject to and in accordance with the provisions of this Agreement and the
Applicable Laws, the following:

(a) upon written request from the Contractor, and subject to the Contractor complying with
Applicable Laws, provide reasonable support to the Contractor in procuring Applicable
Permits required from any Government Instrumentality for implementation of the
Project;

(b) upon written request from the Contractor, provide reasonable assistance to the
Page 18 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Contractor in obtaining access to all necessary infrastructure facilities and utilities,
including water and electricity at rates and on terms no less favourable than those
generally available to commercial customers receiving substantially equivalent services;

(c) procure that no barriers that would have a material adverse effect on the works are
erected or placed on or about the Project Highway by any Government Instrumentality
or persons claiming through or under it, except for reasons of Emergency, national
security, law and order or collection of inter-state taxes;

(d) not do or omit to do any act, deed or thing which may in any manner violate any
provisions of this Agreement;

(e) support, cooperate with and facilitate the Contractor in the implementation of the
Project in accordance with the provisions of this Agreement; and

(f) upon written request from the Contractor and subject to the provisions of Clause 4.3,
provide reasonable assistance to the Contractor and any expatriate personnel of the
Contractor or its Sub-contractors to obtain the applicable visas and the requisite work
permits for the purposes of discharge by the Contractor or its Sub-contractors of their
obligations under this Agreement and the agreements with the Sub-contractors.

3.2 Maintenance obligations prior to the Appointed Date


The Authority shall, prior to the Appointed Date, maintain the Project Highway, at its own cost and
expense, so that its traffic worthiness and safety are at no time materially inferior as compared to
its condition 10 (ten) days prior to the last date for submission of the Bid, and in the event of any
material deterioration or damage other than normal wear and tear, undertake repair thereof. For
the avoidance of doubt, the Authority shall undertake only routine maintenance prior to the
Appointed Date, and it shall undertake special repairs only in the event of excessive deterioration
or damage caused due to unforeseen events such as floods or earthquake.

3.3 Environmental Clearances


The Authority represents and warrants that the environmental clearance is not required for
construction of the Project. For the avoidance of doubt, the present status of environmental
clearances is specified in Schedule-A.

3.4 Deemed Termination upon delay.


Without prejudice to the provisions of Clauses 8.3, and subject to the provisions of Clause 7.3, the
Parties expressly agree that in the event the Appointed Date does not occur, for any reason
whatsoever, within 90 days of signing of the Agreement and submission of the full Performance
Security by the Contractor, the Agreement shall be deemed to have been terminated. The Authority
shall pay damages to the Contractor equivalent to 1% of the Contract Price (3% in case of
standalone bridge projects). All other rights, privileges, claims and entitlements of the Contractor
under or arising out of this Agreement shall be deemed to have been waived by, and to have ceased.
The Contractor shall hand over all information in relation to the Highway, including but not limited
to any data, designs, drawings, structures, information, plans, etc. prepared by them for the
Highway, to the Authority.

Page 19 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

Page 20 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 4
OBLIGATIONS OF THE CONTRACTOR

4.1 Obligations of the Contractor

(i) Subject to and on the terms and conditions of this Agreement, the Contractor shall undertake
the survey, investigation, design, engineering, procurement, construction, and maintenance
of the Project Highway and observe, fulfil, comply with and perform all its obligations set
out in this Agreement or arising hereunder.

(ii) The Contractor shall comply with all Applicable Laws and Applicable Permits (including
renewals as required) in the performance of its obligations under this Agreement.

(iii) Subject to the provisions of Clauses 4.1 (i) and 4.1 (ii), the Contractor shall discharge its
obligations in accordance with Good Industry Practice and as a reasonable and prudent
person.

(iv) The Contractor shall remedy any and all loss, defects, or damage to the Project Highway
from the Appointed Date until the end of the Construction Period at the Contractor’s cost,
save and except to the extent that any such loss, defect, or damage shall have arisen from
any wilful default or neglect of the Authority.

(v) The Contractor shall remedy any and all loss, defect or damage to the Project Highway
during the Defects Liability Period at the Contractor’s cost to the extent that such loss, defect
or damage shall have arisen out of the reasons specified in Clause 17.3.

(vi) The Contractor shall remedy any and all loss or damage to the Project Highway during the
Maintenance Period at the Contractor’s cost, including those stated in Clause 14.1 (ii), save
and except to the extent that any such loss or damage shall have arisen on account of any
wilful default or neglect of the Authority or on account of a Force Majeure Event.

(vii) The Contractor shall, at its own cost and expense, in addition to and not in derogation of its
obligations elsewhere set out in this Agreement:

(a) make, or cause to be made, necessary applications to the relevant Government


Instrumentalities with such particulars and details as may be required for obtaining
Applicable Permits set forth in Schedule-F and obtain and keep in force and effect such
Applicable Permits in conformity with the Applicable Laws;

(b) procure, as required, the appropriate proprietary rights, licences, agreements and
permissions for Materials, methods, processes and systems used or incorporated into
the Project Highway;

(c) make reasonable efforts to maintain harmony and good industrial relations among the
personnel employed byit or its Sub-contractors in connection with the performance of
its obligations under this Agreement;

(d) ensure and procure that its Sub-contractors comply with all Applicable Permits and
Applicable Laws in the performance by them of any of the Contractor’s obligations
under this Agreement;

(e) not do or omit to do any act, deed or thing which may in any manner violate any
provisions of this Agreement;

(f) support, cooperate with and facilitate the Authority in the implementation and
operation of the Project in accordance with the provisions of this Agreement;

(g) ensure that the Contractor and its Sub-contractors comply with the safety and welfare
measures for labour in accordance with the Applicable Laws and Good Industry
Practice;

(h) keep, on Site, a copy of this Agreement, publications named in this Agreement, the
Page 21 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Drawings, Documents relating to the Project, and Change of Scope orders and other
communications given under this Agreement. The Authority’s Engineer and its
authorised personnel shall have the right of access to all these documents at all
reasonable times;

(i) cooperate with other contractors employed by the Authority and personnel of any
public authority; and

(j) not interfere unnecessarily or improperly with the convenience of the public, or the
access to and use and occupation of all roads and footpaths, irrespective of whether
they are public or in the possession of the Authority or of others.

(viii) The Contractor shall undertake all necessary superintendence to plan, arrange, direct,
manage, inspect and test the Works. The Contractor shall provide all necessary
superintendence of the Works for the proper fulfilling of the Contractor's obligations under
the Agreement. Such superintendence shall be given by competent person having adequate
knowledge of the operations to be carried out (including the methods and techniques
required, the hazards likely to be encountered and methods of preventing accidents) for the
satisfactory and safe execution of the Works.

(ix) The Contractor shall obtain and maintain a project related bank account operational at site
where all transactions related to the payment of work will be done. The Contractor shall
submit a monthly account statement and a detailed report on utilization of funds transferred
to this project related bank account to Authority’s Engineer. Notwithstanding anything
contrary to this agreement, the authority, in the interest and to ensure timely completion of
the work, reserves the right to audit such bank accounts to ensure that there is no diversion
of funds from this project specific account to any other project being implemented by the
Contractor.

(x) The Contractor shall provide the documents of the Contractor specified in the Agreement,
and all Contractors' personnel; Goods, consumables and other things and services, whether
of a temporary or permanent nature, required in and for the execution, completion of Works
and remedying defects.

(xi) The Contractor shall perform the Works in conformity with the Project requirements and
other requirements and standards prescribed under or pursuant to the Agreement.

(xii) The Contractor shall carry out such work incidental and contingent to the original Scope of
the Project to comply with Good Industry Practices.

(xiii) The Contractor shall maintain required staff and necessary Contractor’s equipment and
materials within the reach of the Site during the Defects Liability Period so that any defects
arising are promptly attended.

4.2 Obligations relating to sub-contracts and any other agreements

(i) The Contractor, whether Joint Venture or sole, shall not sub-contract any Works in more than
49% (forty nine per cent) of the Contract Price and shall carry out Works directly under its
own supervision and through its own personnel and equipment in at least 51% (fifty one
per cent) of the Contract Price. Further, in case the Contractor is a Joint Venture, then the
Lead Member shall carry out Works directly through its own resources (men, material and
machines etc.) in at least 51% (fifty one per cent) of total length of the Project Highway.
Provided, however, that in respect of the Works carried out directly by the Contractor, it may
enter into contracts for the supply and installation of Materials, Plant, equipment, road
furniture, safety devices and labour, as the case may be, for such Works. For the avoidance of
doubt, the Parties agree that the Contractor may sub-divide the aforesaid length of 51% (fifty
one per cent) in no more than 5 (five) sections of the Project Highway. The Parties further
agree that all obligations and liabilities under this Agreement for the entire project Highway
shall at all times remain with the Contractor.

Page 22 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

(ii) In the event any sub-contract for Works, or the aggregate of such sub-contracts with any Sub-
contractor, exceeds 5% (five percent) of the Contract Price, the Contractor shall communicate
the name and particulars, including the relevant experience of the Sub-contractor, to the
Authority prior to entering into any such sub-contract. The Authority shall examine the
particulars of the Sub- contractor from the national security and public interest perspective
and may require the Contractor, no later than 15 (fifteen) business days from the date of
receiving the communication from the Contractor, not to proceed with the sub-contract, and
the Contractor shall comply therewith.

(iii) In the event any sub-contract referred to in Clause 4.2 (ii) relates to a Sub- contractor who
has, over the preceding 3 (three) years, not undertaken at least one work of a similar nature
with a contract value exceeding 40% (forty per cent) of the value of the sub-contract to be
awarded hereunder, and received payments in respect thereof for an amount equal to at least
such 40% (forty per cent), the Authority may, no later than 15 (fifteen) business days from
the date of receiving the communication from the Contractor, require the Contractor not to
proceed with such sub-contract, and the Contractor shall comply therewith without delay or
demur.

(iv) It is expressly agreed that the Contractor shall, at all times, be responsible and liable for all its
obligations under this Agreement notwithstanding anything contained in the agreements
with its Sub-contractors or any other agreement that may be entered into by the Contractor,
and no default under any such agreement shall excuse the Contractor from its obligations or
liability under this Agreement. However, in case of non-compliance of the Contractor towards
his obligations for payments to the approved Sub-contractor(s), which is likely to affect the
progress of works, the authority reserves the right to intervene and direct the Contractor to
release such outstanding payments to approved Sub-contractor(s) out of the payments due
for the completed Works in the interest of work.

4.3 Employment of foreign nationals


The Contractor acknowledges, agrees and undertakes that employment of foreign personnel by the
Contractor and/or its Sub-contractors and their sub- contractors shall be subject to grant of
requisite regulatory permits and approvals including employment/ residential visas and work
permits, if any required, and the obligation to apply for and obtain the same shall always rest with
the Contractor. Notwithstanding anything to the contrary contained in this Agreement, refusal of
or inability to obtain any such permits and approvals by the Contractor or any of its Sub-
contractors or their sub-contractors shall not constitute a Force Majeure Event, and shall not in
any manner excuse the Contractor from the performance and discharge it of its obligations and
liabilities under this Agreement, and the Contractor’s liabilities hereunder shall remain unaffected
by such failure, refusal or inability.

4.4 Contractor’s personnel

(i) The Contractor shall ensure that the personnel engaged by it or by its Sub- contractors in the
performance of its obligations under this Agreement are at all times appropriately and
adequately qualified, skilled and experienced in their respective functions in conformity with
Good Industry Practice. The Contractor will try to hire at least 10% (ten percent) trained
workmen as per the National Skills Qualifications Framework. If necessary, the requisite
workmen may be got trained by the Contractor at his cost through authorized training centres
of the Directorate General of Training (DGT). The Contractor will organize training at project
site/ sites for the trainees as and when required as per the training schedule finalized in
consultation with the training centres. The trainees shall be paid stipend by the Contractor
(subject to a maximum of Rs. 15,000/- per person) on the basis of minimum wages to
compensate for loss of income during the training period.

(ii) The Authority’s Engineer may, for reasons to be specified in writing, direct the Contractor to

Page 23 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
remove any member of the Contractor’s or Sub-contractor’s personnel. Provided that any
such direction issued by the Authority’s Engineer shall specify the reasons for the removal of
such person.

(iii) The Contractor shall on receiving such a direction from the Authority’s Engineer order for the
removal of such person or persons with immediate effect. It shall be the duty of the Contractor
to ensure that such persons are evicted from the Site within 10 (ten) days of any such
direction being issued in pursuance of Clause 4.4 (ii). The Contractor shall further ensure that
such persons have no further connection with the Works or Maintenance under this
Agreement. The Contractor shall then appoint (or cause to be appointed) a replacement.

4.5 Advertisement on Project Highway


The Project Highway or any part thereof shall not be used in any manner to advertise any
commercial product or services.

4.6 Contractor's care of the Works


The Contractor shall bear full risk in, and take full responsibility for, the care of the Works, and of
the Materials, goods and equipment for incorporation therein, from the Appointed Date until the
date of Completion Certificate, save and except to the extent that any such loss or damage shall
have arisen from any wilful default or gross neglect of the Authority.

4.7 Electricity, water and other services


The Contractor shall be responsible for procuring of all utilities as may be required, including
without limitation, adequate power, water and other services.

4.8 Unforeseeable difficulties


Except as otherwise stated in the Agreement:

(a) the Contractor accepts complete responsibility for having foreseen all difficulties and costs of
successfully completing the Works;

(b) the Contract Price shall not be adjusted to take account of any unforeseen difficulties or costs;
and

(c) the Scheduled Completion Date shall not be adjusted to take account of any unforeseen
difficulties or costs.

4.9 Co-ordination of the Works

(i) The Contractor acknowledges that in addition to the Agreement, it is also aware of terms of
the other Project contracts and other agreements the Authority has negotiated and entered
into for performance of its obligations under the Agreement ( copies of other contracts and
other agreements are made available to the Contractor from time to time) and that the
Contractor is fully aware of the consequences to the Authority which would or are likely to
result from a breach by the Contractor of its obligations under the Agreement. In the event
the actions of the Contractor result in the breach by the Authority of any or all of the other
Project contracts and such breach imposes any liability on the Authority, the Contractor shall:
(a) undertake all steps as may be possible to mitigate or neutralize the liability that has arisen,
and (b) indemnify the Authority against any such liability and compensate the Authority to
that extent.

(ii) The Contractor shall be responsible for the co-ordination and proper provision of the Works,
including co-ordination of other Contractors or Sub-contractors for the Project. The
Contractor shall co-operate with the Authority in the co- ordination of the Works with the
works under the other Project contracts. The Contractor shall provide all reasonable support
for carrying out their work to:

(a) any other contractors employed by the Authority;

Page 24 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(b) the workmen of the Authority;
(c) the workmen of any Governmental Instrumentality who may be employed in the
execution of work on or near the Site; and

(d) such other persons as is required in the opinion of the Authority for successful
completion of the Project.

4.10 Environmental Measures


(i) The Contractor agrees to conduct its activities in connection with the Agreement in such a
manner so as to comply with the environmental requirements which includes, inter alia, all
the conditions required to be satisfied under the environmental clearances and applicable
law, and assumes full responsibility for measures which are required to be taken to ensure
such compliance.

4.11 Site Data

(i) The Contractor shall be deemed to have inspected and examined the Site and its surroundings
and to have satisfied himself before entering into the Agreement in all material respects
including but not limited to:

(a) the form and nature of the Site (including, inter-alia, the surface and sub- surface
conditions and geo-technical factors);

(b) the hydrological and climatic conditions;


(c) the extent and nature of the works already completed and Materials necessary for the
execution and completion of the Works and the remedying of any defects that includes
already executed part also.

(d) the suitability and the adequacy of the Site for the execution of the Works;
(e) the means of access to the Site and the accommodation the Contractor may require;
(f) arranging permits as required as per [.] of the Agreement.
(g) the requirements of operation and maintenance; and
(h) all other factors and circumstances affecting the Contractor's rights and obligations
under the Agreement, the Contract Price and Time for Completion.

4.12 Sufficiency of Contract Price


The Contractor shall have satisfied itself as to the correctness and sufficiency of the Contract Price.
The Contract Price shall cover all its obligations under the Agreement, in addition to all risks the
Contractor has agreed to undertake under the Agreement, including those associated with the
performance of its obligations under the Agreement and all things necessary for the provision of
the Works in a manner satisfactory to the Authority and in accordance with this Agreement.

4.13 Clearance of the Site


During the provision of the Works, and as a pre-condition to the issue of the Taking-Over
Certificate, the Contractor shall clear away and remove from the Site, all Contractor's equipment,
surplus material, wreckage, rubbish and temporary Works, and shall keep the Site free from all
unnecessary obstructions, and shall not store or dispose of any Contractor's equipment or surplus
materials on the Site. The Contractor shall promptly clear away and remove from the Site any
wreckage, rubbish or temporary Works no longer required and leave the Site and the Works in a
clean and safe condition to the sole satisfaction of the Authority.

4.14 Obligations relating to Local Content


The Contractor [Class-I Local Supplier/ Class-II Local Supplier/ Non-Local Supplier] undertakes to
ensure minimum local content in the project Highway of at least [50% / 20%] duly complying with

Page 25 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
provisions of Department for the promotion of the industry and Internal Trade, Ministry of
Commerce and Industry, Government of India order No. P-45021/2/2017-PP (BE-II) dated
September 16, 2020, as amended or modified till bid due date and the provisions under Rule
144(xi) of GFR, 2017.

Page 26 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 5
REPRESENTATIONS AND WARRANTIES

5.1 Representations and warranties of the Contractor

(i) The Contractor represents and warrants to the Authority that:


(a) it is duly organised and validly existing under the laws of India, and has full power and
authority to execute and perform its obligations under this Agreement and to carry out
the transactions contemplated hereby;

(b) it has taken all necessary corporate and/or other actions under Applicable Laws to
authorise the execution and delivery of this Agreement and to validly exercise its rights
and perform its obligations under this Agreement;

(c) this Agreement constitutes its legal, valid and binding obligation, enforceable against it
in accordance with the terms hereof, and its obligations under this Agreement will be
legally valid, binding and enforceable against it in accordance with the terms hereof;

(d) it is subject to the laws of India, and hereby expressly and irrevocably waives any
immunity in any jurisdiction in respect of this Agreement or matters arising thereunder
including any obligation, liability or responsibility hereunder;

(e) the information furnished in the Bid, Request for Qualification and Request for Proposals
or otherwise and as updated on or before the date of this Agreement is true and accurate
in all respects as on the date of this Agreement;

(f) the execution, delivery and performance of this Agreement will not conflict with, or
result in the breach of, or constitute a default under, or accelerate performance required
by any of the terms of its memorandum and articles of association or any Applicable
Laws or any covenant, contract, agreement, arrangement, understanding, decree or
order to which it is a party or by which it or any of its properties or assets is bound or
affected;

(g) there are no actions, suits, proceedings, or investigations pending or, to its knowledge,
threatened against it at law or in equity before any court or before any other judicial,
quasi-judicial or other authority, the outcome of which may result in the breach of this
Agreement or which individually or in the aggregate may result in any material
impairment of its ability to perform any of its obligations under this Agreement;

(h) it has no knowledge of any violation or default with respect to any order, writ, injunction
or decree of any court or any legally binding order of any Government Instrumentality
which may result in any material adverse effect on its ability to perform its obligations
under this Agreement and no fact or circumstance exists which may give rise to such
proceedings that would adversely affect the performance ofits obligations under this
Agreement;

(i) it has complied with Applicable Laws in all material respects and has not been subject to
any fines, penalties, injunctive relief or any other civil or criminal liabilities which in the
aggregate have or may have a material adverse effect on its ability to perform its
obligations under this Agreement;

(j) no representation or warranty by it contained herein or in any other document furnished


by it to the Authority or to any Government Instrumentality in relation to Applicable
Permits contains or will contain any untrue or misleading statement of material fact or
omits or will omit to state a material fact necessary to make such representation or
warranty not misleading;

(k) no sums, in cash or kind, have been paid or will be paid, by it or onits behalf, to any person
by way of fees, commission or otherwise for securing the contract or entering into this

Page 27 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Agreement or for influencing or attempting to influence any officer or employee of the
Authority in connection therewith;

(l) nothing contained in this Agreement shall create any contractual relationship or
obligation between the Authority and any Sub- contractors, designers, consultants or
agents of the Contractor;

(m) it is adequately financed has the requisite knowledge, expertise, technical know-how,
experience, resources, infrastructure, licenses, patents, copy rights, for designing,
supplying/ procuring the goods and materials, and for providing the installation and
construction services required for completing the construction of the Project Facilities;
and

(ii) it represents the Authority that:


(a) it owns or has the right to use all “Intellectual Property” necessary to perform the
contractual obligations and to carry on the Works without conflict with the right of
others;

(b) All intellectual property rights necessary to perform the contractual obligations and to
carry on the Works are in full force and effect and are vested in, and beneficially owned
by the Contractor, and are free from encumbrances.

(c) None of the intellectual property rights is being used, claimed, or posed or attacked by
any other person, nor does the use of such intellectual property rights or any part of them
infringe the intellectual property rights owned or enjoyed by any third party.

(d) None of the intellectual property rights owned or used by the Contractor is the subject
of any claim, opposition, attack, assertion or other arrangement of whatsoever nature
which does or may impinge upon their use, validity, enforceability or ownership by the
Parties, and there are no grounds or other circumstances which may give rise to the
same.

(e) No licenses or registered user or other rights have been granted or agreed to be granted
to any third party in respect of such intellectual property rights.

(f) No act has been done or has been omitted to be done to entitle any authority or person
to cancel, forfeit or modify any intellectual property rights.

(g) The Contractor shall notify the Authority of any adverse use of the intellectual property
rights or confusingly or deceptively similar to the intellectual property rights.

(h) The Contractor shall recognize the Authority’s ownership and title to the intellectual
property rights and shall not at any time, either directly or indirectly, put to issue the
validity or ownership of the intellectual property rights and it will not do any act or thing,
either directly or indirectly, which in anyway impairs the validity and ownership of the
intellectual property rights.

(i) The Contractor shall, promptly execute, acknowledge and deliver all documents which
are requested by Authority to record with appropriate governmental agencies and
authorities the fact that the Authority has the right to the use of the said intellectual
property rights.

(j) The Contractor shall not, for any reason, object to, or interfere in any way with the
ownership, registration or use of the intellectual property rights by the Authority (or its
licensee or assigns) for any purpose whatsoever.

(iii) The Contractor is fully aware that the Agreement is inter linked with the other Project
contracts and the non-performance or deficient performance or default by the Contractor
and/or any of the Contractor’s personnel or Subcontractors under one among the said
contracts will have bearing on the other contracts and the evaluation of the Contractor’s

Page 28 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
performance under the Agreement and the Project itself.

(iv) If at any time during the Defects Liability Period any item of the Works or Project Facilities or
any part thereof, do not conform to the Authority requirements and Specifications and
Standards, on being so notified by the Authority, the Contractor shall promptly
rectify/remedy such nonconformity to the satisfaction of the Authority solely at the
Contractor's expense; failing which the Authority may reject or revoke Taking-Over
Certificate, and the Authority may proceed to correct the Contractor's nonconforming Work
by the most expeditious means available, the costs of which shall be to the Contractor's
account; or the Authority may retain the non-conforming Work and an equitable adjustment
reducing the total Contract Price to reflect the diminished value of such non-conforming Work
will be made by written amendment.

(v) In addition to the other warranties, the Contractor represents and warrants as follows:
(a) The Contractor has (or, if the technology does not currently exist, will have granted at
the time of passing to The Employer) in and to the technology used in the equipment,
materials, goods, Works, Contractor's documents, Drawings and Manuals
(“Technology") -
i. all right, title and interest free of any lien, claim or restriction; and
ii. right to grant to the Authority the right to use the Technology for the purpose of this
contract, free of any lien, claim or restriction and on the terms of license as required.

(b) The Contractor has granted (or, if the technology does not currently exist, will grant at
the time of passing to the Authority the property and title in and to the equipment,
materials, goods, Works, spares, Contractor's documents, Drawings and Manuals in
which it is used) to the Authority the right to use the Technology, free of any lien, claim
or restriction.

(vi) In addition to the other Warranties, the Contractor represents and warrants as follows:
(a) No Technology contains any worm (i.e., a program that travels from one computer to
another computer but does not attach itself to the operating system of the computer it
enters), virus (i.e., a program that travels from one computer to another computer that
attaches itself to the operating system it enters) or self-destruct capability.

(b) The Technology will not abnormally end or provide invalid or incorrect results as a result
of date-dependent data.

(c) The Technology can accurately recognize, manage, accommodate, and manipulate date-
dependent data, including single and multi-century formulas and leap years.

(vii) No criminal proceedings instituted against any of the employees or Directors of the
Contractor.

(viii) Till date the services of the Contractor has not been terminated by any person for any breach
or non-performance or negligence by the Contractor.

5.2 Representations and warranties of the Authority


The Authority represents and warrants to the Contractor that:

(a) it has full power and authority to execute, deliver and perform its obligations under this
Agreement and to carry out the transactions contemplated herein and that it has taken all
actions necessary to execute this Agreement, exercise its rights and perform its obligations,
under this Agreement;

(b) it has taken all necessary actions under the Applicable Laws to authorise the execution,
delivery and performance of this Agreement;

(c) it has the financial standing and capacity to perform its obligations under this Agreement;
Page 29 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(d) this Agreement constitutes a legal, valid and binding obligation enforceable against it in
accordance with the terms hereof;

(e) it has no knowledge of any violation or default with respect to any order, writ, injunction or
any decree of any court or any legally binding order of any Government Instrumentality which
may result in any material adverse effect on the Authority’s ability to perform its obligations
under this Agreement;

(f) it has complied with Applicable Laws in all material respects;


(g) it has good and valid right to the Site and has the power and authority to grant the Right of
Way in respect thereof to the Contractor; and

(h) it has procured Right of Way and environment clearances such that the Contractor can
commence construction forthwith on 90% (ninety per cent) of the total length of the Project
Highway.

5.3 Disclosure
In the event that any occurrence or circumstance comes to the attention of either Party that
renders any of its aforesaid representations or warranties untrue or incorrect, such Party shall
immediately notify the other Party of the same. Such notification shall not have the effect of
remedying any breach of the representation or warranty that has been found to be untrue or
incorrect nor shall it adversely affect or waive any obligation of either Party under this Agreement.

Page 30 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 6
DISCLAIMER
6.1 Disclaimer

(i) The Contractor acknowledges that prior to the execution of this Agreement, the Contractor
has, after a complete and careful examination, made an independent evaluation of the Request
for Proposal, Scope of the Project, Specifications and Standards of design, construction and
maintenance, Site, local conditions, physical qualities of ground, subsoil and geology, traffic
volumes, suitability and availability of access routes to the Site and all information provided
by the Authority or obtained, procured or gathered otherwise, and has determined to its
satisfaction the accuracy or otherwise thereof and the nature and extent of difficulties, risks
and hazards as are likely to arise or may be faced by it in the course of performance of its
obligations hereunder. Save as provided in Clause 3.1 and Clause 5.2, the Authority makes no
representation whatsoever, express, implicit or otherwise, regarding the accuracy, adequacy,
correctness, reliability and/or completeness of any assessment, assumptions, statement or
information provided by it and the Contractor confirms that it shall have no claim whatsoever
against the Authority in this regard.

(ii) The Contractor acknowledges and hereby accepts to have satisfied itself as to the correctness
and sufficiency of the Contract Price.

(iii) The Contractor acknowledges and hereby accepts the risk of inadequacy, mistake or error in
or relating to any of the matters set forth in Clause 6.1 (i) above and hereby acknowledges
and agrees that the Authority shall not be liable for the same in any manner whatsoever to the
Contractor, or any person claiming through or under any of them, and shall not lead to any
adjustment of Contract Price or Scheduled Completion Date.

(iv) The Parties agree that any mistake or error in or relating to any of the matters set forth in
Clause 6.1 (i) above shall not vitiate this Agreement, or render it voidable.

(v) In the event that either Party becomes aware of any mistake or error relating to any of the
matters set forth in Clause 6.1 (i) above, that Party shall immediately notify the other Party,
specifying the mistake or error.

(vi) Except as otherwise provided in this Agreement, all risks relating to the Project shall be borne
by the Contractor; and the Authority shall not be liable in any manner for such risks or the
consequences thereof.

Page 31 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

PART-III CONSTRUCTION AND


MAINTENANCE

Page 32 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

Page 33 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 7
PERFORMANCE SECURITY

7.1 Performance Security

(i) (A) Within 30 (thirty) days of receipt of Letter of Acceptance, the selected Bidder shall furnish
to the Authority in the form of Insurance Surety Bond in the form set forth in Annex III of
Schedule -G, Account Payee Demand Draft, Banker’s Cheque or irrevocable and unconditional
e – Bank Guarantee from a Bank in the form set forth in Annex-I of Schedule-G (the
“Performance Security”) for an amount equal to 3% (three percent) of its Bid Price. In case of
bids mentioned below, the Selected Bidder, along with the Performance Security, shall also
furnish to the Authority in the form of Insurance Surety Bond (in the same form given at Annex
III of Schedule –G), Account Payee Demand Draft, Banker’s Cheque or irrevocable and
unconditional e – Bank Guarantee from a Bank in the same form given at Annex-I Schedule-G
towards an Additional Performance Security (the "Additional Performance Security") for an
amount calculated as under:
(a) lf the Bid price offered by the selected bidder is lower than 20% of the estimated project
cost/cost put to tender, the additional performance security shall be calculated @ 20% of the
difference in the (i) Estimated Project Cost (as mentioned in RFP)-20% of the Estimated
Project Cost and (ii) the Bid Price offered by the selected Bidder.
(b) Maximum limit of additional performance security shall be limited to 3% of the Bid price
offered by the selected bidder.
(c ) The Additional Performance Security shall be treated as part of the Performance Security.
(d). Additional performance security shall be taken only after approval of the Secretary,
Ministry of Road Transport & Highways, mentioning specific reasons justifying the
requirement of additional performance security alongwith track record of the bidder.
(B) The Performance Security shall be valid until 60(sixty) days after the Defects Liability
Period. The Additional Performance Security shall be valid until 28 (Twenty eight)days after
project completion date.

(ii) The Selected Bidder has the option to provide 50% of the Performance Security and 50% of
the Additional Performance Security, if any, within 30 (thirty) days of receipt of Letter of
Acceptance, in any case before signing of the Contract Agreement and the remaining
Performance Security and Additional Performance Security, if any, shall be submitted within
30 days of signing of this agreement.

(iii) In the event the Selected Bidder fails to provide the remaining Performance Security and
Additional Performance Security, if any, as prescribed herein, it may seek extension of time
for a further period upto 60 days by paying the Damages upfront along with the request letter
seeking the extension. The Damages shall be the sum calculated at the rate of 0.01% (zero
point zero one per cent) of the Bid Price offered by the Selected Bidder for each day until the
Performance Security and Additional Performance Security, if any, is provided in full as
prescribed herein. The damages at full rate as given above shall be applicable even if a part of
the Performance Security and the Additional Performance Security is provided.

(iv) For avoidance of any doubt, in case of failure of submission of Performance Security and
Additional Performance Security, if any, within the additional 60 days’ time period, the award
shall be deemed to be cancelled/ withdrawn and the Bid Security shall be encashed and the
proceeds thereof appropriated by the Authority. Thereupon all rights, privileges, claims and
entitlements of the Contractor under or arising out of the Award shall be deemed to have been
waived by, and to have ceased with the concurrence of the Contractor, and the Award shall be
deemed to have been withdrawn by the Authority

7.2 Extension of Performance Security and Additional Performance Security

Page 34 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
The Contractor may initially provide the Performance Security for a period of 2 (two) years;
provided that it shall procure the extension of the validity of the Performance Security, as
necessary, at least 2 (two) months prior to the date of expiry thereof. Upon the Contractor
providing an extended Performance Security, the previous Performance Security shall be deemed
to be released and the Authority shall return the same to the Contractor within a period of 7 (seven)
business days from the date of submission of the extended Performance Security.

7.3 Appropriation of Performance Security


(i) Upon occurrence of a Contractor’s Default, the Authority shall, without prejudice to its other
rights and remedies hereunder or in law, be entitled to encash and appropriate the relevant
amounts from the Performance Security as Damages for such Contractor’s Default.
(ii) Upon such encashment and appropriation from the Performance Security, the Contractor
shall, within 30 (thirty) days thereof, replenish, in case of partial appropriation, to its original
level the Performance Security, and in case of appropriation of the entire Performance
Security provide a fresh Performance Security, as the case may be, and the Contractor shall,
within the time so granted, replenish or furnish fresh Performance Security as aforesaid
failing which the Authority shall be entitled to terminate the Agreement in accordance with
Article 23. Upon replenishment or furnishing of a fresh Performance Security, as the case may
be, as aforesaid, the Contractor shall be entitled to an additional Cure Period of 30 (thirty)
days for remedying the Contractor’s Default, and in the event of the Contractor not curing its
default within such Cure Period, the Authority shall be entitled to encash and appropriate
such Performance Security as Damages, and to terminate this Agreement in accordance with
Article 23.
7.4 Release of Performance Security
(i) The Authority shall return the Performance Security to the Contractor within 60 (sixty) days
of the expiry of the Maintenance Period or the Defects Liability Period, whichever is later,
under this Agreement. Notwithstanding the aforesaid, the Parties agree that the Authority
shall not be obliged to release the Performance Security until all Defects identified during the
Defects Liability Period have been rectified.
(ii) The Authority shall return the Additional Performance Security to the Contractor within 28
(twenty eight) days from the date of issue of Completion Certificate under Article 12 of this
Agreement.
(iii) The Authority shall be liable to pay interest @ 9% (nine per cent) per annum for any delay in
the return of Performance Security and Additional Performance Security, if any, beyond the
period prescribed above for the period of delay.
7.5 Retention Money1
(i) From every payment for Works due to the Contractor in accordance with the provisions of
Clause 19.5, the Authority shall deduct 6% (six per cent) thereof as guarantee money for
performance of the obligations of the Contractor during the Construction Period (the
“Retention Money”) subject to the condition that the maximum amount of Retention Money
shall not exceed 5% (five per cent) of the Contract Price
(ii) Upon occurrence of a Contractor’s Default, the Authority shall, without prejudice to its other
rights and remedies hereunder or in law, be entitled to appropriate the relevant amounts from
the Retention Money as Damages for such Contractor’s Default.
(iii) Within 15 (fifteen) days of the date of issue of the Completion Certificate, the Authority shall
refund the balance of Retention Money remaining with the Authority after adjusting the
amounts appropriated under the provisions of Clause 7.5 (ii).

1 The Authority may, in its discretion, omit Clause 7.5 and in lieu thereof increase the Performance
Security under Clause 7.1 from 7.5% (seven point five per cent) to 10% (ten per cent).

Page 35 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(iv) The Parties agree that in the event of Termination of this Agreement, the Retention Money
specified in this Clause 7.5 shall be treated as if they are Performance Security and shall be
reckoned as such for the purposes of Termination Payment under Clause 23.6

Page 36 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 8
RIGHT OF WAY

8.1 The Site


The site of the Project Highway (the “Site”) shall comprise the site described in Schedule-A in
respect of which the Right of Way shall be provided by the Authority to the Contractor. The
Authority shall be responsible for:

(a) acquiring and providing Right of Way on the Site in accordance with the alignment finalised
by the Authority, free from all encroachments and encumbrances, and free access thereto for
the execution of this Agreement; and

(b) obtaining licences and permits for environment clearance for the Project Highway.-
Environment Clearance is not required for this project.

8.2 Procurement of the Site

(i) The Authority Representative, the Contractor and Authority’s Engineer shall, within 10 (ten)
days of the date of this Agreement, inspect the Site and prepare a detailed memorandum
containing an inventory of the Site including the vacant and unencumbered land, buildings,
structures, road works, trees and any other immovable property on or attached to the Site
(hereinafter referred to as the “Handover Memorandum”). Subject to the provisions of
Clause 8.2 (iii), the Handover Memorandum shall have appended thereto an appendix (the
“Appendix”) specifying in reasonable detail those parts of the Site to which vacant access and
Right of Way has not been given to the Contractor along with details of hindrances in the
Construction Zone. For sake of clarity the Handover Memorandum shall clearly specify the
parts of Site where work can be executed. Signing of the Handover Memorandum, in three
counterparts (each of which shall constitute an original), by the authorized representatives of
the Authority, Contractor and Authority’s Engineer shall be deemed to constitute a valid
evidence of giving the Right of Way to the Contractor for discharging its obligations under and
in accordance with the provisions of this Agreement and for no other purpose whatsoever.

(ii) Whenever the Authority is ready to hand over any part or parts of the Site included in the
Appendix, it shall inform the Contractor, by notice, of the proposed date and time such of hand
over. The Authority Representative and the Contractor shall, on the date so notified, inspect
the specified parts of the Site, and prepare a memorandum containing an inventory of the
vacant and unencumbered land, buildings, structures, road works, trees and any other
immovable property on or attached to the Site so handed over. The signing of the
memorandum, in three (3) counterparts (each of which shall constitute an original), by the
authorised representatives of the Parties shall be deemed to constitute a valid evidence of
giving the relevant Right of Way to the Contractor.
If the contractor fails to join for site inspection or disputes the parts of the site available for
work, the Authority’s Engineer shall decide the parts of the site where work can be executed
and notify to both the parties within 3 days of the proposed date of inspection. The parties
agree that such notification of the Authority’s Engineer as mentioned hereinabove shall be
final and binding on the parties.

(iii) The Authority shall provide the Right of Way to the Contractor in respect of all land included
in the Appendix by the date specified in Schedule-A for those parts of the Site referred to
therein, and in the event of delay for any reason other than Force Majeure or breach of this
Agreement by the Contractor, it shall pay to the Contractor, Damages in a sum calculated in
accordance with Clause 8.3. The Contractor agrees that it shall not be entitled to claim any
other damages on account of any such delay by the Authority.

(iv) Notwithstanding anything to the contrary contained in this Clause 8.2, the Authority shall
specify the parts of the Site, if any, for which Right of Way shall be provided to the Contractor
on the dates specified in Schedule-A. Such parts shall also be included in the Appendix

Page 37 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
prepared in pursuance of Clause 8.2 (i).

(v) The Authority further acknowledges and agrees that prior to the Appointed Date, it shall have
procured issuance of the statutory notification under Applicable Laws for vesting of all the
land comprising the Project in the Authority and has taken possession of area for Construction
Zone for at least 90% (ninety per cent) of the total length of the Project Highway. The Parties
also acknowledge and agree that the conditions specified in this Clause 8.2 (iii) shall not be
modified or waived by either Party.

(vi) For the avoidance of doubt, the Parties expressly agree that the Appendix shall in no event
contain sections of the Project Highway the cumulative length of which exceeds 10% (ten
percent) of the total length of the Project Highway.

(vii) Pursuant to signing of Handover Memorandum under clause 8.2 (i), Contractor shall submit
to the Authority’s Engineer, a monthly land possession report till expiry of 180 (one hundred
and eighty) days from Appointed Date, in respect of those parts of the site to which vacant
access and right of way was not given to the contractor and included in Appendix to the
memorandum signed under clause 8.2 (i), duly specifying the part of the site, if any, for which
the right of way is yet to be handed over.

8.3 Damages for delay in handing over the Site

(i) In the event the Right of Way to any part of the Site is not provided by the Authority on or
before the date(s) specified in Clause 8.2 for any reason other than Force Majeure or breach
of this Agreement by the Contractor, the Authority shall pay Damages to the Contractor a sum
calculated in accordance with the following formula for and in respect of those parts of the
Site to which the Right of Way has not been provided:
Amount of damages in Rs. Per day per metre = 0.05 x C x 1/L x 1/N
Where,
C = the Contract Price;
L = length of the Project Highway in metres; and
N = Completion period in days (Appointed Date to Scheduled Completion Date)
In the event that any Damages are due and payable to the Contractor under the provisions of
this Clause 8.3 (i) for delay in providing the Right of Way, the Contractor shall, subject to the
provisions of Clause 10.5, be entitled to Time Extension equal to the period for which the
Damages have become due and payable under this Clause 8.3 (i), save and except that:

(a) if any delays involve time overlaps, the overlaps shall not be additive; and
(b) such Time Extension shall be restricted only to the Works which are affected by the delay
in providing the Right of Way.
For the avoidance of doubt, the Parties expressly agree that the Damages specified
hereunder and the Time Extension specified in Clause 10.5 shall be restricted only to
failure of the Authority to provide the Right of Way for and in respect of the “Construction
Zone” which shall comprise the following components:

• Main in carriageway

• Median (for 4 lane carriageway or more)

• Paved and earthen shoulders

• Area for Structures including ROBs/RUBs.

• Safety measures including Roadside Drains and Furniture.

Page 38 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
• A parallel working space for accommodating slopes/retaining structures etc.

(ii) Notwithstanding anything to the contrary contained in this Agreement, the Contractor
expressly agrees that Works on all parts of the Site for which Right of Way of Construction
Zone is granted on the Appointed Date, or with respect to the parts of the Site provided in
Schedule-A, no later than the date(s) specified therein, as the case may be, shall be completed
before the Scheduled Completion Date and shall not qualify for any Time Extension under the
provisions of Clause 8.3

(iii) .
(a) Notwithstanding anything to the contrary contained in this Agreement, unless covered
under the deemed de-scoping in terms of sub-clause 8.3 (iii) (b), the Authority may at any
time withdraw any Works forming part of this Agreement, subject to such Works not
exceeding an aggregate value, such value to be determined in accordance with Schedule-
H, equal to 10 (ten) percent of the Contract Price.

(b) Provided that if any Works cannot be undertaken within the municipal limits of a town or
within any area falling in a reserved forest or wildlife sanctuary or the stretches where
vacant access and Right of Way could not be handed over, as the case may be, because the
requisite clearances or approvals or affected land parcels for commencing construction of
Works therein have not been given within 180 (one hundred and eighty) days of the
Appointed date, the affected Works shall be deemed to be withdrawn under the provisions
of this Clause 8.3.3. Such Works shall not be computed for the purposes of the aforesaid
ceiling of 10% (ten per cent) hereunder.

(c) Provided further that in case such stretches (as mentioned in Sub-Clause (b) above) can
be handed over to the Contractor before the expiry of the original Scheduled Construction
Period of the Project Highway, and the Contractor agrees to take up the work, the same
may be allowed to be executed by him with corresponding Extension of Time, subject to
the condition that the Contractor shall not be entitled to raise any claims on account of
prolongation costs in this behalf.

(iv) In the event of withdrawal of works under Clause 8.3 (iii) (a), the contract price shall be
reduced by an amount equal to the percent of the value of the works withdrawn as mentioned
in the Table below and the contractor shall not be entitled to any other compensation or
damages for the withdrawal of works.

Value of works withdrawn Percentage of value of works to be reduced from contract price
upto Rs.100 crore 90%
More than Rs. 100 Crore Rs.90 Crore plus 95%of the amount greater than Rs.100 Crore.
Provided that if any works are withdrawn after commencement of the construction of such
works, the Authority shall pay to the Contractor 110% (one hundred and ten percent) of the
fair value of the work done, as assessed by the Authority Engineer.
The parties expressly agree that the value of the works withdrawn shall be determined from
the details available in Schedule-H. In the event that it is impossible to determine the value
from Schedule-H, then the value shall be determined in accordance with the provisions of
Clause 13.2 (iii)

8.4 Site to be free from Encumbrances.


Subject to the provisions of Clause 8.2, the Site shall be made available by the Authority to the
Contractor pursuant hereto free from all Encumbrances and occupations and without the
Contractor being required to make any payment to the Authority because of any costs,
compensation, expenses and charges for the acquisition and use of such Site for the duration of the
Project Completion Schedule. For the avoidance of doubt, it is agreed that the existing rights of way,
easements, privileges, liberties and appurtenances to the Site shall not be deemed to be
Encumbrances. It is further agreed that, unless otherwise specified in this Agreement, the

Page 39 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Contractor accepts and undertakes to bear any and all risks arising out of the inadequacy or
physical condition of the Site.

8.5 Protection of Site from encroachments


On and after signing the memorandum and/or subsequent memorandum referred to in Clause 8.2,
and until the issue of the Completion Certificate, the Contractor shall maintain a round-the-clock
vigil over the Site and shall ensure and procure that no encroachment takes place thereon. During
the Construction Period, the Contractor shall protect the Site from any and all occupations,
encroachments or Encumbrances, and shall not place or create nor permit any Sub-contractor or
other person claiming through or under the Agreement to place or create any Encumbrance or
security threat over all or any part of the Site or the Project Assets, or on any rights of the
Contractor therein or under this Agreement, save and except as otherwise expressly set forth in
this Agreement. In the event of any encroachment or occupation on any part of the Site, the
Contractor shall report such encroachment or occupation forthwith to the Authority and undertake
its removal at its own cost and expenses.

8.6 Special/ temporary Right of Way


The Contractor shall bear all costs and charges for any special or temporary right of way required
by it in connection with access to the Site. The Contractor shall obtain at its cost such facilities on
or outside the Site as may be required by it for the purposes of the Project Highway and the
performance of its obligations under this Agreement.

8.7 Access to the Authority and the Authority’s Engineer

(i) The Right of Way given to the Contractor hereunder shall always be subject to the right of
access of the Authority and the Authority’s Engineer and their employees and agents for
inspection, viewing and exercise of their rights and performance of their obligations under
this Agreement.

(ii) The Contractor shall ensure, subject to all relevant safety procedures, that the Authority has
un-restricted access to the Site during any emergency situation, as decided by the Authority’s
Engineer.

8.8 Geological and archaeological finds


It is expressly agreed that mining, geological or archaeological rights do not form part of this
Agreement with the Contractor for the Works, and the Contractor hereby acknowledges that it shall
not have any mining rights or interest in the underlying minerals, fossils, antiquities, structures or
other remnants or things either of particular geological or archaeological interest and that such
rights, interest and property on or under the Site shall vest in and belong to the Authority or the
concerned Government Instrumentality. The Contractor shall take all reasonable precautions to
prevent its workmen or any other person from removing or damaging such interest or property
and shall inform the Authority forthwith of the discovery thereof and comply with such
instructions as the concerned Government Instrumentality may reasonably give for the removal of
such property. For the avoidance of doubt, it is agreed that any reasonable expenses incurred by
the Contractor hereunder shall be reimbursed by the Authority. It is also agreed that the Authority
shall procure that the instructions hereunder are issued by the concerned Government
Instrumentality within a reasonable period.

Page 40 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 9 UTILITIES AND TREES

9.1 Existing utilities and roads


Notwithstanding anything to the contrary contained herein, it shall be the responsibility of the
Contractor to ensure that the respective entities owning the existing roads, right of way, level
crossings, structures, or utilities on, under or above the Site are enabled by it to keep them in
continuous satisfactory use, if necessary, by providing suitable temporary diversions with the
authority of the controlling body of that road, right of way or utility.

9.2 Shifting of obstructing utilities


The contractor shall, subject to Applicable Laws and with assistance of the Authority, undertake
shifting of any utility (including electric lines, water pipes and telephone cables), to an appropriate
location or alignment, if such utility or obstruction adversely affected the execution of works or
maintenance of the project Highway in accordance with this Agreement, as per the scope given in
Schedule B and in accordance with applicable standards and specifications of concerned utility
owning entity. The cost of shifting of such utilities indicated in Schedule B is payable to the
Contractor as per Schedule H. Cost of shifting utilities not included in the Schedule B, if any, shall
be treated as Change of Scope. The Authority will provide assistance to the Contractor for obtaining
the estimates for shifting of such utilities from the entity owning such electric lines, water pipes or
telephone cables, as the case may be. The Contractor shall execute such utility shifting works under
the supervision of utility owning agency and Authority Engineer (AE) in accordance with the
provision of agreement. The supervision charges (including GST over super vision charges) only
shall be paid by the Authority to the Utility Owning Entity. In the event of any delay in shifting
thereof, the Contractor shall be responsible for failure to perform any of its obligations here under
if such failure is not as a direct consequence of delay on the part of the entity owning such electric
lines, water pipes or telephone cables, as the case may be.
The dismantled material/scrap of existing Utility to be shifted dismantled shall belong to the
Contractor who would be free to dispose-off the dismantled materials as deemed fit by them.
The work of shifting of utilities can be taken up by the Contractor any time after signing of the
Agreement.

9.3 New utilities

(i) The Contractor shall allow, subject to the permission from the Authority and such conditions
as the Authority may specify, access to, and use of the Site for laying telephone lines, water
pipes, electricity lines/ cables or other public utilities. Where such access or use causes any
financial loss to the Contractor, it may require the user of the Site to pay compensation or
damages as per Applicable Laws. For the avoidance of doubt, it is agreed that use of the Site
under this Clause 9.3 shall not in any manner relieve the Contractor of its obligation to
construct and maintain the Project Highway in accordance with this Agreement and any
damage caused by such use shall be restored forthwith at the cost of the Authority.

(ii) The Authority may, by notice, require the Contractor to connect any adjoining road to the
Project Highway, and the connecting portion thereof falling within the Site shall be
constructed by the Contractor at the Authority’s cost in accordance with Article 10.

(iii) The Authority may by notice require the Contractor to connect, through a paved road, any
adjoining service station, hotel, motel or any other public facility or amenity to the Project
Highway, whereupon the connecting portion thereof that falls within the Site shall be
constructed by the Contractor on payment of the cost. The cost to be paid by the Authority to
the Contractor shall be determined by the Authority’s Engineer. For the avoidance of doubt,
in the event such road is to be constructed for the benefit of any entity, the Authority may
require such entity to make an advance deposit with the Contractor or the Authority, as the
case may be, of an amount equal to the estimated cost as determined by the Authority’s
Engineer and such advance shall be adjusted against the cost of construction as determined

Page 41 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
by the Authority’s Engineer hereunder.

(iv) In the event construction of any Works is affected by a new utility or works undertaken in
accordance with this Clause 9.3, the Contractor shall be entitled to a reasonable Time
Extension as determined by the Authority’s Engineer.

9.4 Felling of trees


The Authority shall assist the Contractor in obtaining the Applicable Permits for felling of trees in
non-forest area to be identified by the Authority for this purpose if, and only if, such trees cause a
Material Adverse Effect on the construction or maintenance of the Project Highway. The Contractor
shall fell these trees as per the Permits obtained. The cost of such felling shall be borne by the
Authority and in the event of any delay in felling thereof for reasons beyond the control of the
Contractor; it shall be excused for failure to perform any of its obligations hereunder if such failure
is a direct consequence of delay in the felling of trees. The Parties hereto agree that the felled trees
shall be deemed to be owned by the Authority and shall be disposed in such manner and subject to
such conditions as the Authority may in its sole discretion deem appropriate. For the avoidance of
doubt, the Parties agree that if any felling of trees hereunder is in a forest area, the Applicable
Permit thereof shall be procured by the Authority within the time specified in the Agreement.

9.5 Dismantling of structures


The Contractor shall at its own cost dismantle the structures in the acquired lands including those
on patta lands, abadi lands, assigned lands, etc. the compensation for which, was paid by the
Authority to the landowners and the lands were handed over to the Contractor as per Schedule B-
I. The Contractor shall, at its own cost, dispose of the dismantled material in its sole discretion as
deemed appropriate, while complying with all environmental guidelines and regulations and clear
the Site for undertaking construction. In the event of any delay in dismantling of structures thereof
for reasons beyond the control of the Contractor, the Contractor shall be entitled to Damages in a
sum calculated in accordance with the formula specified in Clause 8.3 (i) for the period of delay,
and to the Time Extension in accordance with Clause 10.5 for and in respect of the part(s) of the
Works affected by such delay; provided that if the delays involve any time overlaps, the overlaps
shall not be additive.

9.6 Development Period


The Contractor may commence pre-construction activities like utility shifting, boundary wall
construction or any other activity assigned to the Contractor by the Authority to enable
construction of the Project Highway immediately after signing of the Agreement, to the extent that
such work is ready for execution. The Parties agree that these works may be taken up and
completed to the extent feasible by the Contractor, before declaration of the Appointed Date, but
no claim against the Authority for delay shall survive during this period and that the undertaking
of these works by the Contractor shall not count towards the Scheduled Construction Period of the
project which starts counting only from the Appointed Date. No construction activity of the Project
Highway shall be undertaken during the development period.

Page 42 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 10
DESIGN AND CONSTRUCTION OF THE PROJECT HIGHWAY

10.1 Obligations prior to commencement of Works

(i) Within 20 (twenty) days of the Appointed Date, the Contractor shall:
(a) appoint its representative, duly authorised to deal with the Authority in respect of all
matters under or arising out of or relating to this Agreement;

(b) appoint a design director (the “Design Director”) who will head the Contractor’s design
unit and shall be responsible for surveys, investigations, collection of data, and
preparation of preliminary and detailed designs;

(c) undertake and perform all such acts, deeds and things as may be necessary or required
before commencement of Works under and in accordance with this Agreement, the
Applicable Laws and Applicable Permits; and

(d) make its own arrangements for quarrying of materials needed for the Project Highway
under and in accordance with the Applicable Laws and Applicable Permits.

(ii) The Authority shall, appoint an engineer (the “Authority’s Engineer”) before the Appointed
Date to discharge the functions and duties specified in this Agreement, and shall notify to the
Contractor the name, address and the date of appointment of the Authority’s Engineer
forthwith.

(iii) Within 30 (thirty) days of the Appointed Date, the Contractor shall submit to the Authority
and the Authority’s Engineer a programme (the “Programme”) for the Works, developed
using networking techniques, for review and consent of the Engineer, giving the following
details:

(a) Part I : Contractor’s organisation for the Project, the general methods and arrangements
for design and construction, environmental management plan, Quality Assurance Plan
including design quality plan, traffic management and safety plan covering safety of
users and workers during construction (including use of ‘ROBOTS’ for diversion and
control of traffic), Contractor’s key personnel and equipment.

(b) Part II : Programme for completion of all stages of construction given in Schedule-H and
Project Milestones of the Works as specified in Project Completion Schedule set forth in
Schedule-J. The Programme shall include:
i. the order in which the Contractor intends to carry out the Works, including the
anticipated timing of design and stages of Works;
ii. the periods for reviews under Clause 10.2;
iii. the sequence and timing of inspections and tests specified in this Agreement; and
iv. the particulars for the pre-construction reviews and for any other submissions,
approvals and consents specified in the Agreement.
The Contractor shall submit a revised Programme whenever the previous
Programme is inconsistent with the actual progress or with the Contractor’s
obligations.

(c) Part III : Monthly cash flow forecast.


(iv) The Contractor shall compute, on the basis of the Drawings prepared in accordance with
Clause 10.2 (iv), and provide to the Authority’s Engineer, the length, area and numbers, as the
case may be, in respect of the various items of work specified in Schedule-H and comprising
the Scope of the Project. The Parties expressly agree that these details shall form the basis for
estimating the interim payments for the Works in accordance with the provisions of Clause
19.3. For the avoidance of doubt, the sum of payments to be computed in respect of all the
Page 43 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
items of work shall not exceed the Contract Price, as may be adjusted in accordance with the
provisions of this Agreement.

(v) The Contractor shall appoint a safety consultant (the “Safety Consultant”) to carry out a
safety audit at the design stage of the Project Highway in accordance with the Applicable Laws
and Good Industry Practice. The Safety Consultant shall be appointed after proposing to the
Authority a panel of three (3) names of qualified and experienced firms from which the
Authority may choose one (1) to be the Safety Consultant. Provided, however, that if the panel
is not acceptable to the Authority and the reasons for the same are furnished to the Contractor,
the Contractor shall propose to the Authority a revised panel of three (3) names from the
firms empanelled as safety consultants by the [Ministry of Road Transport and Highways] for
obtaining the consent of the Authority. The Contractor shall also obtain the consent of the
Authority for the key personnel of the Safety Consultant who shall have adequate experience
and qualifications in safety audit of the highway projects. The Authority shall, within 15
(fifteen) days of receiving a proposal from the Contractor hereunder, convey its decision, with
reasons, to the Contractor, and if no such decision is conveyed within the said period, the
Contractor may proceed with engaging of the Safety Consultant.

(vi) The safety audit pursuant to Clause 10.1 (v) shall be carried out by the Safety Consultant in
respect of all such design details that have a bearing on safety of Users as well as pedestrians
and animals involved in or associated with accidents. The recommendations of the Safety
Consultant shall be incorporated in the design of the Project Highway and the Contractor shall
forward to the Authority’s Engineer a certificate to this effect together with the
recommendations of the Safety Consultant. In the event that any works required by the Safety
Consultant shall fall beyond the scope of Schedule-B, Schedule-C or Schedule-D, the
Contractor shall make a report thereon and seek the instructions of the Authority for Change
in Scope. For the avoidance of doubt, the Safety Consultant to be engaged by the Contractor
shall be independent of the design and implementation team of the Contractor.

10.2 Design and Drawings

(i) Design and Drawings shall be developed in conformity with the Specifications and Standards
set forth in Schedule-D. In the event, the Contractor requires any relaxation in design
standards due to restricted Right of Way in any section, the alternative design criteria for such
section shall be provided for review and approval of the Authority’s Engineer.

(ii) The Contractor shall appoint a proof check consultant (the “Proof Consultant”) after
proposing to the Authority a panel of three (3) names of qualified and experienced firms from
whom the Authority may choose one (1) to be the Proof Consultant. Provided, however, that
if the panel is not acceptable to the Authority and the reasons for the same are furnished to
the Contractor, the Contractor shall propose to the Authority a revised panel of three (3)
names from the firms empanelled as proof consultants by the [Ministry of Road Transport
and Highways] for obtaining the consent of the Authority. The Contractor shall also obtain the
consent of the Authority for two (2) key personnel of the Proof Consultant who shall have
adequate experience and qualifications in highways and bridges respectively. The Authority
shall, within 15 (fifteen) days of receiving a proposal from the Contractor hereunder, convey
its decision, with reasons, to the Contractor, and if no such decision is conveyed within the
said period, the Contractor may proceed with engaging of the Proof Consultant.

(iii) The Proof Consultant shall:


(a) evolve a systems approach with the Design Director so as to minimise the time required
for final designs and construction drawings; and

(b) proof check the detailed calculations, drawings and designs, which have been approved
by the Design Director.

(iv) In respect of the Contractor’s obligations with respect to the design and Drawings of the
Project Highway as set forth in Schedule-I, the following shall apply:

Page 44 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(a) The Contractor shall prepare and submit, with reasonable promptness and in such
sequence as is consistent with the Project Completion Schedule, three (3) copies each of
the design and Drawings, duly certified by the Proof Consultant, to the Authority’s
Engineer for its approval. Provided, however, that in respect of Major Bridges and
Structures, the Authority’s Engineer may require additional drawings for approval in
accordance with Good Industry Practice.

(b) by submitting the Drawings for review and approval to the Authority’s Engineer, the
Contractor shall be deemed to have represented that it has determined and verified that
the design and engineering, including field construction criteria related thereto, are in
conformity with the Scope of the Project, the Specifications and Standards and the
Applicable Laws;

(c) within 15 (fifteen) days of the receipt of the Drawings, the Authority’s Engineer shall
review the same and convey its approval/observations to the Contractor with particular
reference to their conformity or otherwise with the Scope of the Project and the
Specifications and Standards. Provided, however that in case of a major bridge or
structure, the aforesaid period of 15 (fifteen) days may be extended up to 30 (thirty)
days;

(d) if the aforesaid observations of the Authority’s Engineer indicate that the Drawings are
not in conformity with the Scope of the Project or the Specifications and Standards, such
Drawings shall be revised by the Contractor in conformity with the provisions of this
Agreement and resubmitted to the Authority’s Engineer for review and approval. The
Authority’s Engineer shall give its observations, if any, within 10 (ten) days of receipt of
the revised Drawings. In the event the Contractor fails to revise and resubmit such
Drawings to the Authority’s Engineer for review/approval as aforesaid, the Authority’s
Engineer may withhold the payment for the affected works in accordance with the
provisions of Clause 19.5 (iv). If the Contractor disputes any decision, direction or
determination of the Authority’s Engineer hereunder, the Dispute shall be resolved in
accordance with the Dispute Resolution Procedure;

(e) no review/approval and/or observation of the Authority’s Engineer and/or its failure to
review/approval and/or convey its observations on any Drawings shall relieve the
Contractor of its obligations and liabilities under this Agreement in any manner nor shall
the Authority’s Engineer or the Authority be liable for the same in any manner; and if
errors, omissions, ambiguities, inconsistencies, inadequacies or other Defects are found
in the Drawings, they and the construction works shall be corrected at the Contractor's
cost, notwithstanding any approval under this Article 10;

(f) the Contractor shall be responsible for delays in submitting the Drawing as set forth in
Schedule-I caused by reason of delays in surveys and field investigations, and shall not
be entitled to seek any relief in that regard from the Authority; and

(g) the Contractor warrants that its designers, including any third parties engaged by it, shall
have the required experience and capability in accordance with Good Industry Practice
and it shall indemnify the Authority against any damage, expense, liability, loss or claim,
which the Authority might incur, sustain or be subject to arising from any breach of the
Contractor’s design responsibility and/or warranty set out in this Clause.

(h) the Contractor shall ensure that all the designs and drawings shall be approved from the
Authority’s Engineer within 90 days (ninety) from the Appointed Date.

(v) Any cost or delay in construction arising from review/approval by the Authority’s Engineer
shall be borne by the Contractor.

(vi) Works shall be executed in accordance with the Drawings provided by the Contractor in
accordance with the provisions of this Clause 10.2 and the approval of the Authority’s
Engineer thereon as communicated pursuant to the provisions of sub- Clause (c) & (d) of
Page 45 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Clause 10.2 (iv). Such Drawings shall not be amended or altered without prior written notice
to the Authority’s Engineer. If a Party becomes aware of an error or defect of a technical nature
in the design or Drawings, that Party shall promptly give notice to the other Party of such
error or defect.

(vii) Within 90 (ninety) days of the Project Completion Date, the Contractor shall furnish to the
Authority and the Authority’s Engineer 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.

(viii) In addition to above, all the design and drawings of the major cable stayed Bridge shall be
Proof Checked by reputed IIT’s (Delhi/Madras/Mumbai, Kanpur). Post Construction safety
audit of the major cable stayed bridge shall also be done by the reputed
IIT’s(Delhi/Madras/Mumbai, Kanpur) & also from SERC, Chennai

10.3 Construction of the Project Highway

(i) The Contractor shall construct the Project Highway as specified in Schedule- B and Schedule-
C, and in conformity with the Specifications and Standards set forth in Schedule-D. The
Contractor shall be responsible for the correct positioning of all parts of the Works, and shall
rectify any error in the positions, levels, dimensions or alignment of the Works. The 1095th
(One Thousand and Ninety Five) day from the Appointed Date shall be the scheduled
completion date (the “Scheduled Completion Date”) and the Contractor agrees and
undertakes that the construction shall be completed on or before the Scheduled Completion
Date, including any extension thereof.

(ii) The Contractor shall construct the Project Highway in accordance with the Project Completion
Schedule set forth in Schedule-J. In the event that the Contractor fails to achieve any Project
Milestone or the Scheduled Completion Date within a period of 30 (thirty) days from the date
set forth in Schedule-J, unless such failure has occurred due to Force Majeure or for reasons
solely attributable to the Authority, it shall pay Damages to the Authority of a sum calculated
at the rate of 0.05% (zero point zero five percent) of the Contract Price for delay of each day
reckoned from the date specified in Schedule –J and until such Project Milestone is achieved
or the Project Highway is completed; provided that if the period for any or all Project
Milestones or the Scheduled Completion Date is extended in accordance with the provisions
of this Agreement, the dates set forth in Schedule-J shall be deemed to be modified accordingly
and the provisions of this Agreement shall apply as if Schedule-J has been amended as above;
provided further that in the event the Project Highway is completed within or before the
Scheduled Completion Date including any Time Extension, applicable for that work or section,
the Damages paid under this Clause 10.3 (ii) shall be refunded by the Authority to the
Contractor, but without any interest thereon.
The Parties agree that for determining achievement or delays in completion of the Project
Milestones or the Project on the due date, the works affected due to delay in providing the site
for which time extension has been granted beyond the Scheduled Completion Date will be
excluded. For example on the due date to achieve the Project Milestone-I (i.e., Stage Payments
of 10% (ten percent) of Contract Price on 365th (Three Hundred and Sixty-Five) day from the
Appointed Date), if 5% (five percent) of the project length corresponding to the Project
Milestone-I is not handed over or lately handed over resulting in the extension of completion
of this 5% (five percent) length beyond Scheduled Completion Date, Stage Payment of 10% X
0.95 = 9.5% only is to be achieved by 180th (one hundred and eighty) day.
For the avoidance of doubt, it is agreed that recovery of Damages under this Clause shall be
without prejudice to the rights of the Authority under this Agreement including the right of
Termination thereof. The Parties further agree that Time Extension hereunder shall only be
reckoned for and in respect of the affected Works as specified in Clause 10.5 (ii).

Page 46 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(iii) The Authority shall notify the Contractor of its decision to impose Damages in pursuance with
the provisions of this Clause 10.3. Provided that no deduction on account of Damages shall be
effected by the Authority without notifying the Contractor of its decision to impose the
Damages, and taking into consideration the representation, if any, made by the Contractor
within 20 (twenty) days of such notice. The Parties expressly agree that the total amount of
Damages under Clause 10.3 (ii) shall not exceed 10% (ten percent) of the Contract Price. If
the damages exceed 10% (ten percent) of the Contract Price, the Contractor shall be deemed
to be in default of this agreement having no cure and the Authority shall be entitled to
terminate this Agreement by issuing a Termination Notice in accordance with the provisions
of Clause 23.1 (ii).

(iv) In the event that the Contractor fails to achieve the Project Completion within a period of 90
(ninety) days from the Schedule Completion Date set forth in Schedule-J, unless such failure
has occurred due to Force Majeure or for reasons solely attributable to the Authority, the
contractor shall be deemed to be ineligible for bidding any future projects of the Authority,
both as the sole party or as one of the parties of Joint Venture/ Consortium during the period
from Scheduled Completion Date to issuance of Completion Certificate. This restriction is
applicable if the contract value of the delayed project is not less than Rs. 300 Crore.

10.4 Maintenance during Construction Period

(i) During the Construction Period, the Contractor shall maintain, at its cost, the existing
lane(s) of the Project Highway so that the traffic worthiness and safety thereof are at no
time materially inferior as compared to their condition on Appointed Date, and shall
undertake the necessary repair and maintenance works for this purpose; provided that
the Contractor may, at its cost, interrupt and divert the flow of traffic if such interruption
and diversion is necessary for the efficient progress of Works and conforms to Good
Industry Practice; provided further that such interruption and diversion shall be
undertaken by the Contractor only with the prior written approval of the Authority’s
Engineer which approval shall not be unreasonably withheld. For the avoidance of doubt,
it is agreed that the Contractor shall at all times be responsible for ensuring safe operation
of the Project Highway. It is further agreed that in the event the Project includes
construction of a bypass or tunnel and realignment of the existing carriageway, the
Contractor shall maintain the existing highway in such sections until the new Works are
open to traffic.

(ii) Notwithstanding anything to the contrary contained in this Agreement, in the event of
default by the Contractor in discharging the obligations specified in Clause 10.4 (i) above,
the Authority shall get these maintenance works completed in the manner recommended
by the Authority’s Engineer to avoid public inconvenience at the risk and cost of the
Contractor in order to keep the road in traffic worthy condition.

10.5 Extension of time for completion

(i) Without prejudice to any other provision of this Agreement for and in respect of extension
of time, the Contractor shall be entitled to extension of time in the Project Completion
Schedule (the “Time Extension”) to the extent that completion of any Project Milestone is
or will be delayed by any of the following, namely:

(a) delay in providing the Right of Way of Construction Zone, environmental


clearances or approval of railway authorities, specified in Clause 3.1 (iv);

(b) Change of Scope (unless an adjustment to the Scheduled Completion Date has
been agreed under Article 13);

(c) occurrence of a Force Majeure Event;

(d) any delay, impediment or prevention caused by or attributable to the Authority,


the Authority's personnel or the Authority's other contractors on the Site; and

Page 47 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(e) any other cause or delay which entitles the Contractor to Time Extension in
accordance with the provisions of this Agreement.

(ii) The Contractor shall, no later than 15 (fifteen) business days from the occurrence of an
event or circumstance specified in Clause 10.5 (i), inform the Authority’s Engineer by
notice in writing, with a copy to the Authority, stating in reasonable detail with supporting
particulars, the event or circumstances giving rise to the claim for Time Extension in
accordance with the provisions of this Agreement. Provided that the period of 15 (fifteen)
business days shall be calculated from the date on which the Contractor became aware, or
should have become aware, of the occurrence of such an event or circumstance.
Provided further that notwithstanding anything to the contrary contained in this
Agreement, Time Extension shall be due and applicable only for the Works which are
affected by the aforesaid events or circumstances and shall not in any manner affect the
Project Completion Schedule for and in respect of the Works which are not affected
hereunder.

(iii) On the failure of the Contractor to issue to the Authority’s Engineer a notice in accordance
with the provisions of Clause 10.5 (ii) within the time specified therein, the Contractor
shall not be entitled to any Time Extension and shall forfeit its right for any such claims in
future. For the avoidance of doubt, in the event of failure of the Contractor to issue notice
as specified in this clause 10.5 (iii), the Authority shall be discharged from all liability in
connection with the claim.

(iv) The Authority’s Engineer shall, on receipt of the claim in accordance with the provisions
of Clause 10.5 (ii), examine the claim expeditiously within the time frame specified herein.
In the event the Authority’s Engineer requires any clarifications to examine the claim, the
Authority’s Engineer shall seek the same within 15 (fifteen) days from the date of receiving
the claim. The Contractor shall, on receipt of the communication of the Authority’s
Engineer requesting for clarification, furnish the same to the Authority’s Engineer within
10 (ten) days thereof. The Authority’s Engineer shall, within a period of 30 (thirty) days
from the date of receipt of such clarifications, forward in writing to the Contractor its
determination of Time Extension.
Provided that when determining each extension of time under this Clause 10.5, the
Authority’s Engineer shall review previous determinations and may increase, but shall not
decrease, the total Time Extension.

(v) If the event or circumstance giving rise to the notice has a continuing effect:

(a) a fully detailed claim shall be considered as interim;


(b) the Contractor shall, no later than 10 (ten) days after the close of each month, send
further interim claims specifying the accumulated delay, the extension of time
claimed, and such further particulars as the Authority’s Engineer may reasonably
require; and

(c) the Contractor shall send a final claim within 30 (thirty) days after the effect of the
event or the circumstance ceases.
Upon receipt of the claim hereunder, the Authority’s Engineer shall examine the same in
accordance with the provisions of Clause 10.5 (iv) within a period of 30 (thirty) days of the receipt
thereof

10.6 Incomplete Works


In the event the Contractor fails to complete the Works in accordance with the Project Completion
Schedule, including any Time Extension granted under this Agreement, the Contractor shall
endeavour to complete the balance work expeditiously and shall pay Damages to the Authority in

Page 48 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
accordance with the provisions of Clause 10.3 (ii) for delay of each day until the Works are
completed in accordance with the provisions of this Agreement. Recovery of Damages under this
Clause shall be without prejudice to the rights of the Authority under this Agreement including the
right to termination under Clause 23.1.

10.7 Maintenance Manual


No later than 60 (sixty) days prior to the Project Completion Date, the Contractor shall, in
consultation with the Authority’s Engineer, evolve a maintenance manual (the “Maintenance
Manual”) for the regular and preventive maintenance of the Project Highway in conformity with
the Specifications and Standards, safety requirements and Good Industry Practice, and shall
provide 5 (five) copies thereof to the Authority’s Engineer. The Authority’s Engineer shall review
the Maintenance Manual within 15 (fifteen) days of its receipt and communicate its comments to
the Contractor for necessary modifications, if any.

10.8 As-Built Records


The Contractor shall prepare, and keep up-to-date, a complete set of as built records of the
execution of the Works, showing the exact as built locations, sizes and details on the Works as
executed with cross references to all relevant specifications and data sheets. These records shall
be kept on the Site and shall be used exclusively for the purpose of this Sub-Clause 10.8. The
Contractor shall provide 2 (two) copies of as built records to the Authority prior to the
commencement of the Tests on Completion.

10.9 Contractor's Use of Authority’s Documents


Intellectual property in the Authority’s requirements and Specifications and Standards and all
other documents and materials issued by the Authority or the Authority’s Representative to the
Contractor shall (as between the parties) remain the property of the Authority. The Contractor
may, at its cost, copy, use and communicate any such documents for the purposes of the Contract.
They shall not, without the consent of the Authority, be used, copied or communicated to a third
party by the Contractor, except as necessary for the purposes of the Works under the Agreement.

Page 49 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 11
QUALITY ASSURANCE, MONITORING AND SUPERVISION

11.1 Quality of Materials and workmanship


The Contractor shall ensure that the Construction, Materials and workmanship are in accordance
with the requirements specified in this Agreement, Specifications and Standards and Good
Industry Practice.

11.2 Quality control system

(i) The Contractor shall establish a quality control mechanism to ensure compliance with the
provisions of this Agreement (the “Quality Assurance Plan” or “QAP”).

(ii) The Contractor shall, within 30 (thirty) days of the Appointed Date, submit to the
Authority’s Engineer its Quality Assurance Plan which shall include the following:

(a) organization, duties and responsibilities, procedures, inspections and


documentation.

(b) quality control mechanism including sampling and testing of Materials, test
frequencies, standards, acceptance criteria, testing facilities, reporting, recording
and interpretation of test results, approvals, check list for site activities, and
proforma for testing and calibration in accordance with the Specifications for
Road and Bridge Works issued by MORTH, relevant IRC specifications and Good
Industry Practice; and

(c) internal quality audit system.


The Authority’s Engineer shall convey its approval to the Contractor within a
period of 21 (twenty-one) days of receipt of the QAP stating the modifications, if
any, required, and the Contractor shall incorporate those in the QAP to the extent
required for conforming with the provisions of this Clause 11.2.

(iii) The Contractor shall procure all documents, apparatus and instruments, fuel,
consumables, water, electricity, labour, Materials, samples, and qualified personnel as are
necessary for examining and testing the Project Assets and workmanship in accordance
with the Quality Assurance Plan.

(iv) The cost of testing of Construction, Materials and workmanship under this Article 11 shall
be borne by the Contractor.

11.3 Methodology
The Contractor shall, at least 15 (fifteen) days prior to the commencement of the construction,
submit to the Authority’s Engineer for review and consent the methodology proposed to be
adopted for executing the Works, giving details of equipment to be deployed, traffic management
and measures for ensuring safety. The Authority’s Engineer shall complete the review and convey
its consent to the Contractor within a period of 10 (ten) days from the date of receipt of the
proposed methodology from the Contractor.

11.4 Inspection and technical audit by the Authority


The Authority or any representative authorized by the Authority in this behalf may inspect and
review the progress and quality of the construction of Project Highway and issue appropriate
directions to the Authority’s Engineer and the Contractor for taking remedial action in the event
the Works are not in accordance with the provisions of this Agreement.

11.5 External technical audit

(i) At any time during construction, the Authority may appoint an external technical auditor
to conduct an audit of the quality of the Works. The Auditor in the presence of the

Page 50 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
representatives of the Contractor and the Authority’s Engineer shall carry out the tests
and/ or collect samples for testing in the laboratory. The timing, the testing equipment and
the sample size of this audit shall be as decided by the Authority. The findings of the audit,
to the extent accepted by the Authority, shall be notified to the Contractor and the
Authority’s Engineer for taking remedial action in accordance with this Agreement.

(ii) After completion of the remedial measures by the Contractor, the Auditor shall undertake
a closure audit and this process will continue till the remedial measures have brought the
works into compliance with the Specifications and Standards. The Contractor shall provide
all assistance as may be required by the auditor in the conduct of its audit hereunder.
Notwithstanding anything contained in this Clause 11.5, the external technical audit shall
not affect any obligations of the Contractor or the Authority’s Engineer under this
Agreement.

11.6 Inspection of construction records


The Authority shall have the right to inspect the records of the Contractor relating to the Works.

11.7 Monthly progress reports


During the Construction Period, the Contractor shall, no later than 10 (ten) days after the close of
each month, furnish to the Authority and the Authority’s Engineer a monthly report on progress of
the Works and shall promptly give such other relevant information as may be required by the
Authority’s Engineer.
The Contractor agrees that reporting under this Clause 11.7 shall continue until the date of the
completion of the Works. Each report shall include:

(a) an executive summary;

(b) charts showing the status of Contractor's documents, construction and manufacturing and
environmental works;

(c) details of work subcontracted and the performance of Sub-contractors;

(d) for the construction of each main part of the Works, the extent of progress (both quantity
and percentage of the whole), the actual or expected dates of commencement, anticipated
completion date of the activity, Contractor's inspections and tests;

(e) records of manpower and Contractor's equipment on the Site;

(f) copies for that month of quality assurance documents, test results and certificates;

(g) safety statistics, accident data collection including details of any hazardous incidents and
activities relating to environmental aspects and public relations;

(h) comparisons of actual and planned progress, with details of any aspects which may
jeopardise the completion in accordance with the Agreement, and the measures being (or
to be) adopted to overcome such aspects;

(i) details of any unresolved disputes or claims, in relation to the Project;

(j) details of any revision to the cash flow estimate, together with a copy of the revised cash
flow estimate;

(k) status of various Applicable Permits and compliance of conditions therein;

(l) details of various royalty payment and insurances required to be taken by the Contractor;
and

(m) such other reports as may be required by the Authority for enabling the Authority to
comply with its obligations under the other Project contracts.

Page 51 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(n) details of defects by the Authority;

(o) change in emission of any sewage or effluent of any nature whatsoever, whether
qualitatively or quantitatively;

(p) any Material Adverse Effect;

(q) declaration towards compliance with Applicable Laws including but not limited to
environmental and labour legislations;

(r) declaration specifying compliance with all Manuals provided to the Contractor; and

(s) any change in the flow of traffic in the existing Project Highway.

11.8 Inspection

(i) The Authority’s Engineer and its authorised representative shall at all reasonable times:

(a) have full access to all parts of the Site and to all places from which natural Materials
are being obtained for use in the Works; and

(b) during production, manufacture and construction at the Site and at the place of
production, be entitled to examine, inspect, measure and test the Materials and
workmanship, and to check the progress of manufacture of Materials.

(ii) The Contractor shall give the Authority’s Engineer and its authorised agents access,
facilities and safety equipment for carrying out their obligations under this Agreement.

(iii) The Authority’s Engineer shall submit a monthly inspection report (the “Inspection
Report”) to the Authority and the Contractor bringing out the results of inspections and
the remedial action taken by the Contractor in respect of Defects or deficiencies. For the
avoidance of doubt, such inspection or submission of Inspection Report by the Authority’s
Engineer shall not relieve or absolve the Contractor of its obligations and liabilities under
this Agreement in any manner whatsoever.

11.9 Samples
The Contractor shall submit the following samples of Materials and relevant information to the
Authority’s Engineer for pre-construction review:

(a) manufacturer's test reports and standard samples of manufactured Materials; and

(b) samples of such other Materials as the Authority’s Engineer may require.

11.10 Tests
(i) For determining that the Works conform to the 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 this Agreement, and
in accordance with Good Industry Practice for quality assurance. The test checks by the
Authority’s Engineer shall comprise at least 50% (fifty percent) of the quantity or number
of tests prescribed for each category or type of test for quality control by the Contractor.

(ii) In the event that results of any tests conducted under this Clause 11.10 establish any
Defects or deficiencies in the Works, the Contractor shall carry out remedial measures and
furnish a report to the Authority’s Engineer in this behalf. The Authority’s Engineer shall
require the Contractor to carry out or cause to be carried out tests to determine that such
remedial measures have brought the Works into compliance with the Specifications and
Standards, and the procedure shall be repeated until such Works conform to the
Specifications and Standards. For the avoidance of doubt, the cost of such tests and
remedial measures in pursuance thereof shall be solely borne by the Contractor.

11.11 Examination of work before covering up

Page 52 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
In respect of the work which the Authority’s Engineer is entitled to examine, inspect, measure
and/or test before it is covered up or put out of view or any part of the work is placed thereon, the
Contractor shall give notice to the Authority’s Engineer whenever any such work is ready and
before it is covered up. The Authority’s Engineer shall then either carry out the examination,
inspection or testing without unreasonable delay, or promptly give notice to the Contractor that
the Authority’s Engineer does not require to do so. Provided, however, that if any work is of a
continuous nature where it is not possible or prudent to keep it uncovered or incomplete, the
Contractor shall notify the schedule of carrying out such work to give sufficient opportunity, not
being less than 3 (three) business days’ notice, to the Authority’s Engineer to conduct its
inspection, measurement or test while the work is continuing. Provided further that in the event
the Contractor receives no response from the Authority’s Engineer within a period of 3 (three)
business days from the date on which the Contractor’s notice hereunder is delivered to the
Authority’s Engineer, the Contractor shall be entitled to assume that the Authority’s Engineer
would not undertake the said inspection.

11.12 Rejection
If, as a result of an examination, inspection, measurement or testing, any Plant, Materials, design
or workmanship is found to be defective or otherwise not in accordance with the provisions of this
Agreement, the Authority’s Engineer shall reject the Plant, Materials, design or workmanship by
giving notice to the Contractor, with reasons. The Contractor shall then promptly make good the
Defect and ensure that the rejected item complies with the requirements of this Agreement.
If the Authority’s Engineer requires the Plant, Materials, design or workmanship to be retested, the
tests shall be repeated under the same terms and conditions, as applicable in each case. If the
rejection and retesting cause the Authority to incur any additional costs, such cost shall be
recoverable by the Authority from the Contractor; and may be deducted by the Authority from any
monies due to be paid to the Contractor.

11.13 Remedial work


(i) Notwithstanding any previous test or certification, the Authority’s Engineer may instruct
the Contractor to:

(a) remove from the Site and replace any Plant or Materials which are not in
accordance with the provisions of this Agreement;

(b) remove and re-execute any work which is not in accordance with the provisions
of this Agreement and the Specification and Standards; and

(c) 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.

(ii) If the Contractor fails to comply with the instructions issued by the Authority’s Engineer
under Clause 11.13 (i), within the time specified in the Authority’s Engineer’s notice or as
mutually agreed, the Authority’s Engineer may advise the Authority to have the work
executed by another agency. The cost so incurred by the Authority for undertaking such
work shall, without prejudice to the rights of the Authority to recover Damages in
accordance with the provisions of this Agreement, be recoverable from the Contractor and
may be deducted by the Authority from any monies due to be paid to the Contractor.

11.14 Delays during construction


Without prejudice to the provisions of Clause 10.3 (ii), in the event the Contractor does not achieve
any of the Project Milestones or the Authority’s Engineer shall have reasonably determined that
the rate of progress of Works is such that Completion of the Project Highway is not likely to be
achieved by the end of the Scheduled Completion Date, it shall notify the same to the Contractor,
and the Contractor shall, within 15 (fifteen) days of such notice, by a communication inform the

Page 53 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Authority’s Engineer in reasonable detail about the steps it proposes to take to expedite progress
and the period within which it shall achieve the Project Completion Date.

11.15 Quality control records and Documents


the Completion Certificate is issued pursuant to Clause 12.2. The Contractor shall submit Road
Signage Plans to the Authority Engineer for approval at least 6 (six) months prior to expected
completion of Project Highway.

11.16 Video recording


During the Construction Period, the Contractor shall provide to the Authority for every calendar
quarter, a video recording, which will be compiled into a 3 (three)-hour compact disc or digital
video disc, as the case may be, covering the status and progress of Works in that quarter. The video
recording shall be provided to the Authority no later than 15 (fifteen) days after the close of each
quarter after the Appointed Date. In addition to above continuous video recording of all the
construction activities for the major cable stayed bridge shall be done by the contractor and the
video recording shall be provided to the Authority.

11.17 Suspension of unsafe Construction Works


(i) Upon recommendation of the Authority’s Engineer to this effect, the Authority may by
notice require the Contractor to suspend forthwith the whole or any part of the Works if,
in the reasonable opinion of the Authority’s Engineer, such work threatens the safety of
the Users and pedestrians.

(ii) The Contractor shall, pursuant to the notice under Clause 11.17 (i), suspend the Works or
any part thereof for such time and in such manner as may be specified by the Authority
and thereupon carry out remedial measures to secure the safety of suspended works, the
Users, and pedestrians. The Contractor may by notice require the Authority’s Engineer to
inspect such remedial measures forthwith and make a report to the Authority
recommending whether or not the suspension hereunder may be revoked. Upon receiving
the recommendations of the Authority’s Engineer, the Authority shall either revoke such
suspension or instruct the Contractor to carry out such other and further remedial
measures as may be necessary in the reasonable opinion of the Authority, and the
procedure set forth in this Clause 11.17 shall be repeated until the suspension hereunder
is revoked.

(iii) Subject to the provisions of Clause 21.6, all reasonable costs incurred for maintaining and
protecting the Works or part thereof during the period of suspension (the “Preservation
Costs”), shall be borne by the Contractor; provided that if the suspension has occurred as
a result of any breach of this Agreement by the Authority, the Preservation Costs shall be
borne by the Authority.

(iv) If suspension of Works is for reasons not attributable to the Contractor, the Authority’s
Engineer shall determine any Time Extension to which the Contractor is reasonably
entitled.

11.18 Staff and Labour


(i) Engagement of Staff and Labour

(a) The Contractor shall make its own arrangements for the engagement of all
personnel and labour, local or otherwise, and for their payment, housing, feeding
and transport.

(b) The Contractor has verified/ shall verify the identity and address of all its
employees and officials related to the Works by collecting necessary documentary
proof.

(c) The Contractor shall seek a self-declaration from its employees that they have not

Page 54 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
been convicted of any criminal offence by any court and if any criminal
proceedings/charge-sheets have been pending/filed against them. The
Contractor shall not employ persons with criminal track record on the project. In
cases where it comes to notice later that the employee concerned has concealed
any such fact in his self-declaration or commits a criminal offence during the
course of his employment, the Contractor shall remove such person from the
project.

(d) Deleted.

(e) The employees and personnel of the Contractor shall work under the supervision,
control and direction of the Contractor and the Contractor shall be solely
responsible for all negotiations with its employees and personnel relating to their
salaries and benefits and shall be responsible for assessments and monitoring of
performance and for all disciplinary matters. All employees / personnel,
executives engaged by the Contractor shall be in sole employment of the
Contractor and the Contractor shall be solely responsible for their salaries, wages,
statutory payments, etc and under no circumstances the personnel shall be
deemed to be the employees of the Authority. Under no circumstances the
Authority shall be liable for any payment or claim or compensation of any nature
to the employees and personnel of the Contractor.

(ii) Returns of Labour

(a) The Contractor shall deliver to the Authority a detailed return in such form and at
such intervals as the Authority may prescribe, showing the details including
names, payment details and terms of appointment of the several classes of labour
employed by the Contractor from time to time for the Works. The Contractor shall,
in its returns certify that all dues of the workers or labour have been fully paid.

(b) The Authority is entitled to witness labour payments made or to be made by the
Contractor. If the Contractor defaults in its obligations for making any payments
under the labour laws, the Employer may make the relevant payments. Any sum
equal to any amount paid by the Employer under this Sub-Sub-Clause 9.2 shall be
immediately due as a debt from the Contractor to the Employer and until
payment/ set off shall carry interest at 18% per annum. For this purpose it is
agreed between the parties that debt due aforesaid shall be set off immediately
out the running account bills of the Contractor under this Agreement.

(iii) Persons in the Service of Others


The Contractor shall not recruit or attempt to recruit from amongst persons in the service
of the Authority.

(iv) Labour Laws

(a) The Contractor shall obtain all relevant labour registrations and comply with all
relevant labour laws applying to its employees, and shall duly pay them and afford
to them all their legal rights.

(b) The Contractor shall make all deductions of tax at source and all contributions to
the Payment of Gratuity, Provident Fund (including Employees’ contribution) and
Employees’ State Insurance Scheme as may be required by Applicable Laws and
deposit the aforesaid contributed amount with the appropriate authority/(s).

(c) The Contractor shall require all personnel engaged in the Works to obey all
Applicable Laws and regulations. The Contractor shall permit Authority to witness
labour payments for the Contractors direct labour, or the Subcontractors labour.
The Contractor shall ensure that all its Subcontractors strictly comply with all
labour laws.

Page 55 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(d) Documentary evidence confirming compliance with Sub-Clause 12.4, as may be
required from time to time, shall be provided to the Employer’s Representative.

(e) The Employer shall not be liable for any delay/default of the Contractor in
compliance of the labour laws.

(v) Facilities for Staff and Labour


The Contractor shall provide and maintain all necessary accommodation and welfare
facilities for personnel engaged for the Works. The Contractor shall not permit any
personnel engaged for the Works to maintain any temporary or permanent living quarters
within the structures forming part of the Works.

(vi) Health And Safety


All necessary precautions shall be taken by the Contractor to ensure the health and safety
of staff and labour engaged for the Works. The Contractor shall, in collaboration with and
to the requirements of the local health authorities, ensure that para-medical staff, first aid
facilities, ambulance service are available on the Site at all times, and that suitable
arrangements are made for all necessary welfare and hygiene requirements and for the
prevention of epidemics. The Contractor shall appoint a safety officer to be responsible for
the safety of personnel on the Site. This safety officer shall be qualified for his work and
shall have the authority to issue instructions concerning safety and take protective
measures to prevent accidents. The Contractor shall maintain records and make reports
concerning health, safety and welfare of personnel, and damage to property, in such
manner as the Authority may reasonably require.

(vii) Contractor's Personnel


The Contractor shall employ only personnel who are appropriately qualified, skilled and
experienced in their respective trades or occupations. The Authority may require the
Contractor to remove any personnel engaged for the Works, who in the opinion of the
Authority:

(a) has engaged in any misconduct;

(b) is incompetent or negligent in the performance of his duties;

(c) fails to conform with any provisions of the Contract;

(d) engages in any conduct which is prejudicial to safety, health, or the protection of
the environment; or

(e) makes errors in the discharge of his functions.


If appropriate and required by the Employer, the Contractor shall then appoint
(or cause to be appointed) a suitable replacement person.

(viii) Disorderly Conduct


The Contractor shall at all times take all reasonable precautions to prevent any unlawful,
riotous or disorderly conduct by or amongst its personnel, and to preserve peace and
protection of people and property in the neighbourhood of the Works.

Page 56 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 12
COMPLETION CERTIFICATE

12.1 Tests on Completion

(i) At least 30 (thirty) days prior to the likely completion of the Project Highway, or a Section
thereof, the Contractor shall notify the Authority’s Engineer of its intent to subject the
Project Highway or a Section thereof, to Tests. The date and time of each of the Tests shall
be determined by the Authority’s Engineer in consultation with the Contractor, and
notified to the Authority who may designate its representative to witness the Tests. The
Contractor shall either conduct the Tests as directed by the Authority’s Engineer or
provide such assistance as the Authority’s Engineer may reasonably require for
conducting the Tests. In the event of the Contractor and the Authority’s Engineer failing to
mutually agree on the dates for conducting the Tests, the Contractor shall fix the dates by
giving not less than 10 (ten) days’ notice to the Authority’s Engineer.

(ii) All Tests shall be conducted in accordance with Schedule-K. The Authority’s Engineer shall
either conduct or observe, monitor and review the Tests conducted by the Contractor, as
the case may be, and review the results of the Tests to determine compliance of the Project
Highway or a Section thereof, with Specifications and Standards and if it is reasonably
anticipated or determined by the Authority’s Engineer during the course of any Test that
the performance of the Project Highway or Section or any part thereof, does not meet the
Specifications and Standards, it shall have the right to suspend or delay such Test and
require the Contractor to remedy and rectify the Defect or deficiencies. Upon completion
of each Test, the Authority’s Engineer shall provide to the Contractor and the Authority
copies of all Test data including detailed Test results. For the avoidance of doubt, it is
expressly agreed that the Authority’s Engineer may require the Contractor to carry out or
cause to be carried out additional Tests, in accordance with Good Industry Practice, for
determining the compliance of the Project Highway or Section thereof with the
Specifications and Standards.

12.2 Completion Certificate

(i) Upon completion of all Works forming part of the Project Highway, and the Authority’s
Engineer determining the Tests to be successful and after the receipt of notarized true
copies of the certificate(s) of insurance, copies of insurance policies and premium payment
receipts in respect of the insurance defined in Article 20 and Schedule P of this Agreement,
it shall, at the request of the Contractor forthwith issue to the Contractor and the Authority
a certificate substantially in the form set forth in Schedule-L (the “Completion Certificate”).

(ii) Upon receiving the Completion Certificate, the Contractor shall remove its equipment,
materials, debris and temporary works from the Site within a period of 30 (thirty) days
thereof, failing which the Authority may remove or cause to be removed, such equipment,
materials, debris and temporary works and recover from the Contractor an amount equal
to 120% (one hundred and twenty per cent) of the actual cost of removal incurred by the
Authority.

(iii) Without prejudice to the obligations of the Contractor specified in Articles 14 and 17, the
property and ownership of all the completed Works forming part of the Project Highway
shall vest in the Authority.

12.3 Rescheduling of Tests


If the Authority’s Engineer certifies to the Authority and the Contractor that it is unable to issue
the Completion Certificate, as the case may be, because of events or circumstances on account of
which the Tests could not be held or had to be suspended, the Contractor shall be entitled to re-
schedule the Tests and hold the same as soon as reasonably practicable.

Page 57 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 13
CHANGE OF SCOPE

13.1 Change of Scope

(i) The Authority may, notwithstanding anything to the contrary contained in this Agreement,
require the Contractor to make modifications/ alterations to the Works (“Change of
Scope”) within a period of six months counted from the Appointed Date. Upon the
Authority making its intention known to the Contractor for the specific Change of Scope,
be it positive or negative, the Contractor shall submit his proposal for the said Change of
Scope involving additional cost or reduction in cost. Any such Change of Scope shall be
made and valued in accordance with the provisions of this Article 13.

(ii) Provided that any such Change of Scope, excluding major structures (e.g. Major Bridge/
ROB/ RUB/ Flyover/ elevated road of more than 50 m length) may be required and agreed
to be executed between the parties beyond the period of six months of the Appointed Date
but before expiry of 50% of the original Scheduled Construction Period of the Project
Highway, subject to the condition that it shall not entail any claims (e.g. Extension of Time/
Prolongation related claims), against the Authority.

(iii) The Change of Scope shall mean the following:

(a) change in specifications of any item of Works;

(b) omission of any work from the Scope of the Project except under Clause 8.3 (iii);
provided that, subject to Clause 13.5, the Authority shall not omit any Work under
this Clause in order to get it executed by any other authority; and
/ or

(c) any additional Work, Plant, Materials or services which are not included in the
Scope of the Project, including any associated Tests on completion of construction.

13.2 Procedure for Change of Scope

(i) In the event of the Authority determining that a Change of Scope is necessary, it may direct
the Authority’s Engineer to issue to the Contractor a notice specifying in reasonable detail
the Works and services contemplated thereunder (the “Change of Scope Notice”). The
Contractor shall submit a detailed proposal as per Clause 13.2 (iii) within 15 days from the
receipt of Change of Scope Notice.

(ii) If the Contractor determines, not later than 90 days from the Appointed Date, that a
Change of Scope to the Works is required, it shall prepare a proposal with relevant details
as per Clause 13.2 (iii) at its own cost and shall submit to the Authority to consider such
Change of Scope (the “Change of Scope Request”).

(iii) Upon receipt of a Change of Scope Notice, the Contractor shall, with due diligence, provide
to the Authority and the Authority’s Engineer such information as is necessary, together
with detailed proposal in support of:

(a) the impact, if any, which the Change of Scope is likely to have on the Project
Completion Schedule if the works or services are required to be carried out during
the Construction Period; and

(b) the options for implementing the proposed Change of Scope and the effect, if any,
each such option would have on the costs and time thereof, including the following
details:
i. break-up of the quantities, unit rates and cost for different items of work;
and
ii. proposed design for the Change of Scope;

Page 58 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

iii. proposed modifications, if any, to the Project Completion Schedule of the


Project Highway.
For the avoidance of doubt, the Parties expressly agree that, subject to the
provisions of Clause 13.4 (ii), the Contract Price shall be increased or
decreased, as the case may be, on account of any such Change of Scope.

(iv) The parties agree that costs and time for implementation of the proposed Change of Scope
shall be determined as per the following:

(a) For works where Schedule of Rates (SOR) of concerned circle of State’s Public
Works Department are applicable at the Base Date are available, the same shall be
applicable for determination of costs. In case of non-availability of Schedule of
Rates at the Base Date, the available Schedule of Rates shall be applied by updating
the same based on WPI (All commodities). In case the Contract Price is lower/
higher than the Estimated Project Cost as per RFP, then the SOR rates shall be
reduced/ increased in the same proportion accordingly.

(b) For item of Works not included in Schedule of Rates as mentioned in sub-para (a)
of Clause 13.2 (iv) above, the cost of same shall be derived on the basis of MORTH
Standard Data Book and the Authority’s Engineer shall determine the prevailing
market rates and discount the same considering WPI (All commodities) to achieve
the prevailing rate at the Base Date, and for any item in respect of which MORTH
Standard Data Book does not provide the requisite details, the Authority’s
Engineer shall determine the rate in accordance with Good Industry Practice.
For the avoidance of doubt, in case the cost as determined by the Contractor and
the Authority reveals a difference of more than 10% (ten per cent), the cost as
determined by the Authority shall be considered as final and binding on the
Contractor.

(c) The design charges shall be considered only for new works or items (i.e. the Works
or items not similar to the works or items in the original scope) @ 1% (one per
cent) of cost of such new works or items.

(d) The costs of existing works or items, which are being changed/ omitted shall also
be valued as per above procedure and only net cost shall be considered.

(e) The reasonable time for completion of works to be taken under Change of Scope
shall be determined by the Authority’s Engineer on the basis of Good Industry
Practice and if such time exceeds the Scheduled Completion Date, the issue of
Completion Certificate shall not be affected or delayed on account of construction
of Change of Scope items/ works remaining incomplete on the date of Tests.

(v) Upon consideration of the detailed proposal submitted by the Contractor under the Clause
13.2 (iii), the Authority, within 15 (fifteen) days of receipt of such proposal, may in its sole
discretion either accept such Change of Scope with modifications, if any, and initiate
proceedings thereof in accordance with this Article 13 or reject the proposal and inform
the Contractor of its decision and shall issue an order (the “Change of Scope Order”)
requiring the Contractor to proceed with the performance thereof.
For the avoidance of doubt, the Parties agree that the Contractor shall not undertake any
Change of Scope without the express consent of the Authority, save and except any works
necessary for meeting any Emergency, that too with verbal approval of Authority which
shall be confirmed in writing in next 3 (three) days. In the event that the Parties are unable
to agree, the Authority may:

(a) issue a Change of Scope Order requiring the Contractor to proceed with the

Page 59 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
performance thereof at the rates and conditions approved by the Authority till the
matter is resolved in accordance with Article 26;
or

(b) proceed in accordance with Clause 13.5.

(vi) The provisions of this Agreement, insofar as they relate to Works and Tests, shall apply
mutatis mutandis to the Works undertaken by the Contractor under this Article 13.

13.3 Payment for Change of Scope


Payment for Change of Scope shall be made in accordance with the payment schedule specified in
the Change of Scope Order.

13.4 Restrictions on Change of Scope

(i) No Change of Scope shall be executed unless the Authority has issued the Change of Scope
Order save and except any Works necessary for meeting any Emergency.

(ii) The total value of all Change of Scope Orders shall not exceed 10% (ten per cent) of the
Contract Price.

(iii) Notwithstanding anything to the contrary in this Article 13, if any change is necessitated
because of any default of the Contractor in the performance of its obligations under this
Agreement, the same shall not be deemed to be Change of Scope, and shall not result in
any adjustment of the Contract Price or the Project Completion Schedule.

13.5 Power of the Authority to undertake Works

(i) In the event the Parties are unable to agree to the proposed Change of Scope Orders in
accordance with Clause 13.2, the Authority may, after giving notice to the Contractor and
considering its reply thereto, award such Works or services to any person or agency on
the basis of open competitive bidding. It is also agreed that the Contractor shall provide
assistance and cooperation to the person or agency who undertakes the works or services
hereunder. The Contractor shall not be responsible for rectification of any Defects, but the
Contractor shall carry out maintenance of such works after completion of Defect Liability
Period of work by other person or agency during the remaining period of this agreement
without any extra payment.

(ii) The Works undertaken in accordance with this Clause 13.5 shall conform to the
Specifications and Standards and shall be carried out in a manner that minimises the
disruption in operation of the Project Highway. The provisions of this Agreement, insofar
as they relate to Works and Tests, shall apply mutatis mutandis to the Works carried out
under this Clause 13.5.

Page 60 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 14
MAINTENANCE

14.1 Maintenance obligations of the Contractor

(i) The Contractor shall maintain the Project Highway for a period of 10 (ten) years,
corresponding to the Defects Liability Period, commencing from the date of the
Completion Certificate (the “Maintenance Period”). For the performance of its
Maintenance obligations, the Contractor shall be paid:

(a) For flexible pavement with 5 years Maintenance Period including structures: no
maintenance charges shall be paid for the first year; 0.50%of the Contract Price
each for the second, third and fourth year; and 1% of the Contract Price for the
fifth year

(b) For rigid pavement with 10 years Maintenance Period including structures: 0.25%
of the Contract Price each for the first, second and third year, 0.5% of the Contract
Price each for fourth, fifth, sixth and seventh year, and 0.75% of the Contract Price
each for eighth, ninth and tenth year.

(c) For flexible perpetual pavement with 10 years maintenance period including
structures: no maintenance charges shall be paid for the first year; 0.5% of the
Contract Price each for the second, third and fourth year; 0.75% of the Contract
Price each for the subsequent years till laying of the renewal layer or end of
maintenance period, whichever is earlier. The requirement for the renewal layer
shall be worked out based on the survey and investigation of the existing
pavement and the cost of such renewal works shall be made separately to the
Contractor based on the principles defined under clause 13.2(iii). After laying of
the renewal layer, the Contractor shall be paid @ 0.5% of the original Contract
Price each for the remaining years till the end of maintenance period.

(d) For stand-alone Bridge/ Tunnel works: the contractor shall be paid @ 0.25% of
the Contract Price each for the first five years and @ 0.50% of the Contract Price
each for the remaining period of five years.
Above amount for the performance of Contractors’ Maintenance obligations shall
be, inclusive of all taxes. The amount payable for maintenance shall be adjusted to
reflect any increase or decrease arising out of variation in WPI to be determined
in accordance with the provisions of Clause 19.12. It is further agreed that the
Contract Price hereunder shall be reckoned with reference to the amount
specified in Clause 19.1 (i), which shall be adjusted to the extent of Change of
Scope and the works withdrawn under the provisions of Clause 8.3 (iii), but shall
not include anyprice adjustments in pursuance of Clause 19.10.

(ii) During the Maintenance Period, the Authority shall provide to the Contractor access to the
Site for Maintenance in accordance with this Agreement. The obligations of the Contractor
hereunder shall include:

(a) permitting safe, smooth and uninterrupted flow of traffic on the Project Highway;

(b) undertaking routine maintenance including prompt repairs of potholes, cracks,


joints, drains, embankments, structures, pavement markings, lighting, road signs
and other traffic control devices. For the avoidance of doubt, the electricity
charges for operation of electrical infrastructure installed along the project length
including theme lighting and lighting at all the project facilities as per scope
defined in schedule C shall be borne by the Contractor during construction and
O&M period;

(c) undertaking repairs to structures;

Page 61 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(d) informing the Authority of any unauthorized use of the Project Highway;

(e) informing the Authority of any encroachments on the Project Highway; and

(f) operation and maintenance of all communication, patrolling, and administrative


systems necessary for the efficient maintenance of the Project Highway in
accordance with the provisions of thisAgreement.

(iii) In respect of any Defect or deficiency not specified in Schedule-E, the Contractor shall, at
its own cost, undertake repair or rectification in accordance with Good Industry Practice,
save and except to the extent that such Defect or deficiency shall have arisen on account
of any wilful default or neglect of the Authority or a Force Majeure Event.

(iv) The Contractor shall remove promptly from the Project Highway any waste materials
(including hazardous materials and waste water), rubbish and other debris (including,
without limitation, accident debris) and keep the Project Highway in a clean, tidy and
orderly condition, and in conformity with the Applicable Laws, Applicable Permits and
Good Industry Practice.

14.2 Maintenance Requirements


The Contractor shall ensure and procure that at all times during the Maintenance Period, the
Project Highway conforms to the maintenance requirements set forth in Schedule-E (the
“Maintenance Requirements”).

14.3 Maintenance Programme

(i) The Contractor shall prepare a monthly maintenance programme (the “Maintenance
Programme”) in consultation with the Authority’s Engineer and submit the same to the
Authority’s Engineer not later than 10 (ten) days prior to the commencement of the month
in which the Maintenance is to be carried out. For this purpose a joint monthly inspection
by the Contractor and the Authority’s Engineer shall be undertaken. The Maintenance
Programme shall contain the following:

(a) The condition of the road in the format prescribed by the Authority’s Engineer;

(b) the proposed maintenance Works; and

(c) deployment of resources for maintenance Works.

14.4 Safety, vehicle breakdowns and accidents

(i) The Contractor shall ensure safe conditions for the Users, and in the event of unsafe
conditions, lane closures, diversions, vehicle breakdowns and accidents, it shall follow the
relevant operating procedures for removal of obstruction and debris without delay. Such
procedures shall conform to the provisions of this Agreement, Applicable Laws, Applicable
Permits and Good Industry Practice.

(ii) The Contractor shall maintain and operate a round-the-clock vehicle rescue post with 1
(one) mobile crane having the capacity to lift a truck with a Gross Vehicle Weight of 30,000
(thirty thousand) kilograms; and such post shall be located at [****]. The Contractor shall
promptly remove any damaged vehicles and debris from the Project Highway to enable
safe movement of traffic and shall report all accidents to the police forthwith.

14.5 Lane closure

(i) The Contractor shall not close any lane of the Project Highway for undertaking
maintenance works except with the prior written approval of the Authority’s Engineer.
Such approval shall be sought by the Contractor through a written request to be made at
least 10 (ten) days before the proposed closure of lane and shall be accompanied by
particulars thereof. Within 5 (five) business days of receiving such request, the Authority’s
Engineer shall grant permission with such modifications as it may deem necessary and a

Page 62 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
copy of such permission shall be sent to the Authority.

(ii) Upon receiving the permission pursuant to Clause 14.5 (i), the Contractor shall be entitled
to close the designated lane for the period specified therein, and for all lane closures
extending a continuous period of 48 (forty-eight) hours, the Contractor shall, in the event
of any delay in re-opening such lane, for every stretch of 250 (two hundred and fifty)
metres, or part thereof, pay Damages to the Authority calculated at the rate of 0.1% (zero
point one per cent) of the monthly maintenance payment for each day of delay until the
lane has been re-opened for traffic. In the event of any delay in re-opening such lanes or in
the event of emergency decommissioning and closure to traffic of the whole or any part of
the Project Highway due to failure of the Contractor, the Contractor shall pay damages to
the Authority at double the above rate, without prejudice the rights of the Authority under
this Agreement including Termination thereof.

14.6 Reduction of payment for non-performance of Maintenance obligations

(i) In the event that the Contractor fails to repair or rectify any Defect or deficiency set forth
in Schedule-E within the period specified therein, it shall be deemed as failure of
performance of Maintenance obligations by the Contractor and the Authority shall be
entitled to effect reduction in monthly lump sum payment for maintenance in accordance
with Clause 19.7 and Schedule-M, without prejudice to the rights of the Authority under
this Agreement, including Termination thereof.

(ii) If the nature and extent of any Defect justifies more time for its repair or rectification than
the time specified in Schedule-E, 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.

14.7 Authority’s right to take remedial measures


In the event the Contractor does not maintain and/or repair the Project Highway or any part
thereof in conformity with the Maintenance Requirements, the Maintenance Manual or the
Maintenance Programme, as the case may be, and fails to commence remedial works within 15
(fifteen) days of receipt of the Maintenance Inspection Report under Clause 15.2 or a notice in this
behalf from the Authority or the Authority’s Engineer, as the case may be, the Authority shall,
without prejudice to its rights under this Agreement including Termination thereof, be entitled to
undertake such remedial measures at the cost of the Contractor, and to recover its cost from the
Contractor. In addition to recovery of the aforesaid cost, a sum equal to 20% (twenty per cent) of
such cost shall be paid by the Contractor to the Authority as Damages.

14.8 Restoration of loss or damage to Project Highway


Save and except as otherwise expressly provided in this Agreement, in the event that the Project
Highway or any part thereof suffers any loss or damage during the Maintenance from any cause
attributable to the Contractor, the Contractor shall, at its cost and expense, rectify and remedy such
loss or damage forthwith so that the Project Highway conforms to the provisions of this Agreement.

14.9 Overriding powers of the Authority

(i) If in the reasonable opinion of the Authority, the Contractor is in material breach of its
obligations under this Agreement and, in particular, the Maintenance Requirements, and
such breach is causing or likely to cause material hardship or danger to the Users and
pedestrians, the Authority may, without prejudice to any of its rights under this Agreement
including Termination thereof, by notice require the Contractor to take reasonable
measures immediately for rectifying or removing such hardship or danger, as the case may
be.

(ii) In the event that the Contractor, upon notice under Clause 14.9 (i), fails to rectify or
remove any hardship or danger within a reasonable period, the Authority may exercise

Page 63 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
overriding powers under this Clause 14.9 (ii) and take over the performance of any or all
the obligations of the Contractor to the extent deemed necessary by it for rectifying or
removing such hardship or danger; provided that the exercise of such overriding powers
by the Authority shall be of no greater scope and of no longer duration than is reasonably
required hereunder; provided further that any costs and expenses incurred by the
Authority in discharge of its obligations hereunder shall be recovered by the Authority
from the Contractor, and the Authority shall be entitled to deduct any such costs and
expenses incurred from the payments due to the Contractor under Clause 19.7 for the
performance of its Maintenance obligations.

(iii) In the event of a national emergency, civil commotion or any other circumstances specified
in Clause 21.3, the Authority may take over the performance of any or all the obligations
of the Contractor to the extent deemed necessary by it, and exercise such control over the
Project Highway or give such directions to the Contractor as may be deemed necessary;
provided that the exercise of such overriding powers by the Authority shall be of no
greater scope and of no longer duration than is reasonably required in the circumstances
which caused the exercise of such overriding power by the Authority. For the avoidance of
doubt, it is agreed that the consequences of such action shall be dealt in accordance with
the provisions of Article 21. It is also agreed that the Contractor shall comply with such
instructions as the Authority may issue in pursuance of the provisions of this Clause 14.9
(iii), and shall provide assistance and cooperation to the Authority, on a best effort basis,
for performance of its obligations hereunder.

14.10 Taking over Certificate


The Maintenance Requirements set forth in Schedule-E having been duly carried out, Maintenance
Period as set forth in Clause 14.1 (i) having been expired and Authority’s Engineer determining the
Tests on Completion of Maintenance to be successful in accordance with Schedule-Q, the Authority
will issue Taking over Certificate to the Contractor substantially in the format set forth in Schedule-
R.

Page 64 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 15
SUPERVISION AND MONITORING DURING MAINTENANCE

15.1 Inspection by the Contractor

(i) The Authority’s Engineer shall undertake regular inspections to evaluate continuously the
compliance with the Maintenance Requirements.

(ii) The Contractor shall carry out a detailed pre-monsoon inspection of all bridges, culverts
and drainage system in accordance with the guidelines contained in IRC: SP35. Report of
this inspection together with details of proposed maintenance works as required shall be
conveyed to the Authority’s Engineer forthwith. The Contractor shall complete the
proposed maintenance works before the onset of the monsoon and send a compliance
report to the Authority’s Engineer. Post monsoon inspection shall be undertaken by the
Contractor and the inspection report together with details of any damages observed and
proposed action to remedy the same shall be conveyed to the Authority’s Engineer
forthwith.

15.2 Inspection and payments

(i) The Authority’s Engineer may inspect the Project Highway at any time, but at least once
every month, to ensure compliance with the Maintenance Requirements. It shall make a
report of such inspection (“Maintenance Inspection Report”) stating in reasonable
detail the Defects or deficiencies, if any, with particular reference to the Maintenance
Requirements, the Maintenance Manual, and the Maintenance Programme, and send a
copy thereof to the Authority and the Contractor within 10 (ten) days of such inspection.

(ii) After the Contractor submits to the Authority’s Engineer the Monthly Maintenance
Statement for the Project Highway pursuant to Clause 19.6, the Authority’s Engineer shall
carry out an inspection within 10 (ten) days to certify the amount payable to the
Contractor. The Authority’s Engineer shall inform the Contractor of its intention to carry
out the inspection at least 3 (three) business days in advance of such inspection. The
Contractor shall assist the Authority’s Engineer in verifying compliance with the
Maintenance Requirements.

(iii) For each case of non-compliance of Maintenance Requirements as specified in the


inspection report of the Authority’s Engineer, the Authority’s Engineer shall calculate the
amount of reduction in payment in accordance with the formula specified in Schedule-M.

(iv) Any deduction made on account of non-compliance will not be paid subsequently even
after establishing the compliance thereof. Such deductions will continue to be made every
month until the compliance is procured.

15.3 Tests
For determining that the Project Highway conforms to the Maintenance Requirements, the
Authority’s Engineer shall require the Contractor to carry out, or cause to be carried out, Tests
specified by it in accordance with Good Industry Practice. The Contractor shall, with due diligence,
carry out or cause to be carried out all such Tests in accordance with the instructions of the
Authority’s Engineer and furnish the results of such Tests forthwith to the Authority’ Engineer.
At any time during Maintenance Period, the Authority may appoint an external technical auditor
to conduct an audit of the quality of the Works. The Auditor in the presence of the representatives
of the Contractor and the Authority’s Engineer shall carry out the Tests and/ or collect samples for
testing in the laboratory. The timing, the testing equipment and the sample size of this audit shall
be as decided by the Authority. The findings of the audit, to the extent accepted by the Authority,
shall be notified to the Contractor and the Authority’s Engineer for taking remedial measures. After
completion of the remedial measures by the Contractor, the auditor shall undertake a closure audit
and this process will continue till the remedial measures have brought the maintenance works into

Page 65 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
compliance with the Specifications and Standards. The Contractor shall provide all assistance as
may be required by the auditor in the conduct of its audit hereunder. Notwithstanding anything
contained in this Clause 15.3, the external technical audit shall not affect any obligations of the
Contractor or the Authority’s Engineer under this Agreement.

15.4 Reports of unusual occurrence


Authority’s Engineer, by facsimile or e- mail, a report stating accidents and unusual occurrences
on the Project Highway relating to the safety and security of the Users and Project Highway. A
monthly summary of such reports shall also be sent within 3 (three) business days of the closing
of month. For the purposes of this Clause 15.4, accidents and unusual occurrences on the Project
Highway shall include:

(a) accident, death or severe injury to any person;

(b) damaged or dislodged fixed equipment;

(c) flooding of Project Highway; and

(d) any other unusual occurrence.

Page 66 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 16
TRAFFIC REGULATION
16.1 Traffic regulation by the Contractor

(i) The Contractor shall take all the required measures and make arrangements for the safety
of Users during the Construction and Maintenance of the Project Highway or a Section
thereof in accordance with the provisions of MORTH Specifications and IRC SP 55-2014. It
shall provide, erect and maintain all such barricades, signs, markings, flags, and lights as
may be required by Good Industry Practice for the safety of the traffic passing through the
Section under construction or maintenance.

(ii) All works shall be carried out in a manner creating least interference to traffic passing
through the Project Highway or a Section thereof. In sections where construction or
maintenance Works on the carriageway are taken up, the Contractor shall ensure that
proper passage is provided for the traffic. Where it is not possible or safe to allow traffic
on part width of the carriageway, a temporary diversion of proper specifications shall be
constructed by the Contractor at its own cost. ‘ROBOTS’ may be used for diversion and
control of traffic during Construction. The Contractor shall take prior approval of the
Authority’s Engineer for any proposed arrangement for traffic regulation during
Construction and Maintenance, which approval shall not be unreasonably withheld.

Page 67 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 17 DEFECTS LIABILITY

17.1 Defects Liability Period

(i) The Contractor shall be responsible for all the Defects and deficiencies, except usual wear
and tear in the Project Highway or any Section thereof, till the expiry of a period of 10 (ten)
years commencing from the date of Completion Certificate (the “Defects Liability Period”)
as specified below:

(a) 5 (five) years from the date of completion in case of a road being constructed with flexible
pavement;Deleted

(b) 10 (ten) years from the date of completion in case of road being constructed with rigid
pavement;Deleted

(c) 10 (ten) years from the date of completion in case of road being constructed with flexible
pavement using perpetual design;Deleted

(d) 10 (ten) years from the date of completion in case of all stand-alone structures, e.g. Major
Bridges/ and Tunnels;Deleted

(e) 10 (ten) years from the date of completion for the stretches where new technology/ material
has been/ is proposed to be used.Deleted

(f) 3 (three) years from the date of completion for stretches requiring renewal of Bituminous
Concrete (BC) layer through either using hot-in-place recycling of the entire BC layer or
providing a fresh layer of BC with 40mm thickness.Deleted

(g) 3 (three) years from the date of completion for stretches requiring improvement to riding
quality, in cases other than those mentioned in para (f) above, through laying a layer of
BM/DBM and BC.Deleted
The Defects Liability Period shall commence from the date of the Completion Certificate. For
the avoidance of any doubt, any repairs or restoration because of usual wear or tear in the
Project Highway or any Section thereof shall form a part of the Maintenance obligations of
the Contractor as specified in Article 14.

17.2 Remedying Defects


Save and except as provided in Clause 14.1 (iii), the Contractor shall repair or rectify all Defects
and deficiencies observed by the Authority or Authority’s Engineer during the Defects Liability
Period within a period of 15 (fifteen) days from the date of notice issued by the Authority or
Authority’s Engineer in this behalf, or within such reasonable period as may be determined by the
Authority or Authority’s Engineer at the request of the Contractor, in accordance with Good
Industry Practice.

17.3 Cost of remedying Defects


Any repair or rectification undertaken in accordance with the provisions of Clause 17.2, including
any additional testing, shall be carried out by the Contractor at its own risk and cost, to the extent
that such rectification or repair is attributable to:

(a) the design of the Project;

(b) Plant, Materials or workmanship not being in accordance with this Agreement and the
Specifications and Standards;

(c) improper maintenance during construction of the Project Highway by the Contractor;
and/ or

(d) failure by the Contractor to comply with any other obligation under this Agreement.

Page 68 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
17.4 Contractor’s failure to rectify Defects
If the Contractor fails to repair or rectify such Defect or deficiency within the period specified in
Clause 17.2, the Authority shall be entitled to get the same repaired, rectified or remedied at the
Contractor’s cost to make the Project Highway conform to the Specifications and Standards and the
provisions of this Agreement. All costs consequent thereon shall, after due consultation with the
Authority and the Contractor, be determined by the Authority’s Engineer. The cost so determined
and an amount equal to 20% (twenty percent) of the cost as Damages shall be recoverable by the
Authority from the Contractor and may be deducted by the Authority from any monies due to the
Contractor.

17.5 Extension of Defects Liability Period


The Defects Liability Period shall be deemed to be extended till the identified Defects under Clause
17.2 have been remedied or rectified.

Page 69 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 18
AUTHORITY’S ENGINEER
18.1 Appointment of the Authority’s Engineer

(i) The Authority shall appoint a firm of Consulting Engineers or a Project Monitoring
Committee (PMC) substantially in accordance with the selection criteria set forth in
Schedule-N, to be the engineer under this Agreement (the “Authority’s Engineer”). In
unavoidable circumstances, Authority may appoint an officer to act as Authority’s
Engineer until appointment of a Consulting Engineering firm/ Supervision Consultant/
PMC.

(ii) The officer in-charge of the Authority (e.g. PD/ RO/ CGM/ Member in the case of
AUTHORITY; RO/CE/ADG in the case of MoRTH projects executed through the State
PWDs; and PD/ED/Director in the case of NHIDCL) is responsible for the overall
supervision and monitoring of the execution of project as the representative of the owner
of the project. The Authority's Engineer is appointed to assist the Authority for carrying
out the functions as detailed under clause 18.2. As such, an officer of the Authority is vested
with all such powers and responsibilities as are enjoined upon the Authority's Engineer
and is fully competent to issue any instructions for proper monitoring and supervision of
the project, either by himself or through the Authority's Engineer. Instructions issued by
the concerned officer of the Authority shall have the same effect as that of the Authority's
Engineer in terms of this Agreement. Wherever such concerned officer issues any
instructions or notice to the Contractor, he shall endorse a copy thereof to the Authority's
Engineer.

(iii) The Authority’s Engineer should be appointed within 10 days from the date of this
Agreement or before declaration of Appointed Date, whichever is earlier. The Authority
shall notify the appointment or replacement of the Authority’s Engineer to the Contractor.

(iv) The staff of the Authority’s Engineer shall include suitably qualified engineers and other
professionals who are competent to assist the Authority’s Engineer to carry out its duties.
18.2 Duties and authority of the Authority’s Engineer

(i) The Authority’s Engineer shall perform the duties and exercise the authority in accordance
with the provisions of this Agreement and substantially in accordance with the terms of
reference (“Terms of Reference” or “TOR”) set forth in Annexure-I of Schedule N, 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;

(d) issuance of Completion Certificate; or

(e) any other matter which is not specified in (a), (b), (c) or (d) above and which creates
financial liability on either Party.

(ii) No decision or communication of the Authority’s Engineer shall be effective or valid unless
it is accompanied by an attested true copy of the approval of the Authority for and in
respect of any matter specified in Clause 18.2 (i).

(iii) 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. For the avoidance of doubt, the Authority’s Engineer shall include in its
report, compliance of the recommendations of the Safety Consultant.

Page 70 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

18.3 Delegation by the Authority’s Engineer

(i) The Authority’s Engineer may, by order in writing, delegate any of his duties and
responsibilities to suitably qualified and experienced personnel who are accountable to
Authority’s Engineer, or may revoke any such delegation, under intimation to the
Authority and the Contractor. Provided, however, that the Authority’s Engineer shall be
responsible and liable for all actions and omissions of such personnel.

(ii) Any failure of the Authority’s Engineer to disapprove any work, Plant or Materials shall
not constitute approval, and shall, therefore, not prejudice the right of the Authority to
reject the work, Plant or Materials, which is not in accordance with the provisions of this
Agreement and the Specifications and Standards.

(iii) Notwithstanding anything stated in Clause 18.3 (i) above, the Authority’s Engineer shall
not delegate the authority to refer any matter for the Authority’s prior approval wherever
required in accordance with the provisions of Clause 18.2.
18.4 Instructions of the Authority’s Engineer

(i) The Authority’s Engineer may issue instructions for remedying any Defect(s) to the
Contractor. The Contractor shall take such instructions from the Authority’s Engineer, or
from an assistant to whom appropriate authority has been delegated under Clause 18.3.

(ii) The instructions issued by the Authority’s Engineer shall be in writing. However, if the
Authority’s Engineer issues any oral instructions to the Contractor, it shall confirm the oral
instructions in writing within 2 (two) working days of issuing them.

(iii) In case the Contractor does not receive the confirmation of the oral instructions within the
time specified in Clause 18.4 (ii), the Contractor shall seek the written confirmation of the
oral instructions from the Authority’s Engineer. The Contractor shall obtain
acknowledgement from the Authority’s Engineer of the communication seeking written
confirmation. In case of failure of the Authority’s Engineer or its delegated assistant to
reply to the Contractor within 2 (two) days of the receipt of the communication from the
Contractor, the Contractor may not carry out the instructions.

(iv) In case of any dispute on any of the instructions issued by the delegated assistant, the
Contractor may refer the dispute to the Authority’s Engineer, who shall then confirm,
reverse or vary the instructions within 3 (three) business days of the dispute being
referred.
18.5 Determination by the Authority’s Engineer

(i) The Authority’s Engineer shall consult with each Party in an endeavour to reach
agreement wherever this Agreement provides for the determination of any matter by the
Authority’s Engineer. If such agreement is not achieved, the Authority’s Engineer shall
make a fair determination in accordance with this Agreement having due regard to all
relevant circumstances. The Authority’s Engineer shall give notice to both the Parties of
each agreement or determination, with supporting particulars.

(ii) Each Party shall give effect to each agreement or determination made by the Authority’s
Engineer in accordance with the provisions of this Agreement. Provided, however, that if
any Party disputes any instruction, decision, direction or determination of the Authority’s
Engineer, the Dispute shall be resolved in accordance with the Dispute Resolution
Procedure.
18.6 Remuneration of the Authority’s Engineer
The remuneration, costs and expenses of the Authority’s Engineer shall be paid by the Authority.
18.7 Termination of the Authority’s Engineer

Page 71 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(i) The Authority may, in its discretion, replace the Authority’s Engineer at any time.
However, the Authority shall ensure that alternative arrangements for appointment of
another Authority's Engineer or designation of its own officer as the Authority Engineer
for the intervening period are made simultaneously.

(ii) If the Contractor has reasons to believe that the Authority’s Engineer is not discharging its
duties and functions in accordance with the provisions of this Agreement, it may make a
written representation to the Authority and seek termination of the appointment of the
Authority’s Engineer. Upon receipt of such representation, the Authority shall hold a
tripartite meeting with the Contractor and the Authority’s Engineer and make best efforts
for an amicable resolution of the representation. In the event that the appointment of the
Authority’s Engineer is terminated hereunder, the Authority shall appoint forthwith
another Authority’s Engineer in accordance with Clause 18.1 and 18.7 (i).

Page 72 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

PART-IV FINANCIAL COVENANTS

Page 73 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 19
PAYMENTS
19.1 Contract Price

(i) The Authority shall make payments to the Contractor for the Works on the basis of the
lump sum price accepted by the Authority in consideration of the obligations specified in
this Agreement for an amount of INR … … … … (INR )
(the “Contract Price”), which shall be subject to adjustments in accordance with the
provisions of this Agreement. For the avoidance of doubt, the Parties expressly agree that
the Contract Price shall not include the cost of Maintenance, which shall be paid separately
in accordance with the provisions of Clause 19.7. The Parties further agree that save and
except as provided in this Agreement, the Contract Price shall be valid and effective until
issue of Completion Certificate.

(ii) The Contract Price includes all duties, taxes, royalty, cess, charges, and fees that may be
levied in accordance with the laws and regulations in force as on the Base Date on the
Contractor's equipment, Plant, Materials and supplies acquired for the purpose of this
Agreement and on the services performed under this Agreement. Nothing in this
Agreement shall relieve the Contractor from its responsibility to pay any tax including any
tax that may be levied in India on profits made by it in respect of this Agreement.

(iii) The Contract Price shall not be adjusted for any change in costs stated in Clause 19.1 above,
except as stated in Clauses 19.10 and 19.17.

(iv) The Contract Price shall not be adjusted to take account of any unforeseen difficulties or
costs, unless otherwise provided for in this Agreement.

(v) Unless otherwise stated in this Agreement, the Contract Price covers all the Contractor’s
obligations for the Works under this Agreement and all things necessary for the
Construction and the remedying of any Defects in the Project Highway.

(vi) All payments under this Agreement shall be made in Indian Rupees.
19.2 Advance Payment

(i) The Authority shall make an interest-bearing advance payment (the “Advance Payment”)
@ “Bank Rate + 3%”, equal to 10 % (ten percent) of the Contract Price, exclusively for
mobilisation expenses. The Advance Payment for mobilisation expenses shall be made in
two instalments each equal to 5% (five percent) of the Contract Price. The second 5% (five
percent) mobilization advance would be released after submission of utilization certificate
by the Contractor for the first 5% (five per cent) advance already released earlier.

(ii) In addition to above, the Authority shall make an additional interest-bearing Advance
Payment against newly purchased key Construction equipment required for the works as
per agreed Construction programme and brought to the site, if so requested by the
Contractor subject to the same terms and conditions specified for Advance
Payment for mobilisation expenses in this Agreement. The maximum of such advance shall
be 5% (five per cent) of the Contract Price against Bank Guarantee. This advance shall be
further subject to the condition that:

(a) such new equipment are considered by the Authority’s Engineer to be necessary for
the works and

(b) these new equipment should be procured in the name of Contractor and is verified
by Authority’s Engineer to have been brought to site.
The Advance Payment for mobilization expenses and for acquisition of key new
Construction equipment would be deemed as interest bearing advance at the
applicable interest rate (@"Bank rate + 3%”), to be compounded annually on a
Page 74 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
reducing balance basis. The interest would be recovered along with the recovery of
mobilization Advance Payment as per provision laid down for the mobilization
advance recovery.

(iii) The Contractor may apply to the Authority for the first instalment of the Advance Payment
at any time after the Appointed Date, along with an irrevocable and unconditional
guarantee from a Bank for an amount equivalent to 110% (one hundred and ten per cent)
of such instalment, substantially in the form provided at Annex-III of Schedule-G, to remain
effective till the complete and full repayment thereof.

(iv) At any time, after 60 (sixty) days from the Appointed Date, the Contractor may apply to
the Authority for the second instalment of the Advance Payment along with an irrevocable
and unconditional guarantee from a Bank for an amount equivalent to 110% (one hundred
and ten per cent) of such instalment, substantially in the form provided at Annex-III of
Schedule-G, to remain effective till the complete and full repayment thereof.
The Contractor has the option of splitting the Bank Guarantee against Advance Payment
for mobilization expenses into parts, each not less than 2.75% (two point seven five per
cent) of the Contract Price. Each part of the guarantee shall remain effective till full
repayment of such part advance corresponding to this bank guarantee. Such part of Bank
Guarantee shall be returned to the Contractor on recovery under the Agreement of the full
amount of such part guarantee within 30 (thirty) days of the said recovery.

(v) The Advance Payment shall be paid by the Authority to the Contractor within 15 (fifteen)
days of the receipt of its respective requests in accordance with the provisions of this
Clause 19.2.

(vi) The Advance Payment shall be repaid through percentage deductions from the stage
payments determined by the Authority’s Engineer in accordance with Clause 19.5, as
follows:

(a) deductions shall commence in the first Stage Payment Statement;

(b) deductions shall be made at the rate of 15% (fifteen percent) of each Stage
Payment Statement until such time as the advance payment has been repaid;
provided that the advance payment shall be completely repaid prior to the time
when 80% (eighty percent) of the Schedule Construction Period is over;

(c) if total certified stage payments (excluding the Advance Payment and deductions
and repayments of retention) does not exceed 20% (twenty percent) of the
Contract Price within [50% of the Scheduled Construction Period] from the
Appointed Date then the Advance Payment including interest shall be recovered
by encashment of the Bank Guarantee for the Advance Payment.

(vii) If the Advance Payment has not been fully repaid prior to Termination under Clause 21.7
or Article 23, as the case may be, the whole of the balance then outstanding shall
immediately become due and payable by the Contractor to the Authority. Without
prejudice to the provisions of Clause 19.2 (vi), in the event of Termination for Contractor
Default, the Advance Payment shall be deemed to carry interest @ “Bank Rate+5%” per
annum from the date of Advance Payment to the date of recovery by encashment of the
Bank Guarantee for the Advance Payment. For the avoidance of doubt, the aforesaid
interest shall be payable on the unrecovered balance.
19.3 Procedure for estimating the payment for the Works

(i) The Authority shall make interim payments to the Contractor as certified by the
Authority’s Engineer on completion of a stage, in a length, number or area as specified and
valued in accordance with the proportion of the Contract Price assigned to each item and
its stage in Schedule-H.

Page 75 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

(ii) The Contractor shall base its claim for interim payment for the stages completed till the
end of the month for which the payment is claimed, valued in accordance with Clause 19.3
(i), supported with necessary particulars and documents in accordance with this
Agreement.

(iii) Any reduction in the Contract Price arising out of Change of Scope or the works withdrawn
under Clause 8.3 shall not affect the amounts payable for the items or stage payments
thereof which are not affected by such Change of Scope or withdrawal. For avoidance of
doubt and by way of illustration, the Parties agree that if the amount assigned to Major
Bridges is reduced from Rs. 100 crore to Rs. 80 crore owing to Change of Scope or
withdrawal of work, the reduction in payment shall be restricted to relevant payments for
Major Bridges only and the payment due in respect of all other stage payments under the
item Major Bridges shall not be affected in any manner. The Parties further agree that the
adjustments arising out of the aforesaid modifications shall be carried out in a manner that
the impact of such modifications is restricted to the said Change of Scope or withdrawal,
as the case may be, and does not alter the payments due for and in respect of items or stage
payments which do not form part of such Change of Scope or withdrawal.
19.4 Stage Payment Statement for Works
The Contractor shall submit a statement (the “Stage Payment Statement”), in 3 (three) copies, by
the 7th (seventh) day of the month to the Authority’s Engineer in the form set forth in Schedule-O,
showing the amount calculated in accordance with Clause 19.3 to which the Contractor considers
himself entitled for completed stage(s) of the Works. The Stage Payment Statement shall be
accompanied with the progress reports and any other supporting documents. The Contractor shall
not submit any claim for payment of incomplete stages of work.
19.5 Stage Payment for Works

(i) Within 10 (ten) days of receipt of the Stage Payment Statement from the Contractor
pursuant to Clause 19.4, the Authority’s Engineer shall broadly determine the amount due
to the Contractor and recommend the release of 90 (ninety) percent of the amount so
determined as part payment against the Stage Payment Statement, pending issue of the
Interim Payment Certificate by the Authority’s Engineer. Within 10 (ten) days of the
receipt of recommendation of the Authority’s Engineer, the Authority shall make
electronic payment directly to the Contractor’s bank account.

(ii) Within 15 (fifteen) days of the receipt of the Stage Payment Statement referred to in Clause
19.4, the Authority’s Engineer shall determine and shall deliver to the Authority and the
Contractor an IPC certifying the amount due and payable to the Contractor, after adjusting
the payments already released to the Contractor against the said statement. For the
avoidance of doubt, the Parties agree that the IPC shall specify all the amounts that have
been deducted from the Stage Payment Statement and the reasons therefor.

(iii) In cases where there is a difference of opinion as to the value of any stage, the Authority’s
Engineer’s view shall prevail and interim payments shall be made to the Contractor on this
basis; provided that the foregoing shall be without prejudice to the Contractor’s right to
raise a Dispute.

(iv) The Authority’s Engineer may, for reasons to be recorded, withhold from payment:

(a) the estimated value of work or obligation that the Contractor has failed to perform
in accordance with this Agreement and the Authority’s Engineer had notified the
Contractor; and

(b) the estimated cost of rectification of work done being not in accordance with this
Agreement.

Page 76 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(v) Payment by the Authority shall not be deemed to indicate the Authority's acceptance,
approval, consent or satisfaction with the work done.
19.6 Monthly Maintenance Statement of the Project Highway

(i) The Contractor shall submit to the Authority’s Engineer a monthly maintenance statement
(“Monthly Maintenance Statement”) in 3 (three) copies by the 7th (seventh) day of each
month in the format set forth in Schedule-O for the Maintenance of the Project Highway
during the previous month.

(ii) The monthly lump sum amount payable for Maintenance shall be 1/12th (one- twelfth) of
the annual cost of Maintenance as specified in Clause 14.1 (i).
19.7 Payment for Maintenance of the Project Highway

(i) Within 15 (fifteen) days of receipt of the Monthly Maintenance Statement from the
Contractor pursuant to Clause 19.6, the Authority’s Engineer shall verify the Contractor’s
monthly maintenance statement and certify the amount to be paid to the Contractor taking
into account:

(a) Compliance with the Maintenance Requirements; and

(b) reduction for non-compliance with the Maintenance Requirement in accordance with
Clause 19.7 (ii).
The Authority’s Engineer shall deliver to the Authority an IPC approving or amending the
monthly maintenance statement to reflect the amount due to the Contractor in accordance
with this Agreement.

(ii) Maintenance shall be measured in units of one kilometre each; provided, however, that
payment thereof shall be made in fixed monthly amounts in accordance with this
Agreement. If the Maintenance Requirements set forth in Schedule-E are not met,
reduction in payments shall be made in accordance with the provisions of Schedule-
M. The reductions for non-compliance with the Maintenance Requirements shall be
applied on the basis of monthly inspections by the Authority’s Engineer.

(iii) The deduction made on account of non-compliance with the Maintenance Requirements
shall not be subsequently considered for payment after the compliance is achieved by
repair or rectification.

(iv) The Authority shall pay to the Contractor every quarter any amount due under any IPC
under this Clause 19.7. The payment shall be made no later than 30 (thirty) days from the
date of submission of the last IPC for the relevant quarter.
19.8 Payment of Damages

(i) The Contractor may claim Damages due and payable to it in accordance with the
provisions of this Agreement.

(ii) The Authority’s Engineer shall issue the IPC within 15 (fifteen) days of the receipt of the
claim under Clause 19.8 (i), after making adjustments in accordance with the provisions
of this Agreement. The Authority shall pay to the Contractor the amount due under any
IPC within a period of 30 (thirty) days from the date of the submission of the claim under
this Clause 19.8. In the event of the failure of the Authority to make payment to the
Contractor within the specified time, the Authority shall be liable to pay to the Contractor
interest thereon and the provisions of Clause 19.9 shall apply mutatis mutandis thereto.
19.9 Time of payment and interest

(i) The Authority shall pay to the Contractor any amount due under any payment certificate
issued by the Authority’s Engineer in accordance with the provisions of this Article 19, or
in accordance with any other clause of this Agreement as follows:

Page 77 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(a) payment shall be made no later than 30 (thirty) days from the date of submission
of the Stage Payment Statement by the Contractor to the Authority’s Engineer for
certification in accordance with the provisions of Clause 19.4 for an IPC; provided
that, in the event the IPC is not issued by the Authority’s Engineer within the
aforesaid period of 30 (thirty) days, the Authority shall pay the amount shown in
the Contractor’s Stage Payment Statement and any discrepancy therein shall be
added to, or deducted from, the next payment certificate issued to the Contractor;
and

(b) payment shall be made no later than 30 (thirty) days from the date of submission
of the Final Payment Certificate for Works along with the discharge submitted to
the Authority’s Engineer in accordance with the provisions of Clause 19.15 for
certification.

(ii) In the event of the failure of the Authority to make payment to the Contractor within the
time period stated in this Clause 19.9, the Authority shall be liable to pay to the Contractor
interest @ Bank Rate+ 3% per annum, on all sums remaining unpaid from the date on
which the same should have been paid, calculated in accordance with the provisions of
sub-Clauses (a) and (b) of Clause 19.9 (i) and till the date of actual payment.
19.10 Price adjustment for the Works

(i) The amounts payable to the Contractor for Works shall be adjusted in accordance with the
provisions of this Clause 19.10

(ii) Subject to the provisions of Clause 19.10 (iii), the amounts payable to the Contractor for
Works, shall be adjusted in the IPC issued by the Authority’s Engineer for the increase or
decrease in the index cost of inputs for the Works, by the addition or subtraction of the
amounts determined by the formulae prescribed in Clause 19.10 (iv).

(iii) To the extent that full compensation for any increase or decrease in costs to the Contractor
is not covered by the provisions of this or other Clauses in this Agreement, the costs and
prices payable under this Agreement shall be deemed to include the amounts required to
cover the contingency of such other increase or decrease of costs and prices.

(iv) The Contract Price shall be adjusted for increase or decrease in rates and price of labour,
cement, steel, Plant, machinery and spares, bitumen, fuel and lubricants, and other
material inputs in accordance with the principles, procedures and formulae specified
below:

(a) Price adjustment shall be applied on completion of the specified stage of the respective
item of work in accordance with Schedule-H;

(b) Adjustment for each item of work/stage shall be made separately;

(c) The following expressions and meanings are assigned to the value of the work done:
RW= Value of work done for the completion of a stage under the following items of Schedule-H:
i. Road works; and
ii. Other works
BR = Value of work done for the completion of a stage under the items Major Bridges and Structures
(Schedule-H)

(d) Price adjustment for changes in cost shall be paid in accordance with the following
formulae:
i). VRW = 0.85 RW x [PL x (LI-LO)/LO + PA x (AI – AO)/AO + PF x (YI-YO)/YO +
PB x (BI-BO)/BO + PM x (MI-MO)/MO + PC x (CI-CO)/CO + PS x (SI-SO)/SO
ii). VBR = 0.85 BR x [ PL x (LI-LO)/LO + PA x (AI-AO)/AO + PF x (FI-FO)/FO + PM x (MI-
Page 78 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
MO)/MO + PC x (CI-CO)/CO + PS x (SI-SO)/SO
Where,
VRW = Increase or decrease in the cost of road works/other works during the period under
consideration due to changes in the rates for relevant components as stated in sub-paragraph (e).
VBR = Increase or decrease in the cost of Major Bridges and Structures during the period under
consideration due to changes in the rates for relevant components as stated in sub-paragraph (e).
PB, PC, PL, PM, and PS are the percentages of bitumen, cement, labour, other materials, and
steel/components (including strands and cables) respectively for the relevant item as stated in
sub-paragraph (e).
PA is the percentage of Plant, machinery and spares component for the relevant item as stated in
sub-paragraph (e).
PF is the percentage of fuel and lubricants for the relevant items as stated in sub- paragraph (e).
AO = The wholesale price index as published by the Ministry of Commerce & Industry, Government
of India (hereinafter called “WPI”) for “Manufacture of machinery for mining, quarrying and
construction” for the month of the Base Date.
AI = The WPI for construction machinery for the month three months prior to the month to which
the IPC relates.
BO = The official retail price of bitumen at the nearest refinery at Panipat, Haryana on the Base
Date.
BI = The official retail price of bitumen at nearest refinery at Panipat, Haryana on the first day of
the month three months prior to the month to which the IPC relates.
CO = The WPI for Ordinary Portland Cement for the month of the Base Date.
CI = The WPI for Ordinary Portland Cement for the month three months prior to the month to
which the IPC relates.
FO = The official retail price of high speed diesel (HSD) oil at the existing consumer pumps of Indian
Oil Corporation (“IOC”) in the State of Himachal Pradesh on the Base Date.
FI = The official retail price of HSD at the existing consumer pumps of IOC in the State of Himachal
Pradesh on the first day of the month three months prior to the month to which the IPC relates.
LO = The consumer price index for industrial workers for the Una circle in the State of Himachal
Pradesh, published by Labour Bureau, Ministry of Labour, Government of India, (hereinafter called
“CPI”) for the month of the Base Date.
LI = The CPI for the month three months prior to the month to which the IPC relates.
MO = The WPI for all commodities for the month of the Base Date.
MI = The WPI for all commodities for the month three months prior to the month to which the IPC
relates.
SO = The WPI for Mild Steel –Long Products for the month of the Base Date.
SI = The WPI for Mild Steel –Long Products for the month three months prior to the month to which
the IPC relates.
(e) The following percentages shall govern the price adjustment of the Contract Price:
Item
Component Road Works
Earthwork, Bitumin Cement Culverts, minor Major Bridges
Granular work, and ous work Concrete bridges and other and Structures
Other works Pavement structures
Labour (PL) [20%] [20%] [20%] [15%] [15%]

Page 79 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Item
Component Road Works
Earthwork, Bitumin Cement Culverts, minor Major Bridges
Granular work, and ous work Concrete bridges and other and Structures
Other works Pavement structures
Cement (PC) [5%] Nil [20%] [15%] [15%]
Steel (PS) Nil Nil Nil [15%] [20%]
Bitumen (PB) Nil [15%] Nil Nil Nil
Fuel and [10%] [10%] [10%] [10%] [10%]
lubricants (PF)
Other Materials [50%] [40%] [35%] [30%] [25%]
(PM)
Plant, machinery [15%] [15%] [15%] [15%] [15%]
and spares. (PA)
Total 100% 100% 100% 100% 100%
19.11 Restrictions on price adjustment
Price adjustment shall be due and payable only in respect of the stages of Works for which the
Stage Payment Statement has been submitted by the Contractor no later than 30 (thirty) days from
the date of the applicable Project Milestone or the Scheduled Completion Date, as the case may be,
including any Time Extension granted therefor in accordance with the provisions of this
Agreement. For the avoidance of doubt, in the event of submission of any Stage Payment Statement
after the period specified herein, price adjustment shall be applicable until the date of the
respective Project Milestone or the Scheduled Completion Date, as the case may be.
19.12 Price adjustment for Maintenance of Project Highway
Lump sum payment for Maintenance shall be adjusted every quarter for changes in rates and prices
of various inputs in accordance with the formula given below:
V = P x (WI-WO)/WO
Where
V= Increase or decrease in the quarterly lump sum payment
P= Quarterly lump sum payment due to the Contractor after adjusting any reduction in payment
for non-compliance of the Maintenance Requirements
W0= The wholesale price index (all commodities) for the month of the Base Date.
WI= The wholesale price index (all commodities) for the first day of the quarter under
consideration for determining the price adjustment.
19.13 Final Payment Statement

(i) Within 60 (sixty) days after receiving the Completion Certificate under Clause 12.2, the
Contractor shall submit to the Authority’s Engineer for consideration 6 (six) copies of a Final
Payment Statement (the “Final Payment Statement”) for Works, with supporting documents
showing in detail, in the form prescribed by the Authority’s Engineer:

(a) the summary of Contractor’s Stage Payment claims for Works as submitted in accordance
with Clause 19.4;

(b) the amounts received from the Authority against each claim; and
(c) any further sums which the Contractor considers due to it from the Authority.
If the Authority’s Engineer disagrees with or cannot verify any part of the Final Payment
Statement, the Contractor shall submit such further information as the Authority’s
Engineer may reasonably require. The Authority’s Engineer shall deliver to the Authority:

i. an IPC for those parts of the Final Payment Statement which are not in dispute, along
with a list of disputed items which shall then be settled in accordance with the

Page 80 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
provisions of Article 26; or

ii. a Final Payment Certificate in accordance with Clause 19.15 if there are no disputed
items.

(ii) If the Authority’s Engineer does not prescribe the form referred to in Clause 19.13 (i) within
15 (fifteen) of the date of issue of the Completion Certificate, the Contractor shall submit the
statement in such form as it deems fit.
19.14 Discharge
Upon submission of the Final Payment Statement for Works under Clause 19.13, the Contractor
shall give to the Authority, with a copy to the Authority’s Engineer, a written discharge confirming
that the total of the Final Payment Statement represents full and final settlement of all monies due
to the Contractor in respect of this Agreement for all the Works arising out of this Agreement,
except for any monies due to either Party on account of any Defect. Provided that such discharge
shall become effective only after the payment due has been made in accordance with the Final
Payment Certificate issued pursuant to Clause 19.15.
19.15 Final Payment Certificate

(i) Within 30 (thirty) days after receipt of the Final Payment Statement for Works under
Clause 19.13, and the written discharge under Clause 19.14, and there being no disputed
items of claim, the Authority’s Engineer shall deliver to the Authority, with a copy to the
Contractor, a final payment certificate (the “Final Payment Certificate”) stating the
amount which, in the opinion of the Authority’s Engineer, is finally due under this
Agreement or otherwise. For the avoidance of doubt, before issuing the Final Payment
Certificate, the Authority’s Engineer shall ascertain from the Authority all amounts
previously paid by the Authority and for all sums to which the Authority is entitled, the
balance, if any, due from the Authority to the Contractor or from the Contractor to the
Authority, as the case may be.

(ii) The Authority shall, in accordance with the provisions of Clause 19.9, pay to the Contractor
the amount which is stated as being finally due in the Final Payment Certificate.
19.16 Final payment statement for Maintenance

(i) Within 30 (thirty) days after completion of the Maintenance Period, the Contractor shall
submit to the Authority’s Engineer 6 (six) copies of the final payment statement for
Maintenance of the Project Highway, with supporting documents showing the details set
forth below in the form prescribed by the Authority’s Engineer:

(a) the total amount claimed in accordance with clause 19.7 (i) and
(b) any sums which the Contractor considers to be due to it, with supporting documents.
(ii) The Authority’s Engineer shall certify final payment within 30 (thirty) days of the receipt
of the final payment statement of Maintenance under Clause 19.16 (i), segregating the
items of amount payable from the items of amount disallowed. The Authority shall make
payment on the basis of the final payment authorised by the Authority’s Engineer within
a period of 30 (thirty) days of the receipt of the Final Payment Statement from the
Authority’s Engineer.

(iii) If the Authority’s Engineer does not prescribe the form within 15 (fifteen) days of the date
of issue of the Completion Certificate, the Contractor shall submit the statement in such
form as it deems fit.
19.17 Change in law

(i) If as a result of Change in Law, the Contractor suffers any additional costs in the execution
of the Works or in relation to the performance of its other obligations under this
Agreement, the Contractor shall, within 15 (fifteen) days from the date it becomes

Page 81 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
reasonably aware of such addition in cost, notify the Authority with a copy to the
Authority’s Engineer of such additional cost due to Change in Law.

(ii) If as a result of Change in Law, the Contractor benefits from any reduction in costs for the
execution of this Agreement or in accordance with the provisions of this Agreement, either
Party shall, within 15 (fifteen) days from the date it becomes reasonably aware of such
reduction in cost, notify the other Party with a copy to the Authority’s Engineer of such
reduction in cost due to Change in Law.

(iii) The Authority’s Engineer shall, within 15 (fifteen) days from the date of receipt of the
notice from the Contractor or the Authority, determine any addition or reduction to the
Contract Price, as the case may be, due to the Change in Law.
19.18 Correction of Interim Payment Certificates
The Authority’s Engineer may by an Interim Payment Certificate make any correction or
modification in any previous Interim Payment Certificate issued by the Authority’s Engineer.
19.19 Authority’s claims
If the Authority considers itself to be entitled to any payment from the Contractor under any Clause
of this Agreement, it shall give notice and particulars to the Contractor 20 (twenty) days before
making the recovery from any amount due to the Contractor, and shall take into consideration the
representation, if any, made by the Contractor in this behalf, before making such recovery.
19.20 Bonus for early completion
In the event that the Project Completion Date occurs prior to the Scheduled Completion Date, the
Contractor shall be entitled to receive a payment of bonus equivalent to 0.03% (zero point zero
three per cent) of the Contract Price for each day by which the Project Completion Date precedes
the Scheduled Completion Date, but subject to a maximum of 5% (five per cent) of the Contract
Price. Provided, however, that the payment of bonus, if any, shall be made only after the issue of
the Completion Certificate. For the avoidance of the doubt, the Parties agree that for the purpose
of determining the bonus payable hereunder, the works shall always be deemed to be as specified
in this Contract Agreement but excluding the works deemed to be deleted from the scope of work
under clause 8.3 of this Contract Agreement and the Contract Price shall always be deemed to be
the amount specified in Clause 19.1 (i) after excluding the Contract Price of the Works deemed to
be deleted from the Scope of Work under clause 8.3 of this Contract Agreement, and shall exclude
any revision thereof for any reason. The Parties also agree that bonus shall be payable only if each
work for which Time Extension has been granted is completed within respective Extended Time.

Page 82 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 20
INSURANCE

20.1 Insurance for Works and Maintenance

(i) The Contractor shall effect and maintain at its own cost the insurances specified in
Schedule-P and as per the requirements under the Applicable Laws.

(ii) Subject to the provisions of Clause 21.6, the Authority and the Contractor shall, in
accordance with its obligations as provided for in this Agreement, be liable to bear the cost
of any loss or damage that does not fall within the scope of this Article 20 or cannot be
recovered from the insurers.

(iii) Subject to the exceptions specified in Clause 20.1 (iv) below, the Contractor shall, save and
except as provided for in this Agreement, fully indemnify, hold harmless and defend the
Authority from and against any and all losses, damages, costs, charges and/or claims with
respect to:

(a) the death of or injury to any person; or

(b) the loss of or damage to any property (other than the Works);
that may arise out of or in consequence of any breach by the Contractor of this
Agreement during the execution of the Works or the remedying of any Defects
therein.

(iv) Notwithstanding anything stated above in Clause 20.1 (iii), the Authority shall fully
indemnify the Contractor from and against any and all losses, damages, costs, charges,
proceedings and/or claims arising out of or with respect to:

(a) the use or occupation of land or any part thereof by the Authority;

(b) the right of the Authority to execute the Works, or any part thereof, on, over,
under, in or through any land;

(c) the damage to property which is the unavoidable result of the execution and
completion of the Works, or the remedying of any Defects therein, in accordance
with this Agreement; and

(d) the death of or injury to persons or loss of or damage to property resulting from
any act or neglect of the Authority, its agents, servants or other contractors, not
being employed by the Contractor.
Provided that, in the event of any injury or damage as a result of the contributory
negligence of the Contractor, the Authority shall be liable to indemnify the Contractor from
and against any and all losses, damages, costs, charges, proceedings and/or claims to the
extent as may be proportionately determined to be the liability of the Authority, its
servants or agents or other contractors not associated with the Contractor in such injury
or damage.

(v) Without prejudice to the obligations of the Parties as specified under Clauses 20.1 (iii) and
20.1 (iv), the Contractor shall maintain or effect such third party insurances as may be
required under the Applicable Laws.

(vi) The Contractor shall provide to the Authority, within 30 days of the Appointed Date,
evidence of professional liability insurance maintained by its Design Director and/or
consultants to cover the risk of professional negligence in the design of Works. The
professional liability coverage shall be for a sum of not less than [3% (three per cent)] of
the Contract Price and shall be maintained until the end of the Defects Liability Period.

20.2 Notice to the Authority

Page 83 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
No later than 15 (fifteen) days after the date of this Agreement, the Contractor shall by notice
furnish to the Authority, in reasonable detail, information in respect of the insurances that it
proposes to effect and maintain in accordance with this Article 20. Within 15 (fifteen) days of
receipt of such notice, the Authority may require the Contractor to effect and maintain such other
insurances as may be necessary pursuant hereto, and in the event of any difference or
disagreement relating to any such insurance, the Dispute Resolution Procedure shall apply.

20.3 Evidence of Insurance Cover

(i) All insurances obtained by the Contractor in accordance with this Article 20 shall be
maintained with insurers on terms consistent with Good Industry Practice. Within 10 (ten)
days from the Appointed Date, the Contractor shall furnish to the Authority notarised true
copies of the certificate(s) of insurance, copies of insurance policies and premia payment
receipts in respect of such insurance, and no such insurance shall be cancelled, modified,
or allowed to expire or lapse until the expiration of at least 45 (forty-five) days after notice
of such proposed cancellation, modification or non- renewal has been delivered by the
Contractor to the Authority. The Contractor shall act in accordance with the directions of
the Authority. Provided that the Contractor shall produce to the Authority the insurance
policies in force and the receipts for payment of the current premia.

(ii) The Contractor shall ensure the adequacy of the insurances at all times in accordance with
the provisions of this Agreement.

20.4 Remedy for failure to insure


If the Contractor shall fail to effect and keep in force all insurances for which it is responsible
pursuant hereto, the Authority shall have the option to either keep in force any such insurances,
and pay such premia and recover the costs thereof from the Contractor, or in the event of
computation of a Termination Payment, treat an amount equal to the Insurance Cover as deemed
to have been received by the Contractor.

20.5 Waiver of subrogation


All insurance policies in respect of the insurance obtained by the Contractor pursuant to this
Article 20 shall include a waiver of any and all rights of subrogation or recovery of the insurers
thereunder against, inter alia, the Authority, and its assigns, successors, undertakings and their
subsidiaries, Affiliates, employees, insurers and underwriters, and of any right of the insurers to
any set-off or counterclaim or any other deduction, whether by attachment or otherwise, in respect
of any liability of any such person insured under any such policy or in any way connected with any
loss, liability or obligation covered by such policies of insurance.

20.6 Contractor’s waiver


The Contractor hereby further releases, assigns and waives any and all rights of subrogation or
recovery against, inter alia, the Authority and its assigns, undertakings and their subsidiaries,
Affiliates, employees, successors, insurers and underwriters, which the Contractor may otherwise
have or acquire in or from or in any way connected with any loss, liability or obligation covered by
policies of insurance maintained or required to be maintained by the Contractor pursuant to this
Agreement (other than third party liability insurance policies) or because of deductible clauses in
or inadequacy of limits of any such policies of insurance.

20.7 Cross liabilities


Any such insurance maintained or effected in pursuance of this Article 20 shall include a cross
liability clause such that the insurance shall apply to the Contractor and to the Authority as
separately insured.

20.8 Accident or injury to workmen


Notwithstanding anything stated in this Agreement, it is hereby expressly agreed between the
Parties that the Authority shall not be liable for or in respect of any damages or compensation

Page 84 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
payable to any workman or other person in the employment of the Contractor or Sub- contractor,
save and except as for death or injury resulting from any act, omission or wilful default of the
Authority, its agents or servants. The Contractor shall indemnify and keep indemnified the
Authority from and against all such claims, proceedings, damages, costs, charges, and expenses
whatsoever in respect of the above save and except for those acts, omissions or wilful defaults for
which the Authority shall be liable.

20.9 Insurance against accident to workmen


The Contractor shall effect and maintain during the Agreement such insurances as may be required
to insure the Contractor’s personnel and any other persons employed by it on the Project Highway
from and against any liability incurred in pursuance of this Article 20. Provided that for the
purposes of this Clause 20.9, the Contractor’s personnel/any person employed by the Contractor
shall include the Sub-contractor and its personnel. It is further provided that, in respect of any
persons employed by any Sub-contractor, the Contractor's obligations to insure as aforesaid under
this Clause 20.9 shall be discharged if the Sub- contractor shall have insured against any liability in
respect of such persons in such manner that the Authority is indemnified under the policy. The
Contractor shall require such Sub- contractor to produce before the Authority, when required, such
policy of insurance and the receipt for payment of the current premium within 10 (ten) days of
such demand being made by the Authority.

20.10 Application of insurance proceeds


The proceeds from all insurance claims, except for life and injury, shall be applied for any necessary
repair, reconstruction, reinstatement, replacement, improvement, delivery or installation of the
Project Highway and the provisions of this Agreement in respect of construction of works shall
apply mutatis mutandis to the works undertaken out of the proceeds of insurance.

20.11 Compliance with policy conditions


Each Party hereby expressly agrees to fully indemnify the other Party from and against all losses
and claims arising from its failure to comply with conditions imposed by the insurance policies
effected in accordance with this Agreement.

20.12 General Requirements of Insurance Policies


The Contractor must:

(a) immediately deposit copies of the policies or certificates of any insurance which it is
required to effect under the Contract, together with receipts for the premiums;

(b) effect all insurances for which the Contractor is responsible with an insurer approved by
the Authority;

(c) make no material changes to the terms of any insurance without the Authority’s approval;

(d) in all respects comply with any conditions stipulated in the insurance policies which the
Contractor is required to effect under the Agreement or which the Authority has effected
in relation to the Facility and notified to the Contractor; and shall provide all assistance to
the Authority in the application for, and finalization of, such comprehensive insurance
package;

(e) regardless of the extent of settlement of claims by the underwriters or the time taken for
settlement of claims, the Contractor shall make good any loss, or damage at its own cost
promptly;

(f) provide all assistance to the Authority in the application for, and finalization of, such
comprehensive insurance package;

(g) pay the Contractor's share of the insurance premiums for insurance premiums allocated
under such comprehensive insurance package policy to the insurances directly to the
insurance provider promptly on demand. In case the Contractor fails to make such

Page 85 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
payment in time, the Authority may elect to pay the Contractor's share and adjust it against
amounts payable to the Contractor under this Agreement;

(h) in the case of occurrence of any event leading to an insurance claim, promptly follow the
procedures specified by the insurance provider, and provide full cooperation and access
to the insurance provider or its representative, to settle the claim expeditiously;

(i) require all the Sub-Contractors providing equipment and materials or services to the
Contractor or the Authority to obtain, maintain and keep in force during the time in which
they are involved in the performance of the Works hereunder insurance coverage
consistent with the Contractor's insurance obligations hereunder and the Contractor shall
also be responsible for fulfillment of this requirement; and

(j) the required insurance coverage and the Contractor's obligations-referred to shall in no
way affect or limit the Contractor's liability with respect to its performance of the Works.
Nothing in this Section shall limit or relieve the Contractor of its liabilities and obligations
under this Agreement.

Page 86 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

PART V FORCE MAJEURE AND


TERMINATION

Page 87 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 21
FORCE MAJEURE

21.1 Force Majeure


As used in this Agreement, the expression “Force Majeure” or “Force Majeure Event” shall mean
occurrence in India of any or all of Non-Political Event, Indirect Political Event and Political Event,
as defined in Clauses 21.2, 21.3 and 21.4 respectively, if it affects the performance by the Party
claiming the benefit of Force Majeure (the “Affected Party”) of its obligations under this
Agreement and which act or event (i) is beyond the reasonable control of the Affected Party, and
(ii) the Affected Party could not have prevented or overcome by exercise of due diligence and
following Good Industry Practice, and (iii) has Material Adverse Effect on the Affected Party.

21.2 Non-Political Event


A Non-Political Event shall mean one or more of the following acts or events:

(a) act of God, epidemic, extremely adverse weather conditions, lightning, earthquake,
landslide, cyclone, flood, volcanic eruption, chemical or radioactive contamination or
ionising radiation, fire or explosion (to the extent of contamination or radiation or fire or
explosion originating from a source external to the Site);

(b) strikes or boycotts (other than those involving the Contractor, Sub- contractors or their
respective employees/ representatives, or attributable to any act or omission of any of
them) interrupting supplies and services to the Project Highway for a continuous period
of 24 (twenty-four) hours and an aggregate period exceeding 10 (ten) days in an
Accounting Year, and not being an Indirect Political Event set forth in Clause 21.3;

(c) any failure or delay of a Sub-contractor but only to the extent caused by another Non-
Political Event;

(d) any judgement or order of any court of competent jurisdiction or statutory authority made
against the Contractor in any proceedings for reasons other than (i) failure of the
Contractor to comply with any Applicable Law or Applicable Permit, or (ii) on account of
breach of any Applicable Law or Applicable Permit or of any contract, or (iii) enforcement
of this Agreement, or (iv) exercise of any of its rights under this Agreement by the
Authority;

(e) the discovery of geological conditions, toxic contamination or archaeological remains on


the Site that could not reasonably have been expected to be discovered through a site
inspection; or

(f) any event or circumstances of a nature analogous to any of the foregoing.

21.3 Indirect Political Event


An Indirect Political Event shall mean one or more of the following acts or events:

(a) an act of war (whether declared or undeclared), invasion, armed conflict or act of foreign
enemy, blockade, embargo, riot, insurrection, terrorist or military action, civil commotion
or politically motivated sabotage;

(b) industry-wide or State-wide strikes or industrial action for a continuous period of 24


(twenty-four) hours and exceeding an aggregate period of 10 (ten) days in an Accounting
Year;

(c) any civil commotion, boycott or political agitation which prevents construction of the
Project Highway by the Contractor for an aggregate period exceeding 10 (ten) days in an
Accounting Year;

(d) any failure or delay of a Sub-contractor to the extent caused by any Indirect Political Event;

Page 88 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(e) any Indirect Political Event that causes a Non-Political Event; or

(f) any event or circumstances of a nature analogous to any of the foregoing.

21.4 Political Event


A Political Event shall mean one or more of the following acts or events by or on account of any
Government Instrumentality:

(a) Change in Law, only if consequences thereof cannot be dealt with under and in accordance
with the provisions of Clause 19.17;

(b) compulsory acquisition in national interest or expropriation of any Project Assets or rights
of the Contractor or of the Sub-Contractors;

(c) unlawful or unauthorised or without jurisdiction revocation of, or refusal to renew or


grant without valid cause, any clearance, licence, permit, authorisation, no objection
certificate, consent, approval or exemption required by the Contractor or any of the Sub-
contractors to perform their respective obligations under this Agreement; provided that
such delay, modification, denial, refusal or revocation did not result from the Contractor’s
or any Sub-contractor’s inability or failure to comply with any condition relating to grant,
maintenance or renewal of such clearance, licence, authorisation, no objection certificate,
exemption, consent, approval or permit;

(d) any failure or delay of a Sub-contractor but only to the extent caused by another Political
Event; or

(e) any event or circumstances of a nature analogous to any of the foregoing.

21.5 Duty to report Force Majeure Event

(i) Upon occurrence of a Force Majeure Event, the Affected Party shall by notice report such
occurrence to the other Party forthwith. Any notice pursuant hereto shall include full
particulars of:

(a) the nature and extent of each Force Majeure Event which is the subject of any claim
for relief under this Article 21 with evidence in support thereof;

(b) the estimated duration and the effect or probable effect which such Force Majeure
Event is having or will have on the Affected Party’s performance of its obligations
under this Agreement;

(c) the measures which the Affected Party is taking or proposes to take for alleviating
the impact of such Force Majeure Event; and

(d) any other information relevant to the Affected Party’s claim.

(ii) The Affected Party shall not be entitled to any relief for or in respect of a Force Majeure
Event unless it shall have notified the other Party of the occurrence of the Force Majeure
Event as soon as reasonably practicable, and in any event no later than 10 (ten) days after
the Affected Party knew, or ought reasonably to have known, of its occurrence, and shall
have given particulars of the probable material effect that the Force Majeure Event is likely
to have on the performance of its obligations under this Agreement.

(iii) For so long as the Affected Party continues to claim to be materially affected by such Force
Majeure Event, it shall provide the other Party with regular (and not less than weekly)
reports containing information as required by Clause 21.5 (i), and such other information
as the other Party may reasonably request the Affected Party to provide.

21.6 Effect of Force Majeure Event on the Agreement

(i) Upon the occurrence of any Force Majeure after the Appointed Date, the costs incurred
and attributable to such event and directly relating to this Agreement (the “Force Majeure

Page 89 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
costs”) shall be allocated and paid as follows:

(a) upon occurrence of a Non-Political Event, the Parties shall bear their respective
Force Majeure costs and neither Party shall be required to pay to the other Party
any costs thereof;

(b) upon occurrence of an Indirect Political Event, all Force Majeure costs attributable
to such Indirect Political Event, and not exceeding the Insurance Cover for such
Indirect Political Event, shall be borne by the Contractor, and to the extent Force
Majeure costs exceed such Insurance Cover, one half of such excess amount shall
be reimbursed by the Authority to the Contractor for the Force Majeure events;
and

(c) upon occurrence of a Political Event, all Force Majeure costs attributable to such
Political Event shall be reimbursed by the Authority to the Contractor.

(d) For the avoidance of doubt, Force Majeure costs may include costs directly
attributable to the Force Majeure Event, but shall not include debt repayment
obligations, if any, of the Contractor.

(ii) Save and except as expressly provided in this Article 21, neither Party shall be liable in any
manner whatsoever to the other Party in respect of any loss, damage, cost, expense, claims,
demands and proceedings relating to or arising out of occurrence or existence of any Force
Majeure Event or exercise of any right pursuant hereto.

(iii) Upon the occurrence of any Force Majeure Event during the Construction Period, the
Project Completion Schedule for and in respect of the affected Works shall be extended on
a day for day basis for such period as performance of the Contractor’s obligations is
affected on account of the Force Majeure Event or its subsisting effects.

21.7 Termination Notice for Force Majeure Event


(i) If a Force Majeure Event subsists for a period of 60 (sixty) days or more within a
continuous period of 120 (one hundred and twenty) days, either Party may in its
discretion terminate this Agreement by issuing a Termination Notice to the other Party
without being liable in any manner whatsoever, save as provided in this Article 21, and
upon issue of such Termination Notice, this Agreement shall, notwithstanding anything to
the contrary contained herein, stand terminated forthwith; provided that before issuing
such Termination Notice, the Party intending to issue the Termination Notice shall inform
the other Party of such intention and grant 15 (fifteen) days’ time to make a
representation, and may after the expiry of such 15 (fifteen) days period, whether or not
it is in receipt of such representation, in its sole discretion issue the Termination Notice.

21.8 Termination Payment for Force Majeure Event

(i) In the event of this Agreement being terminated on account of a Non-Political Event, the
Termination Payment shall be an amount equal to the sum payable under Clause 23.5.
Provided that in the event Termination occurs during the Maintenance Period, the
Authority’s Engineer shall only determine the value of Works associated with
Maintenance.

(ii) If Termination is on account of an Indirect Political Event, the Termination Payment shall
include:

(a) any sums due and payable under Clause 23.5; and

(b) the reasonable cost, as determined by the Authority’s Engineer, of the Plant and
Materials procured by the Contractor and transferred to the Authority for use in
Construction or Maintenance, only if such Plant and Materials are in conformity
with the Specifications and Standards;

Page 90 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Provided that in the event Termination occurs during the Maintenance Period, the
Authority’s Engineer shall only determine the value of Works associated with
Maintenance.

(iii) If Termination is on account of a Political Event, the Authority shall make a Termination
Payment to the Contractor in an amount that would be payable under Clause 23.6 (ii) as if
it were an Authority Default.

21.9 Dispute resolution


In the event that the Parties are unable to agree in good faith about the occurrence or existence of
a Force Majeure Event, such Dispute shall be finally settled in accordance with the Dispute
Resolution Procedure; provided that the burden of proof as to the occurrence or existence of such
Force Majeure Event shall be upon the Party claiming relief and/ or excuse on account of such
Force Majeure Event.

21.10 Excuse from performance of obligations


If the Affected Party is rendered wholly or partially unable to perform its obligations under this
Agreement because of a Force Majeure Event, it shall be excused from performance of such of its
obligations to the extent it is unable to perform on account of such Force Majeure Event; provided
that:

(a) the suspension of performance shall be of no greater scope and of no longer duration than
is reasonably required by the Force Majeure Event;

(b) the Affected Party shall make all reasonable efforts to mitigate or limit damage to the other
Party arising out of or as a result of the existence or occurrence of such Force Majeure
Event and to cure the same with due diligence; and

(c) when the Affected Party is able to resume performance of its obligations under this
Agreement, it shall give to the other Party notice to that effect and shall promptly resume
performance of its obligations hereunder.

Page 91 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 22
SUSPENSION OF CONTRACTOR’S RIGHTS

22.1 Suspension upon Contractor Default


Upon occurrence of a Contractor Default, the Authority shall be entitled, without prejudice to its
other rights and remedies under this Agreement including its rights of Termination hereunder, to
(i) suspend carrying out of the Works or Maintenance or any part thereof, and (ii) carry out such
Works or Maintenance itself or authorize any other person to exercise or perform the same on its
behalf during such suspension (the “Suspension”). Suspension hereunder shall be effective
forthwith upon issue of notice by the Authority to the Contractor and may extend up to a period
not exceeding 90 (ninety) days from the date of issue of such notice.

22.2 Authority to act on behalf of Contractor


During the period of Suspension hereunder, all rights and liabilities vested in the Contractor in
accordance with the provisions of this Agreement shall continue to vest therein and all things done
or actions taken, including expenditure incurred by the Authority for discharging the obligations
of the Contractor under and in accordance with this Agreement shall be deemed to have been done
or taken for and on behalf of the Contractor and the Contractor undertakes to indemnify the
Authority for all costs incurred during such period. The Contractor hereby licenses and sub-
licenses respectively, the Authority or any other person authorized by it under Clause 22.1 to use
during Suspension, all Intellectual Property belonging to or licensed to the Contractor with respect
to the Project Highway and its design, engineering, construction and maintenance, and which is
used or created by the Contractor in performing its obligations under the Agreement.

22.3 Revocation of Suspension

(i) In the event that the Authority shall have rectified or removed the cause of Suspension
within a period not exceeding 60 (sixty) days from the date of Suspension, it shall revoke
the Suspension forthwith and restore all rights of the Contractor under this Agreement.
For the avoidance of doubt, the Parties expressly agree that the Authority may, in its
discretion, revoke the Suspension at any time, whether or not the cause of Suspension has
been rectified or removed hereunder.

(ii) Upon the Contractor having cured the Contractor Default within a period not exceeding 60
(sixty) days from the date of Suspension, the Authority shall revoke the Suspension
forthwith and restore all rights of the Contractor under this Agreement.

22.4 Termination

(i) At any time during the period of Suspension under this Article 22, the Contractor may by
notice require the Authority to revoke the Suspension and issue a Termination Notice. The
Authority shall, within 15 (fifteen) days of receipt of such notice, terminate this Agreement
under and in accordance with Article 23.

(ii) Notwithstanding anything to the contrary contained in this Agreement, in the event that
Suspension is not revoked within 90 (ninety) days from the date of Suspension hereunder,
the Agreement shall, upon expiry of the aforesaid period, be deemed to have been
terminated by mutual agreement of the Parties and all the provisions of this Agreement
shall apply, mutatis mutandis, to such Termination as if a Termination Notice had been
issued by the Authority upon occurrence of a Contractor Default.

Page 92 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 23
TERMINATION

23.1 Termination for Contractor Default

(i) Save as otherwise provided in this Agreement, in the event that any of the defaults
specified below shall have occurred, and the Contractor fails to cure the default within the
Cure Period set forth below, or where no Cure Period is specified, then within a Cure
Period of 60 (sixty) days, the Contractor shall be deemed to be in default of this Agreement
(the “Contractor Default”), unless the default has occurred solely as a result of any breach
of this Agreement by the Authority or due to Force Majeure. The defaults referred to herein
shall include:

(a) the Contractor fails to provide, extend or replenish, as the case may be, the
Performance Security in accordance with this Agreement;

(b) after the replenishment or furnishing of fresh Performance Security in accordance


with Clause 7.3, the Contractor fails to cure, within a Cure Period of 30 (thirty) days,
the Contractor Default for which the whole or part of the Performance Security was
appropriated;

(c) the Contractor does not achieve the latest outstanding Project Milestone due in
accordance with the provisions of Schedule-J, subject to any Time Extension, and
continues to be in default for 45 (forty five) days;

(d) the Contractor abandons or manifests intention to abandon the construction or


Maintenance of the Project Highway without the prior written consent of the
Authority;

(e) the Contractor fails to proceed with the Works in accordance with the provisions of
Clause 10.1 or stops Works and/or the Maintenance for 30 (thirty) days without
reflecting the same in the current programme and such stoppage has not been
authorised by the Authority’s Engineer;

(f) the Project Completion Date does not occur within the period specified in Schedule-
J for the Scheduled Completion Date, or any extension thereof;

(g) the Contractor fails to rectify any Defect, the non-rectification of which shall have a
Material Adverse Effect on the Project, within the time specified in this Agreement
or as directed by the Authority’s Engineer;

(h) the Contractor subcontracts the Works or any part thereof in violation of this
Agreement or assigns any part of the Works or the Maintenance without the prior
approval of the Authority;

(i) the Contractor creates any Encumbrance in breach of this Agreement;

(j) an execution levied on any of the assets of the Contractor has caused a Material
Adverse Effect;

(k) the Contractor is adjudged bankrupt or insolvent, or if a trustee or receiver is


appointed for the Contractor or for the whole or material part of its assets that has
a material bearing on the Project;

(l) the Contractor has been, or is in the process of being liquidated, dissolved, wound-
up, amalgamated or reconstituted in a manner that would cause, in the reasonable
opinion of the Authority, a Material Adverse Effect;

(m) a resolution for winding up or insolvency of the Contractor is passed, or any petition
for winding up or insolvency of the Contractor is admitted by a court of competent
jurisdiction and a provisional liquidator or receiver or interim resolution

Page 93 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
professional, as the case may be, is appointed and such order has not been set aside
within 90 (ninety) days of the date thereof or the Contractor is ordered to be wound
up by court except for the purpose of amalgamation or reconstruction; provided
that, as part of such amalgamation or reconstruction, the entire property, assets and
undertaking of the Contractor are transferred to the amalgamated or reconstructed
entity and that the amalgamated or reconstructed entity has unconditionally
assumed the obligations of the Contractor under this Agreement; and provided that:
i. the amalgamated or reconstructed entity has the capability and experience
necessary for the performance of its obligations under this Agreement; and
ii. the amalgamated or reconstructed entity has the financial standing to
perform its obligations under this Agreement and has a credit worthiness
at least as good as that of the Contractor as at the Appointed Date;

(n) any representation or warranty of the Contractor herein contained which is, as of
the date hereof, found to be false or the Contractor is at any time hereafter found to
be in breach or non-compliance thereof;

(o) the Contractor submits to the Authority any statement, notice or other document,
in written or electronic form, which has a material effect on the Authority’s rights,
obligations or interests and which is false in material particulars;

(p) the Contractor has failed to fulfil any obligation, for which failure Termination has
been specified in this Agreement; or

(q) the Contractor commits a default in complying with any other provision of this
Agreement if such a default causes a Material Adverse Effect on the Project or on
the Authority.

(r) gives or offers to give (directly or indirectly) to any person any bribe, gift, gratuity,
commission or other thing of value, as an inducement or reward:
i. for doing or forbearing to do any action in relation to the Contract, or
ii. for showing or forbearing to show favour or disfavour to any person in
relation to the Contract,
or if any of the Contractor’s personnel, agents or subcontractors gives or offers to
give (directly or indirectly) to any person any such inducement or reward as is
described in this sub-paragraph (s). However, lawful inducements and rewards to
Contractor’s Personnel shall not entitle termination.

(ii) Without prejudice to any other rights or remedies which the Authority may have
under this Agreement, upon occurrence of a Contractor Default, the Authority shall
be entitled to terminate this Agreement by issuing a Termination Notice to the
Contractor; provided that before issuing the Termination Notice, the Authority shall
by a notice inform the Contractor of its intention to issue such Termination Notice
and grant 15 (fifteen) days to the Contractor to make a representation, and may
after the expiry of such 15 (fifteen) days, whether or not it is in receipt of such
representation, issue the Termination Notice.

(iii) The following shall apply in respect of cure of any of the defaults and/ or breaches
of the Agreement:

(a) The Cure Period shall commence from the date of the notice by the
Authority to the Contractor asking the latter to cure the breach or default
specified in such notice;

(b) The Cure Period provided in the Agreement shall not relieve the Contractor
from liability for Damages caused by its breach or default;

Page 94 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(c) The Cure Period shall not in any way be extended by any period of
suspension under the Agreement;

(d) If the cure of any breach by the Contractor requires any reasonable action
by the Contractor that must be approved by the Authority hereunder the
applicable Cure Period (and any liability of the Contractor for damages
incurred) shall be extended by the period taken by the Authority to accord
its required approval.

(iv) After termination of this Agreement for Contractor Default, the Authority may
complete the Works and/or arrange for any other entities to do so. The Authority
and these entities may then use any Materials, Plant and equipment, Contractor’s
documents and other design documents made by or on behalf of the Contractor.

(v) As a natural consequence of the termination , due to the contractor’s failure, the
contractor shall deemed to have been debarred for a period of 2 years and shall not
be able to bid any contract to bid any contract of the Authority either singularly or
in a JV or its Related Parties.
(Explanation: Such debarment shall be natural consequence of termination . No
separate show cause / proceeding shall be initiated for placing such contractor
under debarment).

(vi) The authority may, at its discretion, without terminating the contract and following
the contractor to continue with the existing contract(s), place the contractor(s) in
the ‘Negative list’ for any of the following reasons :

(a) Failure to achieve milestone proportionate to the encumbrance free ROW


handed over.

(b) Failure to achieve targets/ interim targets duly communicated by the


Authority or its officers;

(c) Failure to mobilize machinery/ manpower as per the direction of the


Authority or its officers;

(d) Inefficient and unsafe execution of work showing total disregard to public
safety in construction zone and public convenience;

(e) Showing total disregard to environmental laws, local laws and State/ local
administration concerns;

(f) Showing total lack of ability (whether managerial / technical) to execute


project of such size;

(g) Failure to abide by any lawful direction of the Authority or its officers.

(h) Failure of contractor to extend / replenish the performance security as per


Contract Agreement.

(i) Failure of contractor to maintain the project highway during construction


and/ or after completion of work, during the maintenance period.

(j) Failure of contractor to rectify defects/ unsafe work within the time period
as directed by Authority Engineer.

(k) Subcontracting part or whole of the work without approval of the


Authority.

(l) Failure of contractor to fulfill its obligation as per Article 3 of contractor of


Agreement.

(vii) Provided that, the Authority shall issue a notice giving 15 days time to the

Page 95 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
contractor before placing them in the ‘Negative list’ and upon evaluation of reply, if
any, shall take a final decision. Such a notice shall not be issued without the approval
of an officer below the rank of Executive Director.
Provided, upon satisfactory action on the matter for which the contractor was
placed in the list, the Competent Authority may allow the name of the contractor to
be removed from the ‘Negative List’

(viii) Consequence of placement in the Negative List:


‘’The contractor to include all the JV partners and their Related parties shall not be
eligible to bid in any of the authority ‘s contracts/ project for a period of 2 years
from the date of being placed in the negative list or till the completion of the ongoing
contract or removal of the Contractor from the negative list, whichever is earlier.”

23.2 Termination for Authority Default

(i) In the event that any of the defaults specified below shall have occurred, and the Authority
fails to cure such default within a Cure Period of 90 (ninety) days or such longer period as
has been expressly provided in this Agreement, the Authority shall be deemed to be in
default of this Agreement (the “Authority Default”) unless the default has occurred as a
result of any breach of this Agreement by the Contractor or due to Force Majeure. The
defaults referred to herein shall include:

(a) the Authority commits a material default in complying with any of the provisions
of this Agreement and such default has a Material Adverse Effect on the
Contractor;

(b) the Authority has failed to make payment of any amount due and payable to the
Contractor within the period specified in this Agreement;

(c) the Authority has failed to provide, within a period of 180 (one hundred and
eighty) days from the Appointed Date, the environmental clearances required for
construction of the Project Highway;

(d) the Authority becomes bankrupt or insolvent, goes into liquidation, has a
receiving or administration order made against him, compounds with its
creditors, or carries on business under a receiver, trustee or manager for the
benefit of its creditors, or if any act is done or event occurs which (under
Applicable Laws) has a similar effect;

(e) the Authority repudiates this Agreement or otherwise takes any action that
amounts to or manifests an irrevocable intention not to be bound by this
Agreement;

(f) the Authority’s Engineer fails to issue the relevant Interim Payment Certificate
within 60 (sixty) days after receiving a statement and supporting documents; or

(g) the whole work is suspended by Authority beyond 120 (one hundred twenty)
days for any reason which is not attributed to the Contractor.

(ii) Without prejudice to any other right or remedy which the Contractor may have under this
Agreement, upon occurrence of an Authority Default, the Contractor shall be entitled to
terminate this Agreement by issuing a Termination Notice to the Authority; provided that
before issuing the Termination Notice, the Contractor shall by a notice inform the
Authority of its intention to issue the Termination Notice and grant 15 (fifteen) days to the
Authority to make a representation, and may after the expiry of such 15 (fifteen) days,
whether or not it is in receipt of such representation, issue the Termination Notice.
If on the consideration of the Authority’s representation or otherwise, the contractor does
not issue the Termination Notice on such 15th (fifteenth) day and prefers to continue with

Page 96 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
the project, it is deemed that the cause of action of the Termination Notice has been
condoned by the Contractor and he would be deemed to have waived any claim and
forfeited any right to any other remedy on that count or in relation to such action or
omission.

23.3 Termination for Authority’s convenience


Notwithstanding anything stated hereinabove, the Authority may terminate this Agreement for
convenience. The termination shall take effect 30 (thirty) days from the date of notice provided to
the Contractor.

23.4 Requirements after Termination


Upon Termination of this Agreement in accordance with the terms of this Article 23, the Contractor
shall comply with and conform to the following:

(a) deliver all relevant records, reports, Intellectual Property and other licences pertaining to
the Works, Maintenance, other design documents;

(b) transfer and/or deliver all Applicable Permits to the extent permissible under Applicable
Laws; and

(c) vacate the Site within 15 (fifteen) days.

23.5 Valuation of Unpaid Works

(i) Within a period of 45 (forty-five) days after Termination under Clause 23.1, 23.2 or 23.3,
as the case may be, has taken effect, the Authority’s Engineer shall proceed in accordance
with Clause 18.5 to determine as follows the valuation of unpaid Works (the “Valuation
of Unpaid Works”):

(a) value of the completed stage of the Works, less payments already made;

(b) reasonable value of the partially completed stages of works as on the date of
Termination, only if such works conform with the Specifications and Standards; and

(c) value of Maintenance, if any, for completed months, less payments already made,
and shall adjust from the sum thereof (i) any other amounts payable or recoverable,
as the case may be, in accordance with the provisions of this Agreement; and (ii) all
taxes due to be deducted at source.

(ii) The Valuation of Unpaid Works shall be communicated to the Authority, with a copy to the
Contractor, within a period of 30 (thirty) days from the date of Termination.

23.6 Termination Payment

(i) Upon Termination on account of Contractor’s Default under Clause 23.1, the Authority
shall:

(a) encash and appropriate the Performance Security, Additional Performance Security
if any and Retention Money, or in the event the Contractor has failed to replenish or
extend the Performance Security and Additional Performance Security if any, claim
the amount stipulated in Clause 7.1, as agreed pre- determined compensation to the
Authority for any losses, delays and cost of completing the Works and Maintenance,
if any;

(b) encash and appropriate the Bank Guarantee, if any, for and in respect of the
outstanding Advance Payment and interest thereon; and

(c) pay to the Contractor, by way of Termination Payment, an amount equivalent to the
Valuation of Unpaid Works after adjusting any other sums payable or recoverable,
as the case may be, in accordance with the provisions of this Agreement.

(ii) Upon Termination on account of an Authority Default under Clause 23.2 or for Authority’s

Page 97 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
convenience under Clause 23.3, the Authority shall:

(a) return the Performance Security, Additional Performance Security and Retention
Money forthwith;

(b) encash and appropriate the bank guarantee, if any, for and in respect of the
outstanding Advance Payment; and

(c) pay to the Contractor, by way of Termination Payment, an amount equal to:

i. Valuation of Unpaid Works;

ii. the reasonable cost of temporary works, as determined by the Authority’s


Engineer; and

iii. 10% (ten per cent) of the cost of the Works and Maintenance that are not
commenced or not completed, and shall adjust from the sum thereof (i) any
other amounts payable or recoverable, as the case may be, in accordance
with the provisions of this Agreement, and (ii) all taxes due to be deducted
at source.

(iii) Termination Payment shall become due and payable to the Contractor within 30 (thirty)
days of a demand being made by the Contractor to the Authority with the necessary
particulars, and in the event of any delay, the Authority shall pay interest at Bank Rate +
3% per annum, on the amount of Termination Payment remaining unpaid; provided that
such delay shall not exceed 90 (ninety) days. For the avoidance of doubt, it is expressly
agreed that Termination Payment shall constitute full discharge by the Authority of its
payment obligations in respect thereof hereunder.

(iv) The Contractor expressly agrees that Termination Payment under this Article 23 shall
constitute a full and final settlement of all claims of the Contractor on account of
Termination of this Agreement and that it shall not have any further right or claim under
any law, treaty, convention, contract or otherwise.

23.7 Other rights and obligations of the Parties


Upon Termination for any reason whatsoever:

(a) property and ownership in all Materials, Plant and Works and the Project Highway shall,
as between the Contractor and the Authority, vest in the Authority in whole; provided that
the foregoing shall be without prejudice to Clause 23.6;

(b) risk of loss or damage to any Materials, Plant or Works and the care and custody thereof
shall pass from the Contractor to the Authority; and

(c) the Authority shall be entitled to restrain the Contractor and any person claiming through
or under the Agreement from entering upon the Site or any part of the Project, which have
not been vested in the Authority in accordance with the provisions of this Agreement.

23.8 Survival of rights


Notwithstanding anything to the contrary contained in this Agreement any Termination pursuant
to the provisions of this Agreement shall be without prejudice to the accrued rights of either Party
including its right to claim and recover money damages, insurance proceeds, security deposits, and
other rights and remedies, which it may have in law or Agreement. All rights and obligations of
either Party under this Agreement, including Termination Payments, shall survive the Termination
to the extent such survival is necessary for giving effect to such rights and obligations.

23.9 Foreclosure with mutual consent

(i) Without prejudice to any provision of this Agreement, the Authority and Contractor may
foreclose this Agreement by mutual consent in circumstances which does not constitute
either party’s default without any liability or consequential future liability for either party.

Page 98 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(ii) Should a Party intend to foreclose this Agreement by mutual consent, the intending Party
shall issue a notice to the other Party and upon issuance of such notice, the other Party
may within 15 days from receipt of such notice either agree to such foreclosure or raise
objection(s) to the same by intimating either of the two possible positions to the intending
Party in writing.

(iii) In either case of the other Party agreeing to the proposed foreclosure or otherwise, the
Parties may negotiate the proposed foreclosure and sign a Supplementary Agreement for
foreclosure to the main Contract Agreement within 30 (thirty) days of the date agreeing
by both Parties. Foreclosure shall not come into effect unless and otherwise
Supplementary Agreement is signed.

(iv) Any attempt or endeavor for foreclosure by mutual agreement shall be without prejudice
to the rights and obligations of the Parties herein and the factum of such an attempt or
exercise shall not stop either of the Parties from discharging their contractual obligations
under this Agreement.

(v) For the avoidance of doubt, it is clarified that such foreclosure will be without prejudice to
the Contractor and shall not affect the Contractor in any way if it wishes to bid in future
projects of the Authority.

Page 99 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

PART-VI OTHER PROVISIONS

Page 100 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 24
ASSIGNMENT AND CHARGES

24.1 Restrictions on assignment and charges


This Agreement shall not be assigned by the Contractor to any person, save and except with the
prior consent in writing of the Authority, which consent the Authority shall be entitled to decline
without assigning any reason.

24.2 Hypothecation of Materials or Plant


Notwithstanding the provisions of Clause 24.1, the Contractor may pledge or hypothecate to its
lenders, any Materials or Plant prior to their incorporation in the Works. Further, the Contractor
may, by written notice to the Authority, assign its right to receive payments under this Agreement
either absolutely or by way of charge, to any person providing financing to the Contractor in
connection with the performance of the Contractor’s obligations under this Agreement. The
Contractor acknowledges that any such assignment by the Contractor shall not relieve the
Contractor from any obligations, duty or responsibility under this Agreement.

Page 101 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 25
LIABILITY AND INDEMNITY

25.1 General indemnity


(i) The Contractor will indemnify, defend, save and hold harmless the Authority and its
officers, servants, agents, Government Instrumentalities and Government owned and/or
controlled entities/enterprises, (the “Authority Indemnified Persons”) against any and
all suits, proceedings, actions, demands and third party claims for any loss, damage, cost
and expense of whatever kind and nature, whether arising out of any breach by the
Contractor of any of its obligations under this Agreement or from any negligence under
the Agreement, including any errors or deficiencies in the design documents, or tort or on
any other ground whatsoever, except to the extent that any such suits, proceedings,
actions, demands and claims have arisen due to any negligent act or omission, or breach
or default of this Agreement on the part of the Authority Indemnified Persons.

25.2 Indemnity by the Contractor

(i) Without limiting the generality of Clause 25.1, the Contractor shall fully indemnify, hold
harmless and defend the Authority and the Authority Indemnified Persons from and
against any and all loss and/or damages arising out of or with respect to:

(a) failure of the Contractor to comply with Applicable Laws and Applicable Permits;

(b) payment of taxes required to be made by the Contractor in respect of the income
or other taxes of the Sub-contractors, suppliers and representatives; or

(c) non-payment of amounts due because of Materials or services furnished to the


Contractor or any of its Sub-contractors which are payable by the Contractor or
any of its Sub-contractors.

(ii) Without limiting the generality of the provisions of this Article 25, the Contractor shall
fully indemnify, hold harmless and defend the Authority Indemnified Persons from and
against any and all suits, proceedings, actions, claims, demands, liabilities and damages
which the Authority Indemnified Persons may hereafter suffer, or pay by reason of any
demands, claims, suits or proceedings arising out of claims of infringement of any domestic
or foreign patent rights, copyrights or other intellectual property, proprietary or
confidentiality rights with respect to any materials, information, design or process used
by the Contractor or by the Sub-contractors in performing the Contractor’s obligations or
in any way incorporated in or related to the Project. If in any such suit, action, claim or
proceedings, a temporary restraint order or preliminary injunction is granted, the
Contractor shall make every reasonable effort, by giving a satisfactory bond or otherwise,
to secure the revocation or suspension of the injunction or restraint order. If, in any such
suit, action, claim or proceedings, the Project Highway, or any part thereof or comprised
therein, is held to constitute an infringement and its use is permanently enjoined, the
Contractor shall promptly make every reasonable effort to secure for the Authority a
licence, at no cost to the Authority, authorising continued use of the infringing work. If the
Contractor is unable to secure such licence within a reasonable time, the Contractor shall,
at its own expense, and without impairing the Specifications and Standards, either replace
the affected work, or part, or process thereof with non-infringing work or part or process
or modify the same so that it becomes non-infringing.

25.3 Notice and contest of claims


In the event that either Party receives a claim or demand from a third party in respect of which it
is entitled to the benefit of an indemnity under this Article 25 (the “Indemnified Party”) it shall
notify the other Party (the “Indemnifying Party”) within 15 (fifteen) days of receipt of the claim
or demand and shall not settle or pay the claim without the prior approval of the Indemnifying
Party, which approval shall not be unreasonably withheld or delayed. If the Indemnifying Party

Page 102 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
wishes to contest or dispute the claim or demand, it may conduct the proceedings in the name of
the Indemnified Party, subject to the Indemnified Party being secured against any costs involved,
to its reasonable satisfaction.

25.4 Defence of claims

(i) The Indemnified Party shall have the right, but not the obligation, to contest, defend and
litigate any claim, action, suit or proceeding by any third party alleged or asserted against
such Party in respect of, resulting from, related to or arising out of any matter for which it
is entitled to be indemnified hereunder, and reasonable costs and expenses thereof shall
be indemnified by the Indemnifying Party. If the Indemnifying Party acknowledges in
writing its obligation to indemnify the Indemnified Party in respect of loss to the full extent
provided by this Article 25, the Indemnifying Party shall be entitled, at its option, to
assume and control the defence of such claim, action, suit or proceeding, liabilities,
payments and obligations at its expense and through the counsel of its choice; provided it
gives prompt notice of its intention to do so to the Indemnified Party and reimburses the
Indemnified Party for the reasonable cost and expenses incurred by the Indemnified Party
prior to the assumption by the Indemnifying Party of such defence. The Indemnifying Party
shall not be entitled to settle or compromise any claim, demand, action, suit or proceeding
without the prior written consent of the Indemnified Party, unless the Indemnifying Party
provides such security to the Indemnified Party as shall be reasonably required by the
Indemnified Party to secure the loss to be indemnified hereunder to the extent so
compromised or settled.

(ii) If the Indemnifying Party has exercised its rights under Clause 25.3, the Indemnified Party
shall not be entitled to settle or compromise any claim, action, suit or proceeding without
the prior written consent of the Indemnifying Party (which consent shall not be
unreasonably withheld or delayed).

(iii) If the Indemnifying Party exercises its rights under Clause 25.3, the Indemnified Party shall
nevertheless have the right to employ its own counsel, and such counsel may participate
in such action, but the fees and expenses of such counsel shall be at the expense of the
Indemnified Party, when and as incurred, unless:

(a) the employment of counsel by such party has been authorised in writing by the
Indemnifying Party; or

(b) the Indemnified Party shall have reasonably concluded that there may be a
conflict of interest between the Indemnifying Party and the Indemnified Party in
the conduct of the defence of such action; or

(c) the Indemnifying Party shall not, in fact, have employed independent counsel
reasonably satisfactory to the Indemnified Party, to assume the defence of such
action and shall have been so notified by the Indemnified Party; or

(d) the Indemnified Party shall have reasonably concluded and specifically notified
the Indemnifying Party either:
i. that there may be specific defences available to it which are different from
or additional to those available to the Indemnifying Party; or
ii. that such claim, action, suit or proceeding involves or could have a
material adverse effect upon it beyond the scope of this Agreement:
Provided that if Sub-clauses (b), (c) or (d) of this Clause 25.4 (iii) shall be applicable, the
counsel for the Indemnified Party shall have the right to direct the defence of such claim,
demand, action, suit or proceeding on behalf of the Indemnified Party, and the reasonable
fees and disbursements of such counsel shall constitute legal or other expenses hereunder.

25.5 Survival on Termination

Page 103 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
The provisions of this Article 25 shall survive Termination.

Page 104 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 26
DISPUTE RESOLUTION

26.1 Dispute Resolution

(i) Any dispute, difference or controversy of whatever nature howsoever arising under or out
of or in relation to this Agreement (including its interpretation) between the Parties, and
so notified in writing by either Party to the other Party (the “Dispute”) shall, in the first
instance, be attempted to be resolved amicably in accordance with the conciliation
procedure set forth in Clause 26.2.

(ii) The Parties agree to use their best efforts for resolving all Disputes arising under or in
respect of this Agreement promptly, equitably and in good faith, and further agree to
provide each other with reasonable access during normal business hours to all non-
privileged records, information and data pertaining to any Dispute.

26.2 Conciliation
In the event of any Dispute between the Parties, either Party may call upon the Authority’s
Engineer, or such other person as the Parties may mutually agree upon (the “Conciliator”) to
mediate and assist the Parties in arriving at an amicable settlement thereof. Failing mediation by
the Conciliator or without the intervention of the Conciliator, either Party may require such
Dispute to be referred to the Chairman of the Authority and the Chairman of the Board of Directors
of the Contractor for amicable settlement, and upon such reference, the said persons shall meet no
later than 7 (seven) business days from the date of reference to discuss and attempt to amicably
resolve the Dispute. If such meeting does not take place within the 30 (thirty) business day period
or the Dispute is not amicably settled within 30 (thirty) days of the meeting or the Dispute is not
resolved as evidenced by the signing of written terms of settlement within 30 (thirty) days of the
notice in writing referred to in Clause 26.1.1 or such longer period as may be mutually agreed by
the Parties, either Party may refer the Dispute to arbitration in accordance with the provisions of
Clause 26.3 but before resorting to such arbitration, the parties agree to explore conciliation by the
Conciliation Committees of Independent Experts set up by the Authority in accordance with the
procedure decided by the panel of such experts and notified by the Authority on its website
including its subsequent amendments. In the event of the conciliation proceedings being
successful, the parties to the dispute would sign the written settlement agreement and the
conciliators would authenticate the same. Such settlement agreement would then be binding on
the parties in terms of Section 73 of the Arbitration Act. In case of failure of the conciliation process
even at the level of the Conciliation Committee, either party may refer the Dispute to arbitration in
accordance with the provisions of Clause 26.3.

26.3 Arbitration

(i) Any dispute which remains unresolved between the parties through the mechanisms
available/ prescribed in the Agreement, irrespective of any claim value, which has not
been agreed upon/ reached settlement by the parties, will be referred to the Arbitral
Tribunal as per the Arbitration and Conciliation Act.

(ii) Deleted

(iii) The Arbitral Tribunal shall make a reasoned award (the “Award”). Any Award made in any
arbitration held pursuant to this Article 26 shall be final and binding on the Parties as from
the date it is made, and the Contractor and the Authority agree and undertake to carry out
such Award without delay.

(iv) The Contractor and the Authority agree that an Award may be enforced against the
Contractor and/or the Authority, as the case may be, and their respective assets wherever
situated.

(v) This Agreement and the rights and obligations of the Parties shall remain in full force and

Page 105 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
effect, pending the Award in any arbitration proceedings hereunder. Further, the parties
unconditionally acknowledge and agree that notwithstanding any dispute between them,
each Party shall proceed with the performance of its respective obligations, pending
resolution of Dispute in accordance with this Article.

(vi) In the event the Party against whom the Award has been granted challenges the Award for
any reason in a court of law, it shall make an interim payment to the other Party for an
amount equal to 75% (seventy five per cent) of the Award, pending final settlement of the
Dispute. The aforesaid amount shall be paid forthwith upon furnishing an irrevocable
Bank Guarantee for a sum equal to 120 % (one hundred and twenty per cent) of the
aforesaid amount. Upon final settlement of the Dispute, the aforesaid interim payment
shall be adjusted and any balance amount due to be paid or returned, as the case may be,
shall be paid or returned with interest calculated at the rate of 10% (ten per cent) per
annum from the date of interim payment to the date of final settlement of such balance.

26.4 Adjudication by Regulatory Authority, Tribunal or Commission


In the event of constitution of a statutory regulatory authority, tribunal or commission, as the case
may be, with powers to adjudicate upon disputes between the Contractor and the Authority, all
Disputes arising after such constitution shall, instead of reference to arbitration under Clause 26.3,
be adjudicated upon by such regulatory authority, tribunal or commission in accordance with the
Applicable Law and all references to Dispute Resolution Procedure shall be construed accordingly.
For the avoidance of doubt, the Parties hereto agree that the adjudication hereunder shall not be
final and binding until an appeal against such adjudication has been decided by an appellate
tribunal or court of competent jurisdiction, as the case may be, or no such appeal has been
preferred within the time specified in the Applicable Law.

Page 106 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
ARTICLE 27
MISCELLANEOUS

27.1 Governing law and jurisdiction


This Agreement shall be construed and interpreted in accordance with and governed by the laws
of India, and the courts at [Delhi] shall have exclusive jurisdiction over matters arising out of or
relating to this Agreement.

27.2 Waiver of immunity


Each Party unconditionally and irrevocably:

(a) agrees that the execution, delivery and performance by it of this Agreement constitute
commercial acts done and performed for commercial purpose;

(b) agrees that, should any proceedings be brought against it or its assets, property or
revenues in any jurisdiction in relation to this Agreement or any transaction contemplated
by this Agreement, no immunity (whether by reason of sovereignty or otherwise) from
such proceedings shall be claimed by or on behalf of the Party with respect to its assets;

(c) waives any right of immunity which it or its assets, property or revenues now has, may
acquire in the future or which may be attributed to it in any jurisdiction; and

(d) consents generally in respect of the enforcement of any judgement or award against it in
any such proceedings to the giving of any relief or the issue of any process in any
jurisdiction in connection with such proceedings (including the making, enforcement or
execution against it or in respect of any assets, property or revenues whatsoever
irrespective of their use or intended use of any order or judgement that may be made or
given in connection therewith).

27.3 Delayed payments


The Parties hereto agree that payments due from one Party to the other Party under the provisions
of this Agreement shall be made within the period set forth therein, and if no such period is
specified, within 30 (thirty) days of receiving a demand along with the necessary particulars. In the
event ofdelay beyond such period, the defaulting Party shall pay interest for the period of delay
calculated at a rate equal to Base Rate plus 2 (two) percent, calculated at quarterly rests, and
recovery thereof shall be without prejudice to the rights of the Parties under this Agreement
including Termination thereof.

27.4 Waiver

(i) Waiver, including partial or conditional waiver, by either Party of any default by the other
Party in the observance and performance of any provision of or obligations under this
Agreement:-

(a) shall not operate or be construed as a waiver of any other or subsequent default
hereof or of other provisions of or obligations under this Agreement;

(b) shall not be effective unless it is in writing and executed by a duly authorised
representative of the Party; and

(c) shall not affect the validity or enforceability of this Agreement in any manner.

(ii) Neither the failure by either Party to insist on any occasion upon the performance of the
terms, conditions and provisions of this Agreement or any obligation thereunder nor time
or other indulgence granted by a Party to the other Party shall be treated or deemed as
waiver of such breach or acceptance of any variation or the relinquishment of any such
right hereunder.

27.5 Liability for review of Documents and Drawings

Page 107 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Except to the extent expressly provided in this Agreement:

(a) no review, comment or approval by the Authority or the Authority’s Engineer of any
Document or Drawing submitted by the Contractor nor any observation or inspection of
the construction, or maintenance of the Project Highway nor the failure to review,
approve, comment, observe or inspect hereunder shall relieve or absolve the Contractor
from its obligations, duties and liabilities under this Agreement, the Applicable Laws and
Applicable Permits; and

(b) the Authority shall not be liable to the Contractor by reason of any review, comment,
approval, observation or inspection referred to in Sub-clause (a) above.

27.6 Exclusion of implied warranties etc.


This Agreement expressly excludes any warranty, condition or other undertaking implied at law
or by custom or otherwise arising out of any other agreement between the Parties or any
representation by either Party not contained in a binding legal agreement executed by both Parties.

27.7 Survival

(i) Termination shall:

(a) not relieve the Contractor or the Authority, as the case may be, of any obligations
hereunder which expressly or by implication survive Termination hereof; and

(b) except as otherwise provided in any provision of this Agreement expressly


limiting the liability of either Party, not relieve either Party of any obligations or
liabilities for loss or damage to the other Party arising out of, or caused by, acts or
omissions of such Party prior to the effectiveness of such Termination or arising
out of such Termination.

(ii) All obligations surviving Termination shall only survive for a period of 3 (three)
years following the date of such Termination.

27.8 Entire Agreement


This Agreement and the Schedules together constitute a complete and exclusive statement of the
terms of the agreement between the Parties on the subject hereof, and no amendment or
modification hereto shall be valid and effective unless such modification or amendment is agreed
to in writing by the Parties and duly executed by persons especially empowered in this behalf by
the respective Parties. All prior written or oral understandings, offers or other communications of
every kind pertaining to this Agreement are abrogated and withdrawn. For the avoidance of doubt,
the Parties hereto agree that any obligations of the Contractor arising from the Request for
Qualification or Request for Proposals, as the case may be, shall be deemed to form part of this
Agreement and treated as such.

27.9 Severability
If for any reason whatever, any provision of this Agreement is or becomes invalid, illegal or
unenforceable or is declared by any court of competent jurisdiction or any other instrumentality
to be invalid, illegal or unenforceable, the validity, legality or enforceability of the remaining
provisions shall not be affected in any manner, and the Parties will negotiate in good faith with a
view to agreeing to one or more provisions which may be substituted for such invalid,
unenforceable or illegal provisions, as nearly as is practicable to such invalid, illegal or
unenforceable provision. Failure to agree upon any such provisions shall not be subject to the
Dispute Resolution Procedure set forth under this Agreement or otherwise.

27.10 No partnership
This Agreement shall not be interpreted or construed to create an association, joint venture or
partnership between the Parties, or to impose any partnership obligation or liability upon either
Party, and neither Party shall have any right, power or authority to enter into any agreement or

Page 108 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
undertaking for, or act on behalf of, or to act as or be an agent or representative of, or to otherwise
bind, the other Party.

27.11 Third parties


This Agreement is intended solely for the benefit of the Parties and their respective successors and
permitted assigns, and nothing in this Agreement shall be construed to create any duty to, standard
of care with reference to, or any liability to, any person not a Party to this Agreement.

27.12 Successors and assigns


This Agreement shall be binding upon, and inure to the benefit of the Parties and their respective
successors and permitted assigns.

27.13 Notices
Any notice or other communication to be given by any Party to the other Party under or in
connection with the matters contemplated by this Agreement shall be in writing and shall:

(a) in the case of the Contractor, be given by facsimile or e-mail and by letter delivered by
hand to the address given and marked for attention of the person set out below or to such
other person as the Contractor may from time to time designate by notice to the Authority;
provided that notices or other communications to be given to an address outside [Delhi]
may, if they are subsequently confirmed by sending a copy thereof by registered
acknowledgement due, air mail or by courier, be sent by facsimile or e-mail to the person
as the Contractor may from time to time designate by notice to the Authority;

(b) in the case of the Authority, be given by facsimile or e-mail and by letter delivered by hand
and be addressed to the [Chairman] of the Authority with a copy delivered to the Authority
Representative or such other person as the Authority may from time to time designate by
notice to the Contractor; provided that if the Contractor does not have an office in [Delhi]
it may send such notice by facsimile or e-mail and by registered acknowledgement due, air
mail or by courier; and

(c) any notice or communication by a Party to the other Party, given in accordance herewith,
shall be deemed to have been delivered when in the normal course of post it ought to have
been delivered and in all other cases, it shall be deemed to have been delivered on the
actual date and time of delivery; provided that in the case of facsimile or e- mail, it shall be
deemed to have been delivered on the working day following the date of its delivery.

27.14 Language
All notices required to be given by one Party to the other Party and all other communications,
Documentation and proceedings which are in any way relevant to this Agreement shall be in
writing and in English language.

27.15 Counterparts
This Agreement may be executed in two counterparts, each of which, when executed and delivered,
shall constitute an original of this Agreement.

27.16 Confidentiality
The Parties shall treat the details of this Agreement as private and confidential, except to the extent
necessary to carry out obligations under it or to comply with Applicable Laws. The Contractor shall
not publish, permit to be published, or disclose any particulars of the Works in any trade or
technical paper or elsewhere without the previous agreement of the Authority.

27.17 Copyright and Intellectual Property rights


(i) As between the Parties, the Contractor shall retain the copyright and other Intellectual
Property rights in the Contractor's documents and other design documents made by (or
on behalf of) the Contractor. The Contractor shall be deemed (by signing this Agreement)

Page 109 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
to give to the Authority a non-terminable transferable non-exclusive royalty-free licence
to copy, use and communicate the Contractor's documents, including making and using
modifications of them. This licence shall:

(a) apply throughout the actual or intended working life (whichever is longer) of the relevant
parts of the Works;

(b) entitle any person in proper possession of the relevant part of the Works to copy, use and
communicate the Contractor's documents for the purposes of completing, operating,
maintaining, altering, adjusting, repairing and demolishing the Works; and

(c) in the case of Contractor's documents which are in the form of computer programs and
other software, permit their use on any computer on the Site and other places as envisaged
by this Agreement, including replacements of any computers supplied by the Contractor.

(ii) The Contractor's documents and other design documents made by (or on behalf of) the
Contractor shall not, without the Contractor's consent, be used, copied or communicated
to a third party by (or on behalf of) the Authority for purposes other than those permitted
under this Clause 27.17.

(iii) As between the Parties, the Authority shall retain the copyright and other intellectual
property rights in this Agreement and other documents made by (or on behalf of) the
Authority. The Contractor may, at its cost, copy, use, and obtain communication of these
documents for the purposes of this Agreement. They shall not, without the Authority's
consent, be copied, used or communicated to a third party by the Contractor, except as
necessary for the purposes of the contract.

27.18 Limitation of Liability


(i) Neither Party shall be liable to the other Party for loss of use of any Works, loss of profit,
loss of any contract or for any indirect or consequential loss or damage which may be
suffered by the other Party in connection with this Agreement, save and except as provided
under Articles 23 and 25.

(ii) The total liability of one Party to the other Party under and in accordance with the
provisions of this Agreement, save and except as provided in Articles 23 and 25, shall not
exceed the Contract Price. For the avoidance of doubt, this Clause shall not limit the
liability in any case of fraud, deliberate default or reckless misconduct by the defaulting
Party.

27.19 Care and Supply of Documents


(i) Each of the Contractor’s documents shall be in the custody and care of the Contractor,
unless and until taken over by the Authority. Unless otherwise stated in the Agreement,
the Contractor shall supply to the Authority 2 (two) copies of the each of the Contractor’s
documents.

(ii) The Contractor shall keep, on the Site, a copy of the Agreement, publication named in the
Authority’s requirements, the Contractor’s documents, and variations and other
communications given under the Agreement. The Authority’s personnel shall have the
right of access to all these documents at all reasonable times.

(iii) If a Party becomes aware of an error or defect of a technical nature in a document which
was prepared for use in executing the Works, the Party shall promptly give notice to the
other party of such error or defect.

27.20 Authority’s Use of Contractor’s Documents.


(i) As between the Parties, the Contractor shall retain the copyright and other Intellectual
Property rights in the Contractor’s Documents and other design documents made by (or
on behalf of) the Contractor.

Page 110 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(ii) The Contractor hereby gives to the Authority a non-terminable transferable nonexclusive
royalty-free license to copy, use and communicate the Contractor’s Documents, including
making and using modifications of them. This license shall:

(a) apply through out the actual or intended working life (whichever is longer) of the relevant
parts of the Works,

(b) entitle any person in proper possession of the relevant part of the Works to copy, use and
communicate the Contractor’s Documents for the purposes of completing, operating,
maintaining, altering, adjusting, repairing and demolishing the Works, and

(c) in the case of Contractor’s Documents which are in the form of computer programs and
other software, permit their use on any computer on the Site and other places as envisaged
by the Contractor, including replacements of any computers supplied by the Contractor.

(iii) The Contractor’s Documents and other design documents made by or on behalf of the
Contractor shall not, without the Contractor’s consent, be used, copied or communicated
to a third party by (or on behalf of) the Authority for purposes other than those permitted
under this Sub-Clause.

27.21 Contractor’s Use of Authority’s Documents


As between the Parties, the Authority shall retain the copyright and other intellectual property
rights in the Authority’s requirements and other Documents made by (or on behalf of) the
Authority. The Contractor may, at its cost copy, use, and obtain communication of these documents
for the purpose of the Agreement. They shall not without the Authority’s consent, be copied, used
or communicating to a third party by the Contractor, except as necessary for the purposes of the
Agreement.

27.22 Access to the Site by Others


The Contractor shall, at all times, afford access to the Site to the authorized representatives of the
Authority, the Authority’s Engineer and anyone else authorized by the Authority to access the site
and to the persons duly authorized by any Governmental Agency having jurisdiction over the
Project, including those concerned with safety, security or environmental protection to inspect the
Project Highway and to investigate any matter within their authority and upon reasonable notice,
the Contractor shall provide to such persons reasonable assistance necessary to carry out their
respective duties and functions with minimum disruption to the construction, operation and
maintenance of the Project Highway consistent with the purpose for which such persons have
gained such access to the Site.

27.23 Term
This Agreement shall come into force and effect from the date first hereinabove written and shall
remain in force and effect till the Termination Date i.e. the Parties perform all their respective
obligations or is terminated by any of the Parties for the reasons and in the manner provided for
in the Agreement.

27.24 Amendments
The Agreement may not be supplemented, amended, modified or changed except by an instrument
in writing signed by the Contractor and the Authority and expressed to be a supplement,
modification or change to the Agreement.

27.25 Representation and Bribes


The Contractor represents and warrants to the Authority that:

(a) No representation or warranty by the Contractor contained herein or in any other


document furnished by it to the Authority, or to any Governmental Instrumentality in
relation to Applicable Permits contains or will contain any untrue statement of material
fact or omits or will omit to state a material fact necessary to make such representation or

Page 111 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
warranty not misleading; and

(b) It warrants that no sums, in cash or kind, have been paid or will be paid by or on behalf of
the Contractor, to any person by way of fees, commission or otherwise for securing or
entering into the Contractor for influencing or attempting to influence any officer or
employee of the Authority or GOI in connection therewith.

27.26 No Agency
The Agreement does not constitute either Party as the agent, partner or legal representative of the
other for any purposes whatsoever, and neither Party shall have any express or implied right or
authority to assume or to create any obligation or responsibility on behalf of or in the name of the
other Party.

Page 112 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

SCHEDULES

For

CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-


LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550
(DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK
WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN
HIMACHAL PRADESH ON EPC MODE

BID DOCUMENT
VOLUME-III

MINISTRY OF ROAD TRANSPORT & HIGHWAYS


(MoRT&H)

February, 2024

Page 113 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

Page 114 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
SCHEDULE-A
(See Clauses 2.1 and 8.1)
Site of the Project
1. The Site
1.1 Site of the “Construction of Missing Link from Birhu to Lathiani into 4-Lane & paved shoulder
configuration from Km 35/550 (Design Chainage 0.000) to 42/800 (Design Chainage 8.153) on
NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar Reservoir and
its approaches in Himachal Pradesh on EPC mode.” Project Highway shall include the land,
buildings, structures, and road works as described in Annex-I of this Schedule-A.
1.2 The dates of handing over the Right of Way to the Contractor are specified in Annex-II of this
Schedule-A.
1.3 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 in Clause 8.2 (i) of this Agreement.
1.4 The plan and profile of the Project Highway are specified in Annex-III. The proposed profile of the
Project Highway shall be followed by the contractor with minimum FRL as indicated in the
alignment plan. The Contractor, however, shall improve/upgrade the Road Profile as indicated in
Annex-III based on site/design requirement.
1.5 The status of the NOC from Bhakra Beas Management Board (BBMB) and forest clearance are given
in Annex-IV and Annex-V respectively.
1.6 The details of the existing utilities are given in Annex-I to Schedule-A.

Page 115 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Annex – I
(Schedule-A)
Site
1. Site
The site of the Project Highway comprises Construction of Missing Link from Birhu to Lathiani into
4-Lane & paved shoulder configuration from Km 35/550 (Design Chainage 0.000) to 42/800
(Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of
Govind Sagar Reservoir and its approaches in Himachal Pradesh. The land, carriageway and
structures comprising the Site are described below. The location map the Project Highway is
presented below in Figure-1.

Figure 1: Location Map of Project Highway


2. Land
The Site of the Project Highway is green field alignment, so the existing right of way is not available.
However, the project highway passes through mostly with government land. The Site of the Project
Highway comprises the land (sum of total land already in possession and land to be possessed) as
described below:
Sl. No From km to km Length (m) Width (m)
1 2 3 4
(A) Full Right of Way (full width)
Stretch Nil
(B) Part Right of Way (part width)

From chainage To chainage Length in m Existing right of way


Before 0+000 0+025 125 5.0 m (Refer drawing below)
7+975 8+153 153 9.0 to 10.8 m (Refer drawing below)

(C) Balance Right of Way (Balance width)

From Length
To chainage Proposed right of way
chainage in m
Before
0+025 125 40 m
0+000
0+025 2+980 2955 45 m
126m{45m (Main Carriageway) + 81m (additional on LHS
2+980 3+120 140
for muck dumping)}
3+120 3+200 80 45 m
70m {45 m (Main Carriageway) + 25 m (additional on LHS
3+200 3+700 500
for muck dumping)}
3+700 3+945 245 45 m
3+945 4+172 227 45m to 60 m (Toll Plaza location)
Page 116 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
From Length
To chainage Proposed right of way
chainage in m
4+172 5+734 1562 45 m
58 m {45 m (Main Carriageway) +13m (additional on
5+734 5+767 33
LHS)}
5+767 7+600 1834 45 m
70m {45 m (Main Carriageway) +25 m (additional on
7+600 7+800 200
LHS)}
7+800 7+975 175 45 m
59 m to 16 m varying ROW at the location of Major Rotary
7+975 8+153 178 Junction including tapering portion with the existing road
(NH-503 A) as per the fig. attached below.
Total length
8.153
in km
End Rotary junction showing variable ROW below:

Page 117 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Existing and PROW at Project start point showing below:

Page 118 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode

3. Carriageway
There is no present carriageway of the Project Highway as the project is a green field alignment.
4. Major Bridges
The Site includes the following Major Bridges:

Existing Type of Structure


Sr. No. of Spans with Width
Chainage Sub-
No. Foundation Superstructure span length (m) (m)
(Km) structure
Nil
5. Road over-bridges (ROB)/ Road under-bridges (RUB)
The Site includes the following ROB (road over railway line)/RUB (road under railway line):

Sr. Chainage Type of Structure No. of Spans with span Width ROB/
No. (km) Foundation Superstructure length (m) (m) RUB
Nil
6. Grade separators
The Site includes the following grade separators:

Sr. Type of Structure No. of Spans with span length


Chainage (km) Width (m)
No. Foundation Superstructure (m)
Nil

7. Minor bridges
The Site includes the following minor bridges:

Sr. Chainage Type of Structure No. of Spans with Width


No. (km) Foundation Sub- structure Super- structure span length (m) (m)
Nil
8. Railway level crossings
The Site includes the following railway level crossings:

Sr. No. Location (km) Remarks


Nil

9. Underpasses (vehicular, non-vehicular)


The Site includes the following vehicular underpasses:

Design Chainage No. of Spans with Width


Sr. No. Type of Structure Remarks
(km) span length (m) (m)
Nil
10. Culverts
The Site has the following culverts:

Design Chainage Type of Span /Opening with span Width


Sr. No. Remarks
(km) Culvert length (m) (m)
1 0+025 Slab Culvert 1 x 2.0 8 On crossroad
2 1+249 Slab Culvert 1 x 1.60 12
11. Bus bays/Shelters
The details of bus shelters on the Site are as follows:

Page 119 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Sr. No. Chainage (Km) Length (m) Left Hand Side Right Hand Side
Nil
12. Truck Lay byes
The details of truck lay byes are as follows:
Sr. No. Chainage (km) Length (m) Left Hand Side Right Hand Side
Nil
13. Roadside drains
The details of the roadside drains are as follows:

Location (Km) Type


Sr. No.
From To Side Masonry/cc (Pucca) Earthen (Kutcha)
Nil
14. Major junctions
The details of major junctions are as follows:

Category of Cross Road


Sr. No. Location (Km) At grade Separated
NH SH MDR Others
Nil
(NH: National Highway, SH: State Highway, MDR: Major District Road)
15. Minor junctions
The details of the minor junctions are as follows:

Sr. No. Location (Design Ch.) Type Side Remarks


Nil
16. Bypasses
The details of the existing road sections proposed to be bypassed are as follows:

S. No. Name of bypass (town) Chainage (km) From km to km Length (in Km)
Nil
17. Other structures
NIL
18. Existing Utilities
18.1 Electrical Utilities:
The site includes the following Electrical Utilities
Chainages (Km) No of Poles along the project highway Crossing
11 KV LT 33 KV 11 KV LT
S No. Double Single Double
From To Single Pole
LHS RHS LHS RHS Pole Pole Pole
Structure
Structure Structure Structure
1 0+000 1
2 0+375 0+400 1
3 0+650 1
4 1+200 1+400 3 5 1 1
5 2+000 1
6 6+980 1
7 7+020 1
8 7+200 7+500 5 1
9 8+000 8+100 3 1 1 1
18.2 Public Health Utilities (Water/Sewage Pipe line):
The site includes the following Public Health Utilities-

Page 120 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(a) Water Pipe line along the road.

Chainages
With Gravity (mm)
S No.
From ( Km) To ( Km)
15 25 32 40 50 80 100
1 0+000 0+600 0.25 0.15 0.75 1.30 0.60
2 0+275 0+600 0.35
3 7+500 8+100 0.60
4 5+250 5+500 0.25
(b) water pipe line crossings/water tanks/Hand pumps across the Road:

Chainages Crossing Pipe dia. in mm Hand Pump Comments


S Water Tank
No. in km 20 25 40 50 80 (in ltrs.) Left Right

1 0+000 2
2 0+525 40000 Water Tank
3 0+525 50000 Water Tank
4 0+700 1
5 0+750 1
6 1+100 2 1
7 1+300 1 1
8 1+620 1
9 5+300 1
10 7+020 1 2
11 7+140 1
12 8+000 1 Una - Hamirpur

Page 121 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Annex – II
(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:

From km to Length Width


Sl. No Date of providing ROW*
km (m) (m)
1 2 3 4 5
(A) Full Right of Way (full width)
a) Stretch Nil
(B) Part Right of Way (part width)

Date of providing
From chainage To chainage Length in m Existing Right of Way
ROW
Before 0+000 0+025 125 5 m (Refer drawing) At the time of
8+000 8+153 153 9.0 to 10.8 m (Refer drawing) appointment Date

(C) Balance Right of Way (Balance width)

From Date of
To Length
chaina Corridor width (Proposed right of way) providing
chainage in m
ge ROW
Before
0+025 175 40 m
0+000
0+025 2+980 2955 45 m
45m (Main Carriageway) + 81m (additional on LHS for
2+980 3+120 140
muck dumping)
3+120 3+200 80 45 m
45 m (Main Carriageway) + 25 m (additional on LHS 90% of the
3+200 3+700 500
for muck dumping) land at the
3+700 3+945 245 45 m time of
3+945 4+172 227 45m to 60 m (Toll Plaza location) appointed
Date and
4+172 5+734 1562 45 m
balance
5+734 5+767 33 45 m (Main Carriageway) +13m (additional on LHS) Within 150
5+767 7+600 1834 45 m days from
the
7+600 7+800 200 45 m (Main Carriageway) +25 m (additional on LHS)
appointed
7+800 7+975 175 45 m Date
57.5 m to 16 m varying ROW at the location of Major
Rotary Junction including tapering portion with the
7+975 8+153 178
existing road (NH-503 A) as per the fig. attached
below.
Total
length in 8.153
km

Page 122 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
End Rotary junction showing variable ROW below:

Existing and PROW at Project start point showing below:

Page 123 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
(C) Balance Right of Way (Balance width)

Corridor
Existi width
From Length in Additional Date of providing
To chainage ng (Propose
chainage m ROW ROW
ROW d right of
way)
Before
0+025 175 5m 40 m 45 m
0+000
0+025 2+980 2955 Nil 45 m 45 m
45m
45m (Main
(Main
Carriageway)
Carriagew
+ 81m
ay) + 81m
2+980 3+120 140 Nil (additional
(additiona
on LHS for
l on LHS
muck
for muck
dumping)
dumping)
3+120 3+200 80 Nil 45 m 45 m
45 m
45 m (Main
(Main
Carriageway)
Carriagew
+ 25 m
ay) + 25 m
3+200 3+700 500 Nil (additional
(additiona
on LHS for
l on LHS
muck
for muck
dumping)
dumping)
3+700 3+945 245 Nil 45 m 45 m
45m to 60
45m to 60 m
m (Toll
3+945 4+172 227 Nil (Toll Plaza
Plaza
location)
location) 90% of the land at
4+172 5+734 1562 Nil 45 m 45 m the time of
45 m appointed Date and
45 m (Main balance Within 150
(Main
Carriageway) days from the
Carriagew
5+734 5+767 33 Nil +13m appointed Date
ay) +13m
(additional
(additiona
on LHS)
l on LHS)
5+767 7+600 1834 Nil 45 m 45 m
45 m
45 m (Main
(Main
Carriageway)
Carriagew
7+600 7+800 200 Nil +25 m
ay) +25 m
(additional
(additiona
on LHS)
l on LHS)
7+800 7+975 175 Nil 45 m 45 m
68.3 m to
57.5 m to 16
25 m
m varying
varying
ROW at the
ROW at
location of
the
Major Rotary
location of
9.0m Junction
Major
7+975 8+153 178 to including
Rotary
10.8m tapering
Junction
portion with
including
the existing
tapering
road (NH-
portion
503 A) as per
with the
the fig.
existing
Page 124 of 478
Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Corridor
Existi width
From Length in Additional Date of providing
To chainage ng (Propose
chainage m ROW ROW
ROW d right of
way)
attached road (NH-
below. 503 A) as
per the fig.
attached
below.

Total length in
8.153
km

Page 125 of 478


Construction of Missing Link From Birhu to Lathiani into 4-Lane & Paved Shoulder Configuration from Km 35/550 (Design Chainage
0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its Approaches in Himachal Pradesh on EPC Mode
Annex - III
(Schedule-A)
Alignment Plans
The alignment of the Project Highway in the following sections shall be as per the alignment plan indicated
below:

(i) The alignment plan of the Project Highway is enclosed in Drawing Volume. 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 Signage plan of the Project Highway showing numbers & location of traffic signs is enclosed
in Alignment Plan as indicated in above paragraph. The contractor shall, however,
improve/upgrade upon the traffic signage plan as indicated in Annex-III based on site/design
requirement as per relevant latest specifications/IRC Codes-(IRC:67- 2022, IRC:35-2015)/ Manual.

Page 126 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A
INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 127 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Annex – IV
(Schedule-A)
Bhakra Beas Management Board
In Principle NOC from BBMB (Bhakra Beas Management Board) has been obtained.
Note: -All conditions mentioned in the BBMB NOC must be complied with by the EPC Contractor.

Page 128 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annex – V
(Schedule-A)
Environment and Forest Clearance
The status of environment and forest clearances activity for the Project Highway is given below:
Environmental Clearance (EC):
The project highway/ Bridge is passing through green field alignment. The Project Highway / Bridge is less
than 100km length and the Right of Way or land acquisition is less than 60m on new alignment. Therefore,
as per the amendments issued to EIA Notification, 2006 amended vide Notification S.0 2559(E), Dt.
22.08.2013, environmental clearance is not required.
Further, the project involves construction of 25292.6 square meters built-up area in terms of:
860 m of main Cable Stayed Bridge x 29.410 m wide (25292.6 sqm).
As per the EIA Notification 2006 & its subsequent amendment and NGT Court order any Bridge
Construction projects with built-up area greater than 1,50,000 sqm is falls under as item 8(b) of schedule.
The project built-up area is about 25292.6 sqm i.e., less than 150,000 sqm. Hence, the project would not be
considered as Category- 8(b) of Schedule EIA Notification, 2006. Environmental Clearance is not required
in the instant case.
Forest Clearance (FC)
Forest Clearance for the required area, to be diverted for non-forest purpose from Ministry of Environment,
Forest & Climate Change (MoEF-CC) under Forest Conservation Act, 1980 has been obtained.
Note: - All conditions mentioned in the Forest Clearance Stage-I & II must be complied with by the EPC
Contractor.

Page 129 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Index Map

Page 130 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
SCHEDULE-B
(See Clause 2.1)
DEVELOPMENT OF THE PROJECT HIGHWAY
1. Development of the Project Highway
The Project Highway shall generally follow the horizontal alignment shown in the plan specified in
Annexure- III of Schedule-A, unless otherwise specified by the Authority. Notwithstanding
anything to the contrary contained in this Agreement or IRC:SP:84-2019, the proposed plan &
profile, locations of different structures/slope protection measures/drains/service & slip road/RE
walls/facilities, chainages of different structures/slope protection measures/drains/service & slip
road/RE walls/facilities, length of different structures/slope protection measures/drains/service
& slip road/RE walls/facilities ls etc. of the project highway as indicated in the Schedule A, Schedule
B, Schedule C and their Annexures shall be treated as minimum requirement. Based on site/design
requirement, the EPC Contractor shall finalise their Detailed Designs (Development Stage)
including plan & profile of the project highway and submit the same to Authority & its Engineer for
its Consent/Approval and Safety Audit by Safety Auditor before the start of the execution of project.
The designs so approved shall not be in contradiction with the scope of project. For avoidance of
doubt, the provisions mentioned in schedule B & C cannot be changed, only the design of the
components is to be submitted for consent/approval subject to minimum
specifications/requirements mentioned in Schedule B, C & D.
2. Description of the Project Highway
Construction of Missing Link from Birhu to Lathiani into 4-Lane & paved shoulder configuration
from Km 35/550 (Design Chainage 0.000) to 42/800 (Design Chainage 8.153) on NH-503A
including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar Reservoir and its
approaches in Himachal Pradesh 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, Annex-II, Annex-III, Annex-IV, Annex-V & Annex-VI of Schedule-D.
4. Geometric Design and General Features
Geometric design and general features of the Project Highway shall be in accordance with IRC SP
84-2019 and IRC 52-2019.
5. Lateral and Vertical Clearances at Flyovers/Underpasses/Interchanges
The lateral and vertical clearances of all flyover/ Underpasses shall be as given in this schedule.
6. Lateral and Vertical Clearances at Overpasses
The lateral and vertical clearances of all Overpasses shall be as given in this schedule.

Page 131 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annex – I
(Schedule-B)
Description of the Project
This project includes the Construction of Missing Link from Birhu to Lathiani into 4-Lane & paved shoulder
configuration from Km 35/550 (Design Chainage 0.000) to 42/800 (Design Chainage 8.153) on NH-503A
including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar Reservoir and its approaches in
Himachal Pradesh on EPC Mode. The project length is 8.153 km, including the construction of 4-lane Cable
Stayed Major bridge of length 860m from design km 4.442 to km 5.302 (including viaduct portion) having
16 spans [(1 x 115 m + 1 x 250 m + 1 x 115 m)-Cable Stayed Portion, (12 x 30 m + 1 x 20 m)- viaduct portion]
with two Diamond shaped Pylons and cable arrangement of semi fan type. Total approaches of 7293 m
length (4442 m on Bihru, Una side and 2851 m on Lathiani, Hamirpur Side) and including VUP - 2 nos (12m
and 12m), VOP (Vehicular Over Pass) – 2 No (6.50 m & 10.1 m), Viaduct cum Bridge – 2 nos (2 x 30 m and
3 x 50 m), Minor Bridge - 1 no (2 x 20 m) etc. Approaches shall be developed as four-lane with paved
shoulder divided carriageway with service/slip roads as per plan and profile attached. The Slope Protection
works and retaining structures shall be provided as per the scope defined in schedule-B.
1. CONSTRUCTION OF NEW 4-LANE CABLE-STAYED BRIDGE ON BACKWATER OF
GOVINDSAGAR RESERVOIR & ITS APPROACHES
i. The Project Highway is a green field alignment (missing link of NH-503A) and the plan and
profile of project highway as given in Annex III of Schedule A. The design of plan and profile
shall be carried out by EPC Contractor following IRC-SP-84:2019 and adopted vertical
profile shall be designed for ISD and horizontal geometry shall be within the land (ROW)
provided by the authority as per approval of IE. However, in any case, the finished road level
of the project highway shall not be less than those indicated in the alignment plan and profile
specified in Annex III of Schedule-A, while adopting ISD as design standard throughout the
project length. Further, the finished road level of the project highway at all locations shall be
minimum FRL as given in Plan & Profile drawings.
ii. Width of Carriageway: -
a) Width of carriageway of components shall be as under: -
I. For Approach Road
4-lane Approach Road Sections
Carriageway Width 2x7.0m = 14.00m
Paved shoulder 2x1.5m = 3.00m
Cross Sectional Elements:
Kerb Shyness 2x0.5m = 1.00m
Main Carriageway
Median 0.610m
Earthen Shoulder at fill location 1.0m= 1.0m
Note: Refer TCS of the project road for lined drain, earthen drain & earthen shoulder width
II. For Main Bridge:
(i) 4-lane Major Bridge Cable Stayed (except pylon, p1/p2 locations)
Lanes width 2x10.5m = 21.0m
Crash Barrier 2x0.45m = 0.9m
Cross Sectional Elements:
Inspection/ Maintenance Path/ Footpath 2x1.5m = 3.0m
Major Bridge
Steel Railing 2x0.45m = 0.9m
Cable Stayed
Cable Anchorage 2x1.00m = 2.0m
(480m)
Median 1.610m
Total deck width 29.410 m

4-lane Major Bridge Cable Stayed (Viewing Gallery @ P1/P2 (Pylon locations)
Lanes width 2x10.5m = 21.0m
Cross Sectional Elements:
Crash Barrier 2x0.45m = 0.9m
Major Bridge
Inspection/ Maintenance Path/ Footpath 2x1.5m = 3.0m
Cable Stayed
Steel Railing (High containment railing of 1.5m ht) 2x0.45m = 0.9m
(480m)
Width of Viewing Gallery at each location 2x4.605m = 9.21m

Page 132 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Median 1.610m
Total deck width 36.620 m
Viewing Gallery length at each location 24.7 m
4-lane Major Bridge Viaduct Portion
Lanes width 2x10.5m = 21.0m
Cross Sectional Elements: Crash Barrier 2x0.45m = 0.9m
Major Bridge Inspection/ Maintenance Path/ Footpath 2x1.5m = 3.0m
Viaduct Portion Steel Railing 2x0.45m = 0.9m
(380m) Median 1.610m
Total deck width 27.410 m

Slip / Link Road (Combining Left and Right Carriageway)


Left Side Right Side
Cross Sectional Elements: Lanes width 1x7.5m = 7.50m 1x7.5m = 7.50m
Slip/Link Road Separator 1.0m 1.0m
Drain (as applicable) 1x1.5m = 1.5m 1x1.5m = 1.5m
Note-
i. Transition portion of highway should be constructed as per drawing and site condition.
ii. Cross-section at Major Bridge and other structure’s approaches is to be followed matching to
adjoining cross-sections with suitable transition.
iii. The entire Cross-sectional elements shall be accommodated in proposed ROW. If required, suitable
retaining / slope protection structures shall be provided to accommodate the highway cross
section within proposed ROW and same shall not constitute a change of scope.
iv. Except as otherwise provided in this Agreement, the width of the paved carriageway shall conform
to Clause 1 (ii) (a) above.
v. Extra widening at curves shall be provided in accordance with Clause 6.5 of IRC 73-2023 for
structure & approach road.
vi. In addition to width of paved carriageway mentioned in clause above, at RE wall and Retaining
wall locations the width of paved carriageway and edge strip shall be followed in according to
corresponding TCS followed.
2 GEOMETRIC DESIGN AND GENERAL FEATURES
i. General
Geometric design and general features of the Project Highway shall be as specified in Plan and
Profile drawings enclosed in Alignment Plan provided by the authority and in conformity with
the Manuals and Standards for the project.
ii. Design speed
Ruling Speed 50 km/hr
Design Speed
Minimum Speed 40 km/hr
Note: Total project road is designed for 50 kmph except at Rotary, where the design speed is 40
kmph.
Refer: IRC 52-2019, Table 6.4: Design Speed (km/h)
iii. Improvement of the proposed road geometrics
Stretch Type of
S. No. Remarks
(From Km to Km) deficiency
As per Alignment Plan indicated in the Annexure III of Schedule A.

iv. Right of Way


Details of the Right of Way are given in Annex II of Schedule-A except at Junctions location
where it shall be in accordance with junction design.
v. Type of shoulders
Main Carriageway in Approach Road and Service Roads:

Page 133 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Paved shoulder
As per Typical Cross Sections given in clause 2 (x) of Schedule-B
Earthen Shoulder
In built-up sections, footpaths/fully paved shoulders shall be provided in the following stretches:
Stretch Fully paved
S. No. Reference to cross section
(From Km to Km) Shoulders/footpaths
1 Along all the proposed approach roads 1.50m Refer typical cross sections of
project road and GADs of
viaduct cum bridge and Major
Cable Stayed Bridge. (Paved
Along viaduct cum bridge ,Main Bridge, Shoulders of 1.5 m width has
2 1.50m been proposed on the entire
Minor Bridge and all other structures
section of project road on either
side. Refer clause 2.6, 5.10, IRC
SP:84-2019)
Locations of Earthen Shoulder/Foot path cum Drain/Separator
Chainage Earthen Shoulder/Foot path
SL No Length TCS Type Paved Shoulder
From To cum Drain/Separator
1 00+310 00+350 40 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
2 00+350 00+410 60 TCS-3B 2 x 1.5m 1 x 1m (Earthen Shoulder)
3 00+770 00+780 10 TCS-3B 2 x 1.5m 1 x 1m (Earthen Shoulder)
4 00+780 00+800 20 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
5 00+960 01+040 80 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
6 01+040 01+150 110 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
7 01+150 01+315 165 TCS-4 2 x 1.5m 2 x 1.5 m (Foot path cum drain)
8 01+315 01+540 225 TCS-4A 2 x 1.5m 2 x 1.0m (separator)
9 01+646 01+700 54 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
10 01+830 01+970 140 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
11 01+970 02+000 30 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
12 02+000 02+100 100 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
13 02+220 02+280 60 TCS-6B 2 x 1.5m 1 x 1m (Earthen Shoulder)
14 02+380 02+570 190 TCS-6E 2 x 1.5m 1 x 1m (Earthen Shoulder)
15 02+660 02+818 158 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
16 02+878 02+920 42 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
17 03+030 03+070 40 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
18 03+070 03+080 10 TCS-3B 2 x 1.5m 1 x 1m (Earthen Shoulder)
19 03+130 03+160 30 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
20 03+210 03+480 270 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
21 03+480 03+520 40 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
22 03+520 03+670 150 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
23 03+670 03+750 80 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
24 03+750 03+810 60 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
25 03+810 03+890 80 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
26 03+890 03+968 78 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
27 04+320 04+442 122 TCS-1A 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
28 05+302 05+505 203 TCS-6F 2 x 1.5m 1 x 1m (Earthen Shoulder)
29 05+545 05+580 35 TCS-1A 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
30 05+640 05+820 180 TCS-3A 2 x 1.5m 1 x 1m (Earthen Shoulder)
31 05+820 05+960 140 TCS-1A 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
32 05+960 06+130 170 TCS-3A 2 x 1.5m 1 x 1m (Earthen Shoulder)
33 06+130 06+180 50 TCS-1A 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
34 06+520 06+720 200 TCS-3A 2 x 1.5m 1 x 1m (Earthen Shoulder)
35 06+720 06+870 150 TCS-1A 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
36 06+870 07+064 194 TCS-5A 2 x 1.5m 1 x 1m (Earthen Shoulder)
37 07+076 07+220 144 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
38 07+220 07+270 50 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
39 07+330 07+430 100 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
40 07+430 07+550 120 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
41 07+550 07+620 70 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)

Page 134 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Chainage Earthen Shoulder/Foot path
SL No Length TCS Type Paved Shoulder
From To cum Drain/Separator
42 07+620 07+660 40 TCS-1 2 x 1.5m 2 x 1.0 m (Earthen Shoulder)
43 07+660 07+680 20 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
44 07+740 07+750 10 TCS-3B 2 x 1.5m 1 x 1m (Earthen Shoulder)
45 07+750 07+820 70 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
46 07+820 07+830 10 TCS-3B 2 x 1.5m 1 x 1m (Earthen Shoulder)
47 07+830 07+850 20 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
48 07+910 08+000 90 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
49 08+000 08+010 10 TCS-3B 2 x 1.5m 1 x 1m (Earthen Shoulder)
50 08+010 08+040 30 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
51 08+080 08+120 40 TCS-3B 2 x 1.5m 1 x 1m (Earthen Shoulder)
52 08+120 08+153 33 TCS-3 2 x 1.5m 1 x 1m (Earthen Shoulder)
Total Length 4623
Note:
i. The Design Specification of paved shoulder shall conform to the requirements specified in
paragraph 5.10 of the manual.
ii. Paved shoulders and strip on median side shall be of same specification and pavement
composition as of main carriageway (clause No. 5.10 IRC: SP:84-2019)
iii. The overlay on the main carriageway pavement and on the paved shoulders shall be
uniform in thickness and composition. (Clause No. 5.10 IRC: SP:84-2019)
iv. In Built-up sections, footpaths/fully paved shoulder shall be provided with width 1.5m
respectively. (Clause No. 2.15,2.6 &IRC: SP:84-2019)
v. In open country, paved shoulders of 1.5m width shall be provided. (IRC: SP:84-2019)
vi. The Design Specification of paved shoulder shall conform to the requirements specified in
paragraph 5.11 of the manual)
vii. The earthen shoulder of 1.0 m width on shoulder side shall be provided with top 200 mm
thick layer of Non-Erodible/Granular material on earthen shoulder with well graded
naturals and morrum gravel crust stones or combination thereof, confirming to Clause
401 of MoRTH specification.
viii. Edge /Grooved rumble strips shall be provided at a distance of 0.5 m from the inner edge
of paved shoulder.
ix. Service Footpath/Footpath cum drain shall be provided as per TCS.
vi. Lateral and vertical clearances at underpasses
Lateral and vertical clearances at underpasses and provision of crash barriers shall be as per
the Manual.
In case of VUP/ LVUP/ SVUP, the proposed structure, the finish road level in VUP/ LVUP/ SVUP
shall be kept 150 mm above the ground level/service road/ crossroad (whichever is higher)
to ensure that these VUP/ LVUP/ SVUP don't become water accumulation points. (Clause No.
2.10 IRC: SP:84-2019)
The width of the opening and vertical clearance at the Vehicular underpasses shall be as
follows:
S. No. Chainage (Km) Span/Opening (m) Type Total Deck Width Remarks
New Construction
including the
construction of
1 1+640 1 x 12 x 5.5 VUP 20.510
existing road
minimum 100 m on
either side of the VUP
New Construction
20.510(SQ)/ including the
2 7+070 1 x 12 x 5.5 VUP
27.787(SK) construction of
existing road

Page 135 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
S. No. Chainage (Km) Span/Opening (m) Type Total Deck Width Remarks
minimum 100 m on
either side of the VUP

vii. Lateral and Vertical Clearances at overpasses


Lateral and vertical clearances at overpasses shall be as per applicable Manual.
Lateral clearance: The width of the opening at the overpasses shall be as follows:
S. Chainage Span/Opening Total Deck
Type Remarks
No. (Km) (m) Width
New Construction including the
construction of link road minimum 75m
1 0+200* 1x6.50 x 5.50 VOP 20.610m
either side including the protection work,
crash barrier and other safety works
20.610m New Construction including the
10.1m (6.50m- construction of link road minimum 75m
VOP &
2 0+680** 1x10.1 x 5.50 link road & either side including the protection work,
Aqueduct
3.6m- crash barrier and others safety works and
Aqueduct) aqueduct
Note:
a) The existing crossroad over the VOP shall be developed in a length of minimum 75m on
either side including the protection work, crash barrier and other safety works.
b) ** There is existing nala along the crossroad and across the proposed road. The
provisioned of Aqueduct has been made for the existing nala to cross the proposed road.
The existing crossroad and the aqueduct over the VOP shall be developed in a length of
minimum 75m on either side including the protection work, crash barrier and other safety
works and modified drain & gabions beyond the PROW.
c) Please refer the attached drawing Vol. for reference.
viii. Service/Connecting/Slip/Local roads.
a) Service/Connecting/Slip roads shall be constructed at the locations and for the lengths
indicated below:
Location of SR Right hand side Paved carriageway Length (km) of
S.
From To (RHS)/Left hand side width including Service Road/Slip
No.
(Km) (Km) (LHS)/ or Both sides shyness Road
Left (m) Right (m)
1 1315 1540 Both sides 7.5 7.5 450.0
2 1540 1634 Both sides 7.5 7.5 188.0
3 2100 2130 LHS 7.5 - 30.0
4 2130 2200 LHS 7.5 - 70.0
5 2200 2220 LHS 7.5 - 20.0
6 2220 2280 LHS 7.5 - 60.0
7 2280 2340 LHS 7.5 - 60.0
8 2340 2380 LHS 7.5 - 40.0
9 2380 2570 LHS 7.5 - 190.0
10 2570 2620 LHS 7.5 - 50.0
11 2620 2660 LHS 7.5 - 40.0
12 5302 5505 LHS 7.5 - 203.0
13 6870 7064 RHS - 7.5 194.0
Aggregate total length of Service Roads/Slip Roads (in KM) 1595.0
Note:
(i) Above length of Service Roads/slip Roads/connecting roads is minimum specified. The actual
length of the service road/slip roads shall be determined by the concessionaire in accordance with
the approved plan & profile and design approved from the Authority Engineer. Any
increase/decrease up to 5 percent length from the specified in this clause of Schedule-B shall not
constitute a Change of Scope. Any additional length shall be dealt in Change of Scope.

Page 136 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(ii) The parking bays minimum 5 no’s shall be provided along the service road (refer clause 2.12.2.1,
of IRC SP 84-2019), the locations shall be decided as per site requirements and in consultation with
A.E and Authority.
(iii) The Acceleration, deceleration lane, entry/exit lanes shall be constructed in addition to length
given in above table and shall be deemed to be part of the scope and no Change of Scope shall be
considered for the same. (Clause No. 2.12.2 IRC: SP:84-2019)
b) Local Road at VUP 1+640 (LHS)

S.
Location Side Width(m) Length (km) Remarks
No.
Link Road to Thana Kalan- Nangal
Road @1+640. This road to be
Local road at VUP
1 LHS 6.0 0.155 developed including all the
1+640 (LHS)
protection work and safety
measures.
Note: The indicative plan and profile for Link Roads/Service Roads/local road are enclosed in
Drawing (Refer Annex-III, Schedule-A). Refer Clause 4.2.1, IRC SP 84-2019
ix. Grade separated structures.
Grade separated structures shall be provided as per Manual. The requisite particulars are
given below:
I. Flyover
Sl. Location of Structure Length Number and length of Approach Width (Excluding
No. (Chainage (Km)) (m) spans (m) gradient Median)
NIL
II. Vehicular Underpass (VUP)
Location of Number and
Sl. Length
Structure (Chainage length of spans Remarks
No. (m)
(Km)) (m)
1 x 12 New Construction including the construction of
1 1+640 12.0 existing road minimum 100 m on either side of
the VUP
1 x 12(SQ)/ New Construction including the construction of
2 7+070 12.0 16.258(SK) existing road minimum 100 m on either side of
the VUP
III. Light Vehicular Underpass (LVUP)
Sl. No. Location of Structure (Chainage (Km)) Length (m) Number and length of spans (m) Remarks
Nil
IV. Vehicular Overpass (VOP)
Number and
Sl. Location Structure Length
length of spans Remarks
No. (Chainage (Km)) (m)
(m)
1 0+200 20.61 1x 6.50 x 5.50 New Construction (Total width is 6.50m)
New Construction (Total width is 10.1m
2 0+680 20.61 1x 10.1 x 5.50
including 6.50m- link road & 3.6m- Aqueduct)
In the case of grade separated structures, the type of structure and the level of the Project
Highway and the crossroads shall be as per Drawing Vol. II.
V. Cattle and pedestrian underpass /overpass
Cattle and pedestrian underpass/ overpass shall be constructed as follows:
S. No. Location Type of crossing
Nil

Page 137 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
x. Typical Cross Sections (TCS) of the Project Road
Typical cross section suitable at various chainages of project highway is as shown below:
Chainage
SL No Length TCS Type
From To
1 00+000 00+130 130 TCS-2
2 00+130 00+160 30 TCS-2B
3 00+160 00+180 20 TCS-2
4 00+180 00+197 17 TCS-2B
5 00+197 00+203 7 VOP
6 00+203 00+310 107 TCS-2
7 00+310 00+350 40 TCS-3
8 00+350 00+410 60 TCS-3B
9 00+410 00+590 180 TCS-2B
10 00+590 00+675 85 TCS-2
11 00+675 00+685 10 VOP
12 00+685 00+700 15 TCS-2A
13 00+700 00+770 70 TCS-2B
14 00+770 00+780 10 TCS-3B
15 00+780 00+800 20 TCS-3
16 00+800 00+820 20 TCS-2
17 00+820 00+940 120 TCS-2B
18 00+940 00+960 20 TCS-2
19 00+960 01+040 80 TCS-3
20 01+040 01+150 110 TCS-1
21 01+150 01+315 165 TCS-4
22 01+315 01+540 225 TCS-4A
23 01+540 01+634 94 TCS-5
24 01+634 01+646 12 VUP
25 01+646 01+700 54 TCS-1
26 01+700 01+730 30 TCS-2
27 01+730 01+800 70 TCS-2B
28 01+800 01+830 30 TCS-2
29 01+830 01+970 140 TCS-1
30 01+970 02+000 30 TCS-3
31 02+000 02+100 100 TCS-1
32 02+100 02+130 30 TCS-6A
33 02+130 02+200 70 TCS-6
34 02+200 02+220 20 TCS-6A
35 02+220 02+280 60 TCS-6B
36 02+280 02+340 60 TCS-6C
37 02+340 02+380 40 TCS-6D
38 02+380 02+570 190 TCS-6E
39 02+570 02+620 50 TCS-6D
40 02+620 02+660 40 TCS-6
41 02+660 02+818 158 TCS-1
42 02+818 02+878 60 MAJOR BRIDGE
43 02+878 02+920 42 TCS-1
44 02+920 02+980 60 TCS-2
45 02+980 02+990 10 TCS-2B
46 02+990 03+030 40 TCS-2
47 03+030 03+070 40 TCS-3
48 03+070 03+080 10 TCS-3B
49 03+080 03+120 40 TCS-2B
50 03+120 03+130 10 TCS-2
51 03+130 03+160 30 TCS-3
52 03+160 03+210 50 TCS-2
53 03+210 03+480 270 TCS-3
54 03+480 03+520 40 TCS-1
55 03+520 03+670 150 TCS-3

Page 138 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Chainage
SL No Length TCS Type
From To
56 03+670 03+750 80 TCS-1
57 03+750 03+810 60 TCS-3
58 03+810 03+890 80 TCS-1
59 03+890 03+968 78 TCS-3
60 03+968 04+192 224 Toll Plaza
61 04+192 04+320 128 TCS-2
62 04+320 04+442 122 TCS-1A
63 04+442 05+302 860 MAJOR BRIDGE
64 05+302 05+505 203 TCS-6F
65 05+505 05+545 40 MINOR BRIDGE
66 05+545 05+580 35 TCS-1A
67 05+580 05+640 60 TCS-2
68 05+640 05+820 180 TCS-3A
69 05+820 05+960 140 TCS-1A
70 05+960 06+130 170 TCS-3A
71 06+130 06+180 50 TCS-1A
72 06+180 06+265 85 TCS-2
73 06+265 06+415 150 MAJOR BRIDGE
74 06+415 06+520 105 TCS-2
75 06+520 06+720 200 TCS-3A
76 06+720 06+870 150 TCS-1A
77 06+870 07+064 194 TCS-5A
78 07+064 07+076 12 VUP
79 07+076 07+220 144 TCS-1
80 07+220 07+270 50 TCS-3
81 07+270 07+330 60 TCS-2
82 07+330 07+430 100 TCS-3
83 07+430 07+550 120 TCS-1
84 07+550 07+620 70 TCS-3
85 07+620 07+660 40 TCS-1
86 07+660 07+680 20 TCS-3
87 07+680 07+690 10 TCS-2
88 07+690 07+740 50 TCS-2B
89 07+740 07+750 10 TCS-3B
90 07+750 07+820 70 TCS-3
91 07+820 07+830 10 TCS-3B
92 07+830 07+850 20 TCS-3
93 07+850 07+900 50 TCS-2B
94 07+900 07+910 10 TCS-2
95 07+910 08+000 90 TCS-3
96 08+000 08+010 10 TCS-3B
97 08+010 08+040 30 TCS-3
98 08+040 08+070 30 TCS-2
99 08+070 08+080 10 TCS-2B
100 08+080 08+120 40 TCS-3B
101 08+120 08+153 33 TCS-3
Total Length 8153
The description of each TCS is given below:
TCS Description of TCS
Four Lane Carriageway With Paved Shoulder With Both Side Fill With Protection
Type -1
As Applicable (New Construction-Mountainous Terrain)
Four Lane Carriageway With Paved Shoulder With Both Side Fill (With/Without) Protection
Type -1A
As Applicable (New Construction-Mountainous Terrain)
Four Lane Carriageway With Paved Shoulder With Both Side Cut With Protection For Height
Type -2
of Cut < 10m (New Construction-Mountainous Terrain)
Four Lane Carriageway With Paved Shoulder With Both Side Cut With Protection For Height
Type -2A
of Cut >10m(New Construction-Mountainous Terrain)

Page 139 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
TCS Description of TCS
Four Lane Carriageway With Paved Shoulder With Both Side Cut With Protection on Either
Type -2B Side As Applicable For Height of Cut >10m on one side & <10 on other Side (New
Construction-Mountainous Terrain)
Four-Lane Carriageway With Paved Shoulder With One Side Cut & One Side Fill With
Type -3 Protection on Either Side As Applicable For Height of Cut < 10m (New Construction-
Mountainous Terrain)
Four-Lane Carriageway With Paved Shoulder With One Side Cut & One Side Fill
Type -3A (With/Without) Protection on Either Side As Applicable For Height of Cut < 10m (New
Construction-Mountainous Terrain)
Four-Lane Carriageway With Paved Shoulder With One Side Cut & One Side Fill
Type -3B (With/Without) Protection on Either Side As Applicable For Height of Cut > 10m (New
Construction-Mountainous Terrain)
Four Lane Carriageway With Paved Shoulder With Footpath Cum Drain
Type -4 In Isolated built-up Section (Drain Height Varies from 2-3m) (Reconstruction-Mountainous
Terrain)
Four Lane Carriageway With Paved Shoulder in Built Up Section With Both Side Slip/Link
Type -4A Road
With Footpath Cum Drain (New Construction-Mountainous Terrain)
Four Lane Carriageway With Paved Shoulder VUP With RE Wall Approach With Both Side
Type 5
Slip/Link Road With Footpath Cum Drain (New Construction-Mountainous Terrain)
Four Lane Carriageway With Paved Shoulder VUP With Right Side RE Wall With Slip/Link
Type -5A Road Approach With Footpath Cum Drain (Drain Height Varies From 2-3m)
(New Construction-Mountainous Terrain)
Four Lane Carriageway With Paved Shoulder With Right Side Cut With Protection & Left Side
Type 6 Slip/Link Road With RE Wall With Footpath Cum Drain (Drain Height Varies From 2-3m)
New Construction-Mountainous Terrain
Four Lane Carriageway With Paved Shoulder With Right Cut & Left Fill With Side Slip/Link
Type 6A Road With RE Wall & Footpath Cum Drain (Drain Height Varies from 2-3m)
(New Construction-Mountainous Terrain)
Four Lane Carriageway With Paved Shoulder With Both Side Fill With With Left Side
Type 6B Slip/Link Road With RE Wall & Footpath Cum Drain (Drain Height Varies from 2-3m) (New
Construction-Mountainous Terrain)
Four Lane Carriageway With Paved Shoulder With Right Side Cut With Protection & Left Side
Type 6C Fill Slip/Link Road With RE Wall With Footpath Cum Drain (Drain Height Varies From 2-
3m) New Construction-Mountainous Terrain
Four Lane Carriageway With Paved Shoulder With Right Side Cut With Protection & Left Side
Type 6D Slip/Link Road With RE Wall With Footpath Cum Drain (Drain Height Varies From 2-3m)
New Construction-Mountainous Terrain
Four Lane Carriageway With Paved Shoulder With Both Side Fill Left Side Link Road
Type 6E With RE Wall With Footpath Cum Drain & Protection (New Construction-Mountainous
Terrain)
Four Lane Carriageway With Paved Shoulder With Left Side Slip/ Link Road
Type 6F With RE Wall With Footpath Cum Drain & Right Side Protection Work (New Construction-
Mountainous Terrain)
Note:
1. Any increase in FRL and length of approaches indicated in plan layout/detailed drawing, or any
other place shall not constitute Change of Scope.
2. Any increase in lengths specified in the above table shall not constitute a Change of Scope, save and
except any increase in the length arising out of a change of scope expressly undertaken in
accordance with the provision of Article 13.
3. Cross-section at Major Bridge/Minor Bridge/Viaduct approaches are to be followed for matching
to adjoining cross-sections with suitable transition.
4. Where Bus Bays & Truck Lay Byes constructed as per Schedule C a transition shall be provided as
per the Manual (IRC: SP: 84-2019).
5. The cross-section given in above table is indicative and TCS location may be changed in
consultation with authority Engineer depending upon the site conditions and this shall not be
treated as change of scope. However, the minimum length of the above TCS shall be constructed.

Page 140 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
6. During Construction and Operations & Maintenance stage, traffic diversion/traffic safety measures
(approach transition zone, work zone etc. and solar blinkers, crash barriers, barricading, signages
etc. in work zone as well as at the existing intersection/approach roads to the construction site
shall be provided as per IRC SP:55-2014.
7. Tapering shall be done in accordance with table 3.1 of IRC SP 84-2019 and marking shall be
provided as per IRC:35-2015.
8. The indicative TCSs are presented in clause 2 (x) of Schedule-B, the TCS with broader view are
enclosed in Alignment Plan specified as Annex-III of Schedule-A
9. Proposed Centreline & Right of way coordinates are indicated in the Drawing volume (Annex-III of
Schedule-A) for reference purpose.

Page 141 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 142 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 143 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 144 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 145 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 146 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 147 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 148 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 149 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 150 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 151 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 152 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 153 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 154 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 155 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 156 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 157 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 158 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 159 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 160 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Fig: Layout for Inspection Bunglow

Page 161 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Fig: Layout for Inspection Bunglow

Page 162 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

3 INTERSECTIONS AND GRADE SEPARATORS


All intersections and grade separators shall be as per provision of relevant Manual. Existing
intersections which are deficient shall be improved to the prescribed standards.
Properly designed intersections shall be provided at the locations and of the types and features
given in the tables below:
3.1 At-grade intersections
SL No Chainage Type of intersection Type of Junction Side Remarks
1 0+025 T Minor Left To Birhu Market
2 1+275 T Minor Left To Village
3 1+300 T Minor Right To Village
4 2+100 Y Minor Right To Village
5 2+400 Y Minor Left To Village
6 2+620 T Minor Left To Village
7 8+025 T Major Left To Lathiani market
The indicative layouts are enclosed in Alignment Plan as indicated Annex-III of Schedule-A
Note:
1) The crossroad level should match with the finished road level of main
carriageway/slip road/service road/link road (upto 10m same level followed) there
after, level difference shall be matched (by proposed gradient) as per P & P drawings
provided in the drawings volume (Annex-III of Schedule A) and in accordance with
IRC SP 84-2019.
2) Refer notes from Standard Drawings of intersections, drawing no. 15 of Type Designs
for Intersections on National Highways (green book) for Rotary junction and other
relevant drawings for the above junctions and all relevant IRC codes.
3) Refer figure no.3.5, IRC SP 84-2019
4) At intersection locations crossroad box culvert to be provided at the junctions for
proper drainage facilities and utility purpose etc. in consultation with authority
engineer and shall not be treated as Change of scope.
3.2 Collapsible/Detachable/movable Median (for emergency purpose only)
Location of Size of Median
Sl. No. Remarks
Median Opening Opening in m
1 4+058 30m Collapsible/Detachable/movable median
2 4+200 30m barriers shall be provided for emergency.
6+648 (traffic management for maintenance works
3 30m and removal of vehicles involved in accidents)
– Locked mode, except in emergencies.
3.3 Grade separated intersection with/without ramps.
Minimum length
Sl. Salient Project Road to be
Location of VUP/VOP to be
No. features carried over/under the structures
provided
1 0+200 VOP 1x 6.50 x 5.50 New Construction
VOP & New Construction (Total width is 10.1m including 6.50m-
2 0+680 1x 10.1 x 5.50
Aqueduct link road & 3.6m- Aqueduct)
1 x 12 New Construction including the construction of existing
3 1+640 VUP
road minimum 100 m either side of VUP
1 x 12(SQ)/ New Construction including the construction of existing
3 7+070 VUP
16.258(SK) road minimum 100 m either side of VUP
Note:
a) The minimum vertical clearance at structure should be measured from FRL of the crossroad
level + 150 mm at structure location and for VOP the vertical clearance at structure should be
measured between FRL of the project road and soffit level of the structure.
b) The crossroads underneath the Flyovers, Underpasses shall be treated as at grade intersection.

Page 163 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
These junctions of the crossroads shall be developed as at grade intersection as per manual
requirement, layouts given in Annex-III of Schedule-A and typical layout drawings as per
MoRT&H type Design. Also refer layout drawing of Figure 3.5, of IRC SP 84-2019
(Insignificant/property access).
4 ROAD EMBANKMENT AND CUT SECTION
I. Construction of new road embankment/ cuttings shall conform to the Specifications and
Standards given in Section 4 of the Manual and the specified cross-sectional details.
II. Finished road level shall be as per plan and profile given in Annex-III of Schedule-A as
minimum and contractor shall improve as per site conditions and codal provisions.
III. The stability of embankment, cuts, and natural slopes impacting on the road alignments
shall be demonstrated by geotechnical investigations and calculations. Slope stabilisation
measures shall be provided to make the slopes stable and safe. They shall be selected,
designed, and provided in accordance with the specific hazards and nature of the soil/
rock encountered. The slope stabilisation measures may include, but not limited to breast
walls/toe walls /retaining walls /gabion walls/RS wall/ benching/ rock anchors/ soil
nails/slope protection measures/ bio engineering works/ stone
pitching/coirmat+hydroseeding/Geo-cell/ sub-soil and surface water drainage.
IV. The EPC Contractor shall design the alignment plans and profiles of the project highway
based on site/design requirement mentioned in Schedule B with approval from the
Authority Engineer within the available Right of Way. However, it is clarified that bottom
of subgrade level shall be at-least 1500 mm above HFL/Existing ground level for a
greenfield/ bypass stretch.

V. The side slopes (in Embankment/Cutting) shall not be steeper than the slopes mentioned
in TCS provided in this schedule. In case, there is a ROW constraint than, suitable retaining
structures shall be provided. (Clause No. 4.2 IRC: SP:84-2019)
4.1 Raising of the existing road
The existing road shall be raised in the following sections:
Sl. Section
Length Extent of raising
No. (from km to km)
As per plan & profile
The contractor shall immediately/simultaneously take up the protection works in the section
where cutting is being done.
5 PAVEMENT DESIGN
Pavement design shall be carried out in accordance with Section 5 of the Manual.
5.1 Type of pavement:
Flexible pavement shall be provided for the entire project highway except on toll plaza location
where rigid pavement is provided.
5.2 Design requirements:
5.2.1 Design Period and strategy
Flexible pavement shall be designed for a minimum design period of 20 years as per IRC: 37-2018.
Stage construction shall not be permitted. Rigid pavement for the location of toll plaza shall be
designed for a minimum design period of 30 years as per IRC:58-2015.
5.3 Design Traffic
Not with standing anything to the contrary contained in this Agreement or the Manual, the
Contractor shall design the pavement for minimum design traffic of 20 MSA (minimum AADT 9226
PCU). The EPC contractor has to conduct traffic survey’s before designing and in case the traffic in
terms of MSA is more than 20 MSA, the higher value shall be adopted in pavement design and this
shall not be considered as change of scope.
The minimum pavement composition of flexible pavement with CTSB for main carriageway to be
adopted for new pavement/reconstruction of road is as below:

Page 164 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Minimum Crust Composition for New Flexible Pavement with CTSB for Main
Carriageway as per IRC 37 - 2018
Crust Sub-
CBR % MSA Total Thickness in mm
BC DBM WMM CTSB Grade
10 20 40 50 150 200 500 940
Note: Geotextile shall be used as drainage/separation layer laid between the CTSB and WMM layer.
For BC & DBM – VG-40 grade bitumen with minimum resilient modulus of 3000 Mpa
(average annual pavement temperature 35 degree centigrade) of IOCL refinery at Panipat
shall be used.
Minimum Crust Composition for Rigid Pavement at Toll Plaza as per IRC
58 – 2015
Crust
CBR % MSA Sub-Grade Total Thickness in mm
PQC DLC GSB
10 20 270 150 200 500 1120
Note: Rigid Pavement is at Toll Plaza including Tapering portions on either side of Toll Plaza. Above
DLC layer 125-micron PVC sheet shall be laid.
For Link/Service Road
The link/slip road/service road on one/both side of approach has been proposed with flexible
pavement with minimum pavement composition as under.

Minimum Crust Composition for Link/Local/Service Road Flexible Pavement with


CTSB as per IRC 37 - 2018
Crust
CBR % MSA Sub-Grade Total Thickness in mm
BC DBM WMM CTSB
10 20 40 50 150 200 500 940
Note: Geotextile shall be used as drainage layer laid between the CTSB and WMM layer. For BC &
DBM – VG-40 grade bitumen with minimum resilient modulus of 3000 Mpa (average annual
pavement temperature 35 degree centigrade) of IOCL refinery at Panipat shall be used).
S No. Chainage Chainage Length in m TCS No.
1 01+315 01+540 450 TCS-4A
2 01+540 01+634 188 TCS-5
3 02+100 02+130 30 TCS-6A
4 02+130 02+200 70 TCS-6
5 02+200 02+220 20 TCS-6A
6 02+220 02+280 60 TCS-6B
7 02+280 02+340 60 TCS-6C
8 02+340 02+380 40 TCS-6D
9 02+380 02+570 190 TCS-6E
10 02+570 02+620 50 TCS-6D
11 02+620 02+660 40 TCS-6
12 05+302 05+505 203 TCS-6F
13 06+870 07+064 194 TCS-5A
Total Length in m 1595
Link/local Road

Location
S. Length
From To Side Width(m) Remarks
No. (km)
(Km) (Km)
6.0 (3.5m Bituminous Local Road is connecting to Thana
Top+2x1m Earthen Kalan- Nangal Road @1+640. This
Beside Thana
1 LHS Shoulder+2x0.25m 0.155 road to be developed including all
Kalan- Nangal Road
Thrie Beam Crash the protection work and safety
Barrier) measures.

Note: The indicative plan and profile for Link Roads/Service Roads are enclosed in Drawing (Refer

Page 165 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annex-III, Schedule-A).
For structures:
The following structure locations where 50mm thick SMA with 6mm thick water proofing
layer as wearing coat is proposed on structure traffic surface as stated below:
Centre Span Length of Total
Sr. Type of
Structure Type Chainag Arrangement Bridge (in Deck Width Remarks
No. Superstructure
e (in m) m) (in m)
1 VOP 0+200 1x20.610x5.5 6.50 RCC Box 20.61 Wearing
2 VOP 0+680 1x20.610x5.5 10.10 RCC Box 20.61 coat of 50
3 VUP 1+640 1 x 12x5.5 12 RCC Box 20.51 mm thick
Viaduct cum stone
4 2+848 2x30 60 PSC I GIRDER 27.41 mastic
Bridge
Cable Stay type asphalt
115 + 250 + 115+ 12 29.410 (SMA)with
5 Major Bridge 4+872 860 and PSC Box
x 30+1x20 &27.410 6mm thick
Girder
6 Minor Bridge 5+525 2 x 20 40 RCC I Girder 28.01 water
Viaduct cum proofing
7 6+340 3 x 50 150 PSC Box Girder 27.41 layer is
Bridge
proposed
on the
surface of
1x the bridge
20.510(SQ)
8 VUP 7+070 12(SQ)/16.258(SK)x 12 RCC Box (42.43°) structure.
27.787(SK)
5.5

At grade junctions

SL Type of Type of Cross Road Improvement


Chainage Side Remarks
No intersection Junction length (m)
To Birhu
1 0+025 T Minor Left 65
Market
2 1+275 T Minor Left To Village 30
3 1+300 T Minor Right To Village 50
4 2+100 Y Minor Left To Village 36
5 2+400 Y Minor Left To Village 66
6 2+620 T Minor Left To Village 30
To Lathiani As per plan & profile (
7 8+025* T Major Both
market Refer Rotary Drawing)
Note :
a) For Junction drawings refer Annexure-III of Schedule A
b) For Rotary Junction at chainage 8+025*, refer drawing no.15 of MOST standard drawing. Stone
Mastic Asphalt (SMA) of thickness 50mm is proposed at this Major Rotary Junction.
c) For Junctions at SI.No.1 – 6 in above Table, flexible pavement with pavement composition same as
that of the main carriageway/service/slip road shall be adopted (500 mm Sub grade, 200 mm
CTSB, 150 mm WMM, 50 mm DBM and 40 mm BC). Geotextile shall be used as drainage layer laid
between the CTSB and WMM layer. For BC & DBM – VG-40 grade bitumen with minimum resilient
modulus of 3000 Mpa (average annual pavement temperature 35 degree centigrade) of IOCL
refinery at Panipat shall be used.
5.4 Reconstruction of stretches
The following stretches of the existing road shall be reconstructed. These shall be designed as new
pavement.
Sl. No. Stretch From km to km Remarks
Nil

Page 166 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
6 ROADSIDE DRAINAGE
a) Drainage system including surface and subsurface drains for the Project Highway shall be provided
as per Section 6 of the Manual.
b) In addition to the provisions given in TCS, adequate Drainage system including surface and
subsurface drains for the Project Highway shall be provided as per Schedule D. Lined drains shall
be provided in the entire project length as per the Drainage Plan enclosed.
6.1 Roadside PCC Drain shall be provided at the following stretches:
Roadside PCC Drain List
Design Chainage Design Length
S.No. TCS Type Side Total Length (m)
From To (m)
1 00+000 00+130 130 TCS-2 Both 260
2 00+130 00+160 30 TCS-2B Both 60
3 00+160 00+180 20 TCS-2 Both 40
4 00+180 00+197 17 TCS-2B Both 33.5
5 00+203 00+310 107 TCS-2 Both 213.5
6 00+310 00+350 40 TCS-3 RHS 40
7 00+350 00+410 60 TCS-3B RHS 60
8 00+410 00+590 180 TCS-2B Both 360
9 00+590 00+675 85 TCS-2 Both 169.9
10 00+685 00+700 15 TCS-2A Both 29.9
11 00+700 00+770 70 TCS-2B Both 140
12 00+770 00+780 10 TCS-3B RHS 10
13 00+780 00+800 20 TCS-3 RHS 20
14 00+800 00+820 20 TCS-2 Both 40
15 00+820 00+940 120 TCS-2B Both 240
16 00+940 00+960 20 TCS-2 Both 40
17 00+960 01+040 80 TCS-3 RHS 80
18 01+700 01+730 30 TCS-2 Both 60
19 01+730 01+800 70 TCS-2B Both 140
20 01+800 01+830 30 TCS-2 Both 60
21 01+970 02+000 30 TCS-3 RHS 30
22 02+100 02+130 30 TCS-6A RHS 30
23 02+130 02+200 70 TCS-6 RHS 70
24 02+200 02+220 20 TCS-6A RHS 20
25 02+280 02+340 60 TCS-6C RHS 60
26 02+340 02+380 40 TCS-6D RHS 40
27 02+570 02+620 50 TCS-6D RHS 50
28 02+620 02+660 40 TCS-6 RHS 40
29 02+920 02+980 60 TCS-2 Both 120
30 02+980 02+990 10 TCS-2B Both 20
31 02+990 03+030 40 TCS-2 Both 80
32 03+030 03+070 40 TCS-3 RHS 40
33 03+070 03+080 10 TCS-3B RHS 10
34 03+080 03+120 40 TCS-2B Both 80
35 03+120 03+130 10 TCS-2 Both 20
36 03+130 03+160 30 TCS-3 RHS 30
37 03+160 03+210 50 TCS-2 Both 100
38 03+210 03+480 270 TCS-3 RHS 270
39 03+520 03+670 150 TCS-3 RHS 150
40 03+750 03+810 60 TCS-3 RHS 60
41 03+890 03+968 78 TCS-3 RHS 78
42 04+192 04+320 128 TCS-2 Both 256
43 05+580 05+640 60 TCS-2 Both 120
44 05+640 05+820 180 TCS-3A RHS 180
45 05+960 06+130 170 TCS-3A RHS 170
46 06+180 06+265 85 TCS-2 Both 170
47 06+415 06+520 105 TCS-2 Both 210
48 06+520 06+720 200 TCS-3A RHS 200

Page 167 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Roadside PCC Drain List
Design Chainage Design Length
S.No. TCS Type Side Total Length (m)
From To (m)
49 07+220 07+270 50 TCS-3 RHS 50
50 07+270 07+330 60 TCS-2 Both 120
51 07+330 07+430 100 TCS-3 RHS 100
52 07+550 07+620 70 TCS-3 RHS 70
53 07+660 07+680 20 TCS-3 RHS 20
54 07+680 07+690 10 TCS-2 Both 20
55 07+690 07+740 50 TCS-2B Both 100
56 07+740 07+750 10 TCS-3B RHS 10
57 07+750 07+820 70 TCS-3 RHS 70
58 07+820 07+830 10 TCS-3B RHS 10
59 07+830 07+850 20 TCS-3 RHS 20
60 07+850 07+900 50 TCS-2B Both 100
61 07+900 07+910 10 TCS-2 Both 20
62 07+910 08+000 90 TCS-3 RHS 90
63 08+000 08+010 10 TCS-3B RHS 10
64 08+010 08+040 30 TCS-3 RHS 30
65 08+040 08+070 30 TCS-2 Both 60
66 08+070 08+080 10 TCS-2B Both 20
67 08+080 08+120 40 TCS-3B RHS 40
68 08+120 08+153 33 TCS-3 RHS 33
Total Roadside PCC Drainage Length 5794
6.2 Catch Drain shall be provided at the following stretches:
Catch Drain List
Design Chainage Design Length
S.No. TCS Type Side Total Length (m)
From To (m)
1 00+000 00+130 130 TCS-2 Both 260
2 00+130 00+160 30 TCS-2B Both 60
3 00+160 00+180 20 TCS-2 Both 40
4 00+180 00+197 17 TCS-2B Both 33.5
5 00+203 00+310 107 TCS-2 Both 213.5
6 00+310 00+350 40 TCS-3 RHS 40
7 00+350 00+410 60 TCS-3B RHS 60
8 00+410 00+590 180 TCS-2B Both 360
9 00+590 00+675 85 TCS-2 Both 169.9
10 00+685 00+700 15 TCS-2A Both 29.9
11 00+700 00+770 70 TCS-2B Both 140
12 00+770 00+780 10 TCS-3B RHS 10
13 00+780 00+800 20 TCS-3 RHS 20
14 00+800 00+820 20 TCS-2 Both 40
15 00+820 00+940 120 TCS-2B Both 240
16 00+940 00+960 20 TCS-2 Both 40
17 00+960 01+040 80 TCS-3 RHS 80
18 01+700 01+730 30 TCS-2 Both 60
19 01+730 01+800 70 TCS-2B Both 140
20 01+800 01+830 30 TCS-2 Both 60
21 01+970 02+000 30 TCS-3 RHS 30
22 02+130 02+200 70 TCS-6 RHS 70
23 02+280 02+340 60 TCS-6C RHS 60
24 02+340 02+380 40 TCS-6D RHS 40
25 02+570 02+620 50 TCS-6D RHS 50
26 02+620 02+660 40 TCS-6 RHS 40
27 02+920 02+980 60 TCS-2 Both 120
28 02+980 02+990 10 TCS-2B Both 20
29 02+990 03+030 40 TCS-2 Both 80
30 03+030 03+070 40 TCS-3 RHS 40
31 03+070 03+080 10 TCS-3B RHS 10

Page 168 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Catch Drain List
Design Chainage Design Length
S.No. TCS Type Side Total Length (m)
From To (m)
32 03+080 03+120 40 TCS-2B Both 80
33 03+120 03+130 10 TCS-2 Both 20
34 03+130 03+160 30 TCS-3 RHS 30
35 03+160 03+210 50 TCS-2 Both 100
36 03+210 03+480 270 TCS-3 RHS 270
37 03+520 03+670 150 TCS-3 RHS 150
38 03+750 03+810 60 TCS-3 RHS 60
39 03+890 03+968 78 TCS-3 RHS 78
40 04+192 04+320 128 TCS-2 Both 256
41 05+580 05+640 60 TCS-2 Both 120
42 05+640 05+820 180 TCS-3A RHS 180
43 05+960 06+130 170 TCS-3A RHS 170
44 06+180 06+265 85 TCS-2 Both 170
45 06+415 06+520 105 TCS-2 Both 210
46 06+520 06+720 200 TCS-3A RHS 200
47 07+220 07+270 50 TCS-3 RHS 50
48 07+270 07+330 60 TCS-2 Both 120
49 07+330 07+430 100 TCS-3 RHS 100
50 07+550 07+620 70 TCS-3 RHS 70
51 07+660 07+680 20 TCS-3 RHS 20
52 07+680 07+690 10 TCS-2 Both 20
53 07+690 07+740 50 TCS-2B Both 100
54 07+740 07+750 10 TCS-3B RHS 10
55 07+750 07+820 70 TCS-3 RHS 70
56 07+820 07+830 10 TCS-3B RHS 10
57 07+830 07+850 20 TCS-3 RHS 20
58 07+850 07+900 50 TCS-2B Both 100
59 07+900 07+910 10 TCS-2 Both 20
60 07+910 08+000 90 TCS-3 RHS 90
61 08+000 08+010 10 TCS-3B RHS 10
62 08+010 08+040 30 TCS-3 RHS 30
63 08+040 08+070 30 TCS-2 Both 60
64 08+070 08+080 10 TCS-2B Both 20
65 08+080 08+120 40 TCS-3B RHS 40
66 08+120 08+153 33 TCS-3 RHS 33
Total Length for PCC Catch Drain 5744
6.3 PCC Drain on the side of retaining structure shall be provided at the following stretches:
PCC Lined Drain List
Design Chainage Design Length
S.No. TCS Type Side Roadside Drain Length (m)
From To (m)
1 00+310 00+350 40 TCS-3 LHS 40
2 00+350 00+410 60 TCS-3B LHS 60
3 00+770 00+780 10 TCS-3B LHS 10
4 00+780 00+800 20 TCS-3 LHS 20
5 00+960 01+040 80 TCS-3 LHS 80
6 01+040 01+150 110 TCS-1 Both 220
7 01+646 01+700 54 TCS-1 Both 108
8 01+830 01+970 140 TCS-1 Both 280
9 01+970 02+000 30 TCS-3 LHS 30
10 02+000 02+100 100 TCS-1 Both 200
11 02+340 02+380 40 TCS-6D LHS 40
12 02+380 02+570 190 TCS-6E Both 380
13 02+570 02+620 50 TCS-6D LHS 50
14 02+660 02+818 158 TCS-1 Both 316
15 02+878 02+920 42 TCS-1 Both 84
16 03+030 03+070 40 TCS-3 LHS 40

Page 169 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
PCC Lined Drain List
Design Chainage Design Length
S.No. TCS Type Side Roadside Drain Length (m)
From To (m)
17 03+070 03+080 10 TCS-3B LHS 10
18 03+130 03+160 30 TCS-3 LHS 30
19 03+210 03+480 270 TCS-3 LHS 270
20 03+480 03+520 40 TCS-1 Both 80
21 03+520 03+670 150 TCS-3 LHS 150
22 03+670 03+750 80 TCS-1 Both 160
23 03+750 03+810 60 TCS-3 LHS 60
24 03+810 03+890 80 TCS-1 Both 160
25 03+890 03+968 78 TCS-3 LHS 78
26 04+320 04+442 122 TCS-1A Both 244
27 05+302 05+505 203 TCS-6F RHS 203
28 05+545 05+580 35 TCS-1A Both 70
29 05+640 05+820 180 TCS-3A LHS 180
30 05+820 05+960 140 TCS-1A Both 280
31 05+960 06+130 170 TCS-3A LHS 170
32 06+130 06+180 50 TCS-1A Both 100
33 06+520 06+720 200 TCS-3A LHS 200
34 06+720 06+870 150 TCS-1A Both 300
35 06+870 7+064 194 TCS5A LHS 194
36 07+076 07+220 144 TCS-1 Both 288
37 07+220 07+270 50 TCS-3 LHS 50
38 07+330 07+430 100 TCS-3 LHS 100
39 07+430 07+550 120 TCS-1 Both 240
40 07+550 07+620 70 TCS-3 LHS 70
41 07+620 07+660 40 TCS-1 Both 80
42 07+660 07+680 20 TCS-3 LHS 20
43 07+740 07+750 10 TCS-3B LHS 10
44 07+750 07+820 70 TCS-3 LHS 70
45 07+820 07+830 10 TCS-3B LHS 10
46 07+830 07+850 20 TCS-3 LHS 20
47 07+910 08+000 90 TCS-3 LHS 90
48 08+000 08+010 10 TCS-3B LHS 10
49 08+010 08+040 30 TCS-3 LHS 30
50 08+080 08+120 40 TCS-3B LHS 40
51 08+120 08+153 33 TCS-3 LHS 33
Total PCC Drain Length 6058
6.4 Footpath cum RCC Drain shall be provided at the following stretches:
Footpath cum RCC Drain List
Design Chainage Design Length
S.No. TCS Type Side Total Length (m)
From To (m)
1 01+150 01+315 165 TCS-4 Both 330
2 01+315 01+540 225 TCS-4A Both 450
3 01+540 01+634 94 TCS-5 Both 188
4 02+100 02+130 30 TCS-6A LHS 30
5 02+130 02+200 70 TCS-6 LHS 70
6 02+200 02+220 20 TCS-6A LHS 20
7 02+220 02+280 60 TCS-6B LHS 60
8 02+280 02+340 60 TCS-6C LHS 60
9 02+340 02+380 40 TCS-6D LHS 40
10 02+380 02+570 190 TCS-6E LHS 190
11 02+570 02+620 50 TCS-6D LHS 50
12 02+620 02+660 40 TCS-6 LHS 40
13 05+302 05+505 203 TCS-6F LHS 203
14 06+870 07+064 194 TCS-5A RHS 194
Total Length for Footpath cum Drain 1925

Page 170 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Note:
a) Drainage holes of minimum 100 mm dia shall be provided at 5m C/C in drain to drain off the runoff
water.
b) Weep holes shall be provided at every 1m interval at the level of Drainage layer of Main/Service
Road.
c) The wall and cover slab shall not be less than 0.15m thick.
d) The drain shall be taken up to the nearest fallout as decided by the Authority’s Engineer and the
increase in in the length on the account this will not be constitute as change of scope.
6.5 Drainage for Structures (Clause No. 6.8 IRC: SP:84-2019)
A suitable drainage arrangement for draining storm water from deck slab shall be provided. Water
shall not fall on any surface of the structures or remain standing or flowing over the road below
structure.
6.6 Drainage for Underpass (Clause No. 6.8.3 IRC: SP:84-2019)
A suitable drainage arrangement for draining storm water from Underpass shall be provided.
6.7 Drainage arrangement of Retaining Structures (No Clause in IRC: SP:84-2019)
Vertical Drop-down drainage pipes with suitable cleaning provision shall be provided at suitable
interval. Drainage fixtures and dropdown pipes shall be of rigid, corrosion resistant material not
less than 100mm dia. The Storm water of main carriageway draining on service road is not
permitted.
Note:
1. Drainage system including surface and subsurface drains for the Project Highway shall be
provided as per Section 6 of the Manual.
2. All drains shall be connected to natural drainage outfall location to ensure proper
drainage.
3. Natural drainage patterns shall be maintained undisturbed where possible. All drains
shall be connected to natural drainage outfall location to ensure proper drainage and
avoid damage to existing properties and land.
4. The drains in various section of the project highway to be provided as shown in respective
TCS as per site requirement for proper drainage.
5. The length of drain is tentative, and it may vary as per site condition. In case of increase of
length, no positive change of scope will be payable.
7 DESIGN OF STRUCTURES
7.1 General
All bridges, culverts and structures shall be designed and constructed in accordance with Section
7 of manual and shall conform to the cross-sectional features and other details specified therein
unless otherwise mentioned in this document (Schedule B/the GAD’s provided in the agreement
and Drawing Vol.). Special Vehicle loading of Gross weight of 385 MT. as per latest IRC:06 is to be
considered in design of all structures including Culverts.
The total width of new 4-lane major bridge and other structures shall have the minimum
requirement as follows:
S. Width of Bridge/Structure and its
Bridge/Structure at Km
No. Cross-Sectional elements
New 4-lane Viaduct cum Bridge from LHS + RHS Carriageway
1
Km 2+818 to Km 2+878
Carriageway width 2x10.5m = 21.0m
Concrete Crash barrier 2x0.45m = 0.9m
Inspection/Maintenance Path/Footpath 2x1.50m = 3.0m
Steel Railing 2x0.45m = 0.9
Median 1.610m
Total Deck Width 27.410m

Page 171 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
S. Width of Bridge/Structure and its
Bridge/Structure at Km
No. Cross-Sectional elements
New 4-lane Major Bridge Cable Stayed from Km 4+442 to Km LHS + RHS Carriageway
2
4+922 except Pylon location P1 and P2
Carriageway width 2x10.5m = 21.0m
Concrete Crash barrier 2x0.45m = 0.9m
Inspection/Maintenance Path/Footpath 2x1.50m = 3.0m
Steel railing 2x0.45m = 0.9m
Median 1.610m
Cable Anchorage 2x1.0m = 2.0m
Total Deck Width 29.410m
New 4-lane Major Bridge Cable Stayed from Km 4+442 to Km LHS + RHS Carriageway
3
4+922 at Pylon Location P1 and P2 with Viewing gallery.
Carriageway width 2x10.5m = 21.0m
Concrete Crash barrier 2x0.45m = 0.9m
Inspection/Maintenance Path/Footpath 2x1.50m = 3.0m
Steel railing 2x0.45m = 0.9m
Median 1.610m
Width of Viewing Gallery 2x4.605m= 9.21m
Total Deck Width 36.62m
Viewing Gallery Length at each location 24.70 m
New 4-lane Major Bridge Viaduct Portion from Km 4+922 to Km LHS + RHS Carriageway
4
5+302
Carriageway width 2x10.5m = 21.0m
Concrete Crash barrier 2x0.45m = 0.9m
Inspection/Maintenance Path/Footpath 2x1.50m = 3.0m
Steel railing 2x0.45m = 0.9m
Median 1.610m
Total Deck Width 27.410m
5 New 4-lane Minor Bridge from Km 5+505 to Km 5+545 LHS + RHS Carriageway
Carriageway width 2x10.8m = 21.6m
Concrete Crash barrier 2x0.45m = 0.9m
Inspection/Maintenance Path/Footpath 2x1.50m = 3.0m
Steel railing 2x0.45m = 0.9m
Median 1.610m
Total Deck Width 28.010m
6 New 4-lane Viaduct cum Bridge from Km 6+265 to Km 6+415 LHS + RHS Carriageway
Carriageway width 2x10.5m = 21.0m
Concrete Crash barrier 2x0.45m = 0.9m
Inspection/Maintenance Path/Footpath 2x1.50m = 3.0m
Steel railing 2x0.45m = 0.9m
Median 1.610m
Total Deck Width 27.410m

Sl. No. New 4-lane VOP @0+200 and 0+680 Remarks


1 Carriageway width 2x8.5m = 17.0m
2 Inspection/Maintenance Path/Footpath 2x1.0=2.0m
3 Median 1.610m
4 Total width (clear) 20.610m
The following structures shall be provided with footpaths:
Minimum Span Arrangement
Sl. No. Location at km Remarks
No. x Span (m)*
1 0+200 1x6.50 VOP
2 0+680 1x10.1 VOP & Aqueduct
3 2+848 2x30 Viaduct cum Bridge
4 4+682 115 + 250 + 115 Major Bridge Cable Stayed
5 5+112 12 x 30+1x20 Major Bridge Viaduct Portion
6 5+525 2 x 20 Minor Bridge
7 6+340 3 x 50 Viaduct cum Bridge

Page 172 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
All bridges shall be high-level bridges.
* spans are expansion joint to expansion joint
The following structures shall be designed to carry utility services specified in table below:
Sl. Bridge/ Structure
Utility service to be carried Remarks
No. at km
1 0+200 Telephone poles /Electric lines, OFC cables, etc. VOP
2 0+680 Telephone poles /Electric lines, OFC cables, etc. VOP & Aqueduct
3 1+640 Telephone poles /Electric lines, OFC cables, etc. VUP
4 2+848 Telephone poles /Electric lines, OFC cables, etc. Viaduct cum Bridge
5 4+682 Telephone poles /Electric lines, OFC cables, etc. Major Bridge Cable Stayed
5+112 Telephone poles /Electric lines, OFC cables, etc. Major Bridge Viaduct
6
Portion
7 5+525 Telephone poles /Electric lines, OFC cables, etc. Minor Bridge
8 6+340 Telephone poles /Electric lines, OFC cables, etc. Viaduct cum Bridge
9 7+070 Telephone poles /Electric lines, OFC cables, etc. VUP
Note:
a) The provision of utility services specified in above table are minimum requirements, the
Contractor has to finalise the actual requirement of any particular utility service provision
based on actual site conditions/requirement and in consultation with Authority Engineer.
b) Cross-section of the new culverts and bridges at deck level for the Project Highway shall
conform to the typical cross-sections given Section 7 of the Manual unless otherwise
mentioned in this document.
c) The span arrangements and vertical clearance are tentative and the same shall be followed as
per approved GAD by the concern Authority and any change shall not be constituted as change
in scope of work.
d) Proposed span arrangement of structure is tentative; same shall be finalized based on detailed
investigations by the Contractor in accordance with the Manual and in consultation with
Authority Engineer /Authority. However, total length of structure mentioned above is
minimum. Any change in span arrangement and location shall not be constituted any change
of scope.
7.2 Culverts
Overall width of all culverts shall be equal to roadway width of the approaches unless otherwise
mentioned in this document.
The overall width of culverts shall be including width of main carriageway and slip/service
roads/Entry ramps/Exit Ramps/ accelerations/Deceleration lanes, etc. All culverts shall also be
continued in median and in gap between main carriageway and service road.
7.2.1 Reconstruction of existing culverts:
The existing culverts at the following locations shall be reconstructed as new culverts:
Culvert Clear
Sl. No. Overall Width (M) Type
location Span/Opening (m)
Cross road at km 1 x2 x 2 8.000
1 Box Type Cul. Cross Road
0+025
2 1+249 1x3x3 21.610 Box type culvert
Note: GADs are provided in Alignment Plan specified in Annex-III of Schedule-A.
7.2.2 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 Section 7 of the Manual. Repairs and
strengthening of existing structures where required shall be carried out.
Sl. Culvert Type, span, height and width of existing
Repairs to be carried out [specify]
No. location culvert (m)
Nil

Page 173 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
7.2.3 Additional new culverts
Additional new culverts shall be constructed as per particulars given in the table below:
Minimum Span
SI. No. Chainage Km arrangement (No. x length Width in m Type Remarks
x depth)
1 0+030 1x2x2 19.610 RCC Box New Construction
2 0+260 1x2x2 19.610 RCC Box New Construction
3 0+402 1x3x3 19.610 RCC Box New Construction
4 0+778 1x2x2 19.610 RCC Box New Construction
5 1+548 1x2x2 21.610 RCC Box New Construction
6 2+049 1x6x6 40.250 RCC Box New Construction
7 2+521 1x2x2 26.300 RCC Box New Construction
8 3+351 1x3x3 33.975 RCC Box New Construction
9 3+697 1x6x6 19.610 RCC Box New Construction
10 3+856 1x6x6 19.610 RCC Box New Construction
11 3+941 1x3x3 19.610 RCC Box New Construction
12 5+461 1x2x2 24.620 RCC Box New Construction
13 5+880 1x6x6 33.975 RCC Box New Construction
14 6+157 1x6x6 19.610 RCC Box New Construction
15 6+540 1x3x3 19.610 RCC Box New Construction
16 6+795 1x3x3 19.610 RCC Box New Construction
17 7+020 1x3x3 27.000 RCC Box New Construction
18 7+442 1x2x2 35.023 RCC Box New Construction
19 7+632 1x5X5 27.000 RCC Box New Construction
7.2.4 Repairs/replacements of railing/parapets, flooring and protection works of the existing
culverts shall be undertaken as follows:
Sl. No. Location at km Type of repair required
Nil
Note:
a) Floor protection works shall be carried out on all culverts as specified in the relevant IRC Codes
and Specifications/Manual unless otherwise specified in this document/GAD in Drawing Vol-II
(Annexure III, Schedule A)
b) Locations of the above culverts are indicative. Exact location of these culverts shall be decided in
consultation with Authority Engineer based on Drainage plan prepared by the contractor.
c) The minimum width of the above culverts shall be equal to Roadway width only. In case of
connecting road, culvert also to be provided in the gap between main carriageway & connecting
road. In cases of the culverts with fill, culvert to be provided throughout Roadway width. Any
additional length required as per site conditions shall not constitute a Change of Scope.
d) Vent way/Span arrangement is minimum specified. The actual vent way/span arrangements of
culverts shall be determined based on detailed investigations by the contractor in accordance with
the Hydraulic requirement, Specifications and Standards. Any variations in vent way/span
arrangements specified above shall not constitute a Change of Scope.
e) All new Box culverts shall be pre-casted in yard. Cast-in-situ construction may be got approved
from Authority’s Engineer in exceptional cases, if any.
f) It is clarified that during development of the project highway if any existing culvert in addition to
above is identified or as per site requirement new culvert for drainage is required, those shall be
constructed as per standard set forth in Schedule-D and as per instruction of the Authority/
Authority Engineer.
g) The indication, either of re-construction and new construction are just as an initial reference. Final
decision shall be made by the contractor based on his own evaluation, and detailed design in
consultation to Authority/Authority Engineer.
h) The culvert location planned as per Table above shall be adjusted accordingly to the exact location
of cross-water stream or existing culvert located based on the topographic survey performed by
the contractor.

Page 174 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
i) Cross road culvert to be provided at the location of major Junction/Minor Junctions for proper
drainage facilities and utility purpose etc. if required shall be decided by Authority/Authority
Engineer and shall not be treated as change of Scope.
j) In culverts in hill section, wherever required d/s protection works are to be carried out as per
typical cross-sections shown in Drawing Vol.-II.
k) The chainages of the proposed culverts are tentative and same shall be finalized in consultation
with Authority Engineer in accordance with the Manual. The proposed width and span
arrangement specified are minimum.
7.3 Bridges
7.3.1 Existing bridges to be re- constructed/widened/retained.
The existing bridge at the following locations shall be retained.
Salient details of Existing Span Arrangement (No. ×
Sr. No. Structure Remarks
Bridge SPAN)
Nil
The following narrow bridges shall be widened:
Sl. Location Existing width Extent of widening Cross-section at deck level for widening
No. (km) (m) (m) @
Nil
7.3.2 Additional new bridges/ Viaducts/Elevated Structures
New bridges at the following locations on the Project Highway shall be constructed.
Total Length in m (with
Sr. No. Location (km) Remarks
Minimum span arrangement)
60
1 Km 2+818 to Km 2+878 Viaduct cum Bridge
(2x30)
2 Km 4+442 to Km 4+992 480 (115+250+115) Major Bridge Cable Stayed
Km 4+992 to
3 380 (12x30+1x20) Major Bridge Viaduct Portion
Km 5+302
40
4 Km 5+505 to Km 5+545 Minor Bridge
(2 x20)
150
5 Km 6+265 to Km 6+415 Viaduct cum Bridge
(3 x 50)
Notes: - GAD of the Cable Stayed Bridge shown below-

Page 175 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Figure 2: GAD Main Bridge (from Km 4+442 to Km 5+302)

Page 176 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Figure 2: Pylon (Main Bridge (from Km 4+442 to Km 5+302))

Page 177 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Figure 3: Viewing Gallery

Page 178 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Figure 4: Viewing Gallery

Page 179 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 180 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR
AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Figure 5: Cross Sections

Page 181 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Note:

1. Wind tunnel test and Fatigue Test shall be conducted by EPC Contractor on Stay
cable and suspension cables through one of the laboratories as mentioned below:

Sr. No. Name of test Name of Laboratory

1. Fatigue 1. Chicago Testing Laboratory (CTL), Chicago, USA


2. Empa, Switzerland
3. Technical University of Wein (TU Wein), Austria

2. Wind Tunnel 1. Rowan Williams Davies & Irwin Inc. (RWDI)


Canada
2. Windtech Consultant, Canada
3. FORCE Technology, Kgs. Denmark

Note: The each of the above-mentioned tests shall be witnessed by the five (05)
technical persons of the Authority, and two (02) technical persons of the consultant, as
per the list approved by MORT&H. All the necessary arrangements for the same has to
be made by the Contractor and cost of visit, including to and fro travel, stay
arrangements and travel shall be borne by the Contractor.

2. Acceptance of Prior Tests of Stay Cables

A reference of a fatigue test and a water tightness test passed successfully as per above
specifications shall be submitted to the AE at the design approval stage.

Any previous test, conducted for a previous project as per the present specifications based
on fib bulletin 30[4] on specimens similar to those recommended for this project, may be
proposed to the AE as the basis for stay cable system approval.

Anchorage tests conducted for previous projects according to the specifications of


Chapter 6.2.1 of fib bulletin 30[4] are not acceptable except for approval of system.

3. Wind Tunnel Testing of Model

The test reports of the full-scale Wind Tunnel test of approved model as per latest relevant
International Standards as recommended by AE shall be submitted by the agency at the
design approval stage.

The railings of existing bridges shall be replaced by crash barriers at the following locations:
Sl. No. Location at km Remarks
Nil
Repairs/replacements of railing/parapets of the existing bridges shall be undertaken as follows:
Sl. No. Location at km Remarks
Nil
7.3.3 Drainage system for bridge decks
An effective drainage system for bridge decks shall be provided as specified in paragraph 6.8 and
7.20 of the Manual (IRC:SP-84-2019).

Page 182 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
7.3.4 Rail-road bridges
Nil
7.3.5 Grade separated structures.
The grade separated structures shall be provided at the locations and of the type and length
specified in section 3.3 of this Annex-I.
7.3.6 Repairs and strengthening of bridges and structures.
Nil
7.3.7 List of proposed Bridges and Structures
The following is the list of the Bridges and Structures:
Design Span Arrangement
Length Type of
Sr. No. Chainage (No. ×Minimum Remarks
in m Superstructure
(km) length)
1 0+200 1x 6.50 x 5.50 6.50* RCC Box VOP
VOP &
2 0+680 1x 10.1 x 5.50 10.1* RCC Box
Aqueduct
3 1+640 1 x 12 12* RCC Box VUP
Viaduct cum
4 2+848 2x30 60 PSC I GIRDER
Bridge
115 + 250 + 115+ 12 x Cable Stay type and
5 4+872 860 Major Bridge
30+1x20 PSC Box Girder
Minor
6 5+525 2 x 20 40 RCC I Girder
Bridge
SOLID SLAB+STEEL Viaduct cum
7 6+340 3 x 50 150
COMPOSITE Bridge
RCC Box
8 7+070 1 x 12(SQ)/16.258(SK) 12 VUP
(Skew 42.43°)
* The dimensions are clear width.
The following structures shall be designed to carry utility services specified in table below:
Location at Utility service to be
S No. Remarks
km carried out
1 1+640 VUP Telephone poles /Electric lines, OFC cables, etc.
2 2+848 Viaduct cum Bridge Telephone poles /Electric lines, OFC cables, etc.
3 4+872 Major Bridge Telephone poles /Electric lines, OFC cables, etc.
4 5+525 Minor Bridge Telephone poles /Electric lines, OFC cables, etc.
5 6+340 Viaduct cum Bridge Telephone poles /Electric lines, OFC cables, etc.
6 7+070 VUP Telephone poles /Electric lines, OFC cables, etc.
As per field condition and as required for all new bridges/structures.
8 TRAFFIC CONTROL DEVICES AND ROAD SAFETY WORKS
8.1 Traffic control devices and road safety works shall be provided in accordance with the Manual of
Specifications and Standards (IRC: SP:84-2019) as referred in Schedule “D” and in consultation
with the Authority Engineer. The minimum provisions shall be as given below:
a) Traffic Signs and Pavement Markings:
i. Traffic signs and pavement markings shall include roadside signs, overhead signs; Kerb mounted
signs of retro reflective reflector and road markings of hot applied thermoplastic material with
glass reflective reflector along the Project Highway shall be as per IRC:67-2022 & IRC:35-2015.
The location shall be finalized in consultation with the Independent Road Safety Expert appointed
for the purpose and after the approval of Authority.
ii. Minimum 2 numbers overhead Gantry and minimum 2 numbers of Overhead signs shall be placed
on a structurally sound full gantry structure made of GI pipes. Its height, lateral and vertical
clearance for installation shall be as per guidance provided in IRC:67-2022 and as per MORTH
specifications.
iii. Reflecting Sheeting shall be as per paragraph 9.2 of the Manual and IRC:67-2022.

Page 183 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
iv. Traffic Signs (excluding overhead signs at Toll Plaza): Traffic sign boards as per IRC 67,2022 and
traffic signage plan approved by the Authority Engineer, shall be provided in the project highway
in accordance to manual. The traffic signage plan mentioned in Annex-III, Schedule A shall be
deemed to be part of this Schedule-B.
v. The type, numbers, and location of Traffic Signages shown in Traffic Signage Plan (Annex-III,
Schedule A) are tentative and minimum specified. The actual numbers and location of Traffic
Signages shall be determined by the contractor in accordance with the IRC: SP: 84-2019 and
IRC:67-2022 requirements with approval from the Authority Engineer. Any increase in the number
and type of road sign 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.
Adequate signs for toll plaza shall be provided as given in this schedule and manual.
b) Safety Barrier-
Thrie beam crash barrier shall be provided in a minimum length of 5838 m at the following
locations.
Design Chainage (Km) Design Length
S.No. TCS Type Side Thrie-beam Length (m)
From To (m)
1 00+310 00+350 40 TCS-3 LHS 40
2 00+350 00+410 60 TCS-3B LHS 60
3 00+770 00+780 10 TCS-3B LHS 10
4 00+780 00+800 20 TCS-3 LHS 20
5 00+960 01+040 80 TCS-3 LHS 80
6 01+040 01+150 110 TCS-1 Both 220
7 01+646 01+700 54 TCS-1 Both 108
8 01+830 01+970 140 TCS-1 Both 280
9 01+970 02+000 30 TCS-3 LHS 30
10 02+000 02+100 100 TCS-1 Both 200
11 02+220 02+280 60 TCS-6B RHS 60
12 02+380 02+570 190 TCS-6E RHS 190
13 02+660 02+818 158 TCS-1 Both 316
14 02+878 02+920 42 TCS-1 Both 84
15 03+030 03+070 40 TCS-3 LHS 40
16 03+070 03+080 10 TCS-3B LHS 10
17 03+130 03+160 30 TCS-3 LHS 30
18 03+210 03+480 270 TCS-3 LHS 270
19 03+480 03+520 40 TCS-1 Both 80
20 03+520 03+670 150 TCS-3 LHS 150
21 03+670 03+750 80 TCS-1 Both 160
22 03+750 03+810 60 TCS-3 LHS 60
23 03+810 03+890 80 TCS-1 Both 160
24 03+890 03+968 78 TCS-3 LHS 78
25 04+320 04+442 122 TCS-1A Both 244
26 05+302 05+505 203 TCS-6F RHS 203
27 05+545 05+580 35 TCS-1A Both 70
28 05+640 05+820 180 TCS-3A LHS 180
29 05+820 05+960 140 TCS-1A Both 280
30 05+960 06+130 170 TCS-3A LHS 170
31 06+130 06+180 50 TCS-1A Both 100
32 06+520 06+720 200 TCS-3A LHS 200
33 06+720 06+870 150 TCS-1A Both 300
34 06+870 07+064 194 TCS-5A LHS 194
35 07+076 07+220 144 TCS-1 Both 288
36 07+220 07+270 50 TCS-3 LHS 50
37 07+330 07+430 100 TCS-3 LHS 100
38 07+430 07+550 120 TCS-1 Both 240
39 07+550 07+620 70 TCS-3 LHS 70
40 07+620 07+660 40 TCS-1 Both 80
41 07+660 07+680 20 TCS-3 LHS 20
42 07+740 07+750 10 TCS-3B LHS 10

Page 184 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Design Chainage (Km) Design Length
S.No. TCS Type Side Thrie-beam Length (m)
From To (m)
43 07+750 07+820 70 TCS-3 LHS 70
44 07+820 07+830 10 TCS-3B LHS 10
45 07+830 07+850 20 TCS-3 LHS 20
46 07+910 08+000 90 TCS-3 LHS 90
47 08+000 08+010 10 TCS-3B LHS 10
48 08+010 08+040 30 TCS-3 LHS 30
49 08+080 08+120 40 TCS-3B LHS 40
50 08+120 08+153 33 TCS-3 LHS 33
TOTAL LENGTH 5838
Concrete Crash Barrier shall be provided in a minimum length of 2448 m at the following locations.
Length of
Sr. Structure Centre Span Type of
Bridge
No. Type Chainage Arrangement (in m) Superstructure
(in m)
1 VOP 0+200 1x6.50x5.5 90 RCC Box
2 VOP 0+680 1x10.10x5.5 90 RCC Box
3 VUP 1+640 1 x 12x5.5 24 RCC Box
Viaduct cum
4 2+848 2x30 120 PSC I GIRDER
Bridge
Major 115 + 250 + 115+ 12 x Cable Stay type and
5 4+872 1720
Bridge 30+1x20 PSC Box Girder
Minor
6 5+525 2 x 20 80 RCC I Girder
Bridge
Viaduct cum
7 6+340 3 x 50 300 PSC Box Girder
Bridge
1x
8 VUP 7+070 24 RCC Box (42.43°)
12(SQ)/16.258(SK)x5.5
Total length in m 2448
Note:
a) The locations mentioned above is tentative and it is to be decided in consultation with
Authority/Authority Engineer/Safety Consultant. The Crash Barriers (Thrie beam/RCC Crash
barrier) shall be provided as per Ministry guidelines issued vide circular dated 01.01.2020 and
any other guidelines issued before bid due date. No extra claim shall be admissible for any
increase in length.
b) End Treatment of Thrie Beam Crash barrier /RCC crash barrier shall be provided as per
manual IRC:84,2019.
Provision of pedestrian guard rail (1.5m height MS Railing) shall be provided in the built-up sections (on
the outer edge of the service road and on separator both sides) in a minimum length of 1230 m at the
following locations.
Total length
SL No From To Length TCS Type TCS DETAILS
of railing
BUILT UP SECTION WITH FP &
1 01+150 01+315 165 330 TCS-4
Drain
BUILT UP SECTION WITH BOTH
2 01+315 01+540 225 900 TCS-4A SIDE SLIP ROAD/LINK ROAD WITH
FPD
Total in m 1230
Provision of railing shall be provided on the outer side of the deck slab of all the major/minor bridges in a
minimum length of 2220 m at the following locations
Steel
Length Total
Span Hand
Sr. Structure Centre of Type of Deck
Arrangement Railing
No. Type Chainage Bridge Superstructure Width
(in m) ( 1.1m
(in m) (in m)
hight)
1 Viaduct 2+848 2x30 60 120 PSC I GIRDER 27.41

Page 185 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Steel
Length Total
Span Hand
Sr. Structure Centre of Type of Deck
Arrangement Railing
No. Type Chainage Bridge Superstructure Width
(in m) ( 1.1m
(in m) (in m)
hight)
cum
Bridge
115 + 250 + Cable Stay type
Major 29.410
2 4+872 115+ 12 x 860 1720 and PSC Box
Bridge &27.410
30+1x20 Girder
Minor
3 5+525 2 x 20 40 80 RCC I Girder 28.01
Bridge
Viaduct
4 cum 6+340 3 x 50 150 300 PSC Box Girder 27.41
Bridge
Total length in m 2220
c) Median-
New jersey crash barrier with anti-glare device of total height of 1.5m above FRL shall be
provided as central median all along the project highway in a minimum length of 6791 m for
roads and minimum 1200 m for bridges.
Movable/Detachable/collapsible central median shall be provided at following locations.
Locations of Movable/Detachable/collapsible
S No Remarks
central median
1 4+058 before Toll Plaza
2 4+200 After Toll Plaza
3 6+648

Note:- The new jersey crash barrier in central median shall be designed in such a way to
facilitate drainage across the carriageway in superelevated section of the project
highway.
d) Separator
Separator including railing of total height of 1.5m shall be provided between the main
carriageway and service road in a minimum length of 1595 m at the following locations.
Chainage
SL No Length in m TCS Type TCS DETAILS
From To
1 01+315 01+540 450 TCS-4A 2 x 1000 mm
2 01+540 01+634 188 TCS-5 2 x 1000 mm
3 02+100 02+130 30 TCS-6A 1 x 1000 mm
4 02+130 02+200 70 TCS-6 1 x 1000 mm
5 02+200 02+220 20 TCS-6A 1 x 1000 mm
6 02+220 02+280 60 TCS-6B 1 x 1000 mm
7 02+280 02+340 60 TCS-6C 1 x 1000 mm
8 02+340 02+380 40 TCS-6D 1 x 1000 mm
9 02+380 02+570 190 TCS-6E 1 x 1000 mm
10 02+570 02+620 50 TCS-6D 1 x 1000 mm
11 02+620 02+660 40 TCS-6 1 x 1000 mm
12 05+302 05+505 203 TCS-6F 1 x 1000 mm
13 06+870 07+064 194 TCS-5A 1 x 1000 mm
Total in m 1595
Note:- The separator shall be designed in such a way to facilitate drainage.
9 ROADSIDE FURNITURE
Roadside furniture shall be provided in accordance with the provisions of Section 9 of the Manual
and Schedule-C. Following minimum requirements shall be fulfilled:
9.1 Road Marking:
Road marking as per IRC: 35 shall be of hot applied thermoplastic material with glass reflectorizing
beads as per relevant specifications, and this shall be provided at edge side, lanes and median side.
Page 186 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
9.2 Road Delineator:
Circular iron posts of 1.0 m height or concrete or manufacture product with retro reflective
reflector as per IRC: 79 shall be provided at necessary locations.
Hazard markers shall be provided as given in IRC: 67-2022. In addition, the objects close to the
road shall be painted with black & yellow stripes using the paint conforming to IS: 164.
9.3 Reflective Pavement marker (Road Studs):
The reflective pavement markers (RRPM) i.e. road studs shall be provided to improve the visibility
in night time and wet weather conditions. These shall be prismatic retro reflective type conforming
to ASTM D 4280. This shall be provided throughout chainage from Ch.0+000 to Ch.8+153, at edge,
centreline, and also median side as per IRC:35-2015 and IRC:67-2022.
9.4 Traffic Impact Attenuators:
Provide Impact Attenuators in Gore Areas, It shall be self-restoring confirming to section 10.6 of IRC
SP 99 i.e. Manual of Specifications and Standards for Expressways at following locations:
Proposed Number of Traffic
S No. Remarks
Chainage Attenuators
Project Start Point ( On Central Median, on New
1 0+000 1
Jersey Crash Barrier)
On crash barrier between Main Carriageway and
2 1+320 1
Slip Road
Between Lane1- Lane2 ( Left side) & Lane 7-Lane
3 4+125 2
8 ( Right Side) of Toll Plaza
Project End Point ( On Central Median, on New
4 7+970 5
Jersey Crash Barrier), & on Islands
9.5 Noise Barrier
Noise Barrier shall be provided in a minimum length of 2 x 200m at Km 7+070, nearby Lathiani
Govt. Hospital premises.
9.6 Kilometre/hectometre/boundary stones
Kilometre/hectometre/boundary stones shall be provided along the project highway on both side
as per clause 12.3 of IRC SP:84 2019, IRC:8 and IRC:25.
10 LAND SCAPING & TREE PLANTATION
Land scaping and Tree Plantation shall be done as per Section 11 of IRC SP 84 2019,IRC: SP:
21:2009 at the appropriate location within the ROW as per the details in schedule C of this
agreement.
11 HAZARDOUS LOCATIONS
Hazard Markers, signages, pavement markings and other traffic safety/calming measures shall be
provided as per the direction of authority engineer and Audit report of independent Road Safety
Expert.
The safety barriers shall also be provided at the following hazardous locations:
Sl. No. Location stretches from (km) to (km) LHS/RHS
1 On Embankments, Sharp curve and as per Audit report of independent Road Safety Expert.
12 SPECIAL REQUIREMENT FOR HILL ROADS
In all items as referred in section 13 of manual/Hill Road Manual IRC: SP:48-1998, & IRC 52-2019
In addition, the geotechnical hazards that need to be considered for the Project are:
1. Existing man-made slope features that could affect or be affected by the project.
2. Man-made slope features that will be formed along the route (cut slopes, fill slopes, retaining
walls)
3. Natural terrain landslide hazards (debris slides, rock fall, gully erosion)
4. Other geotechnical hazards (e.g.: presence of soft ground, karstic areas)
5. Hazards associated with the geotechnical works (rock blasting, excavations, diversion of
surface water)

Page 187 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
There is thus a need to conduct proper and thorough geotechnical investigation, analysis and
design of slope stability measures. This requires
i) Investigations of surface deformation to define the boundaries of existing landslides, etc.
ii) Geotechnical Investigations to conduct slope stability analysis and to design appropriate
control measures for landslides, etc.
iii) Geophysical Investigations for prospection of landslide bodies, detection of discontinuities
and shear surfaces, etc.
iv) Groundwater Investigation for determining ground water level, pore water pressure,
ground water logging, etc.
Based on these investigations the remedial measures for stabilization of the slopes may require
modification of slope geometry / drainage treatment / retaining structures / internal slope
reinforcement as the case may be.
In order to arrive at correct decision-making, the recommendations contained in IRC: SP: 106-
2015, Engineering Guidelines on Landslide Mitigation Measures for Indian Roads shall be followed.
Past and potential landslide locations shall be identified and studied to understand the underlying
causes of slides. Comprehensive mitigation measures to prevent future ground movement, slides
or rockfalls shall be devised and provided accordingly. Such mitigation measures shall include
retaining walls, breast walls, gabion walls, toe wall, stone pitching, ground anchors, rock bolts, soil
nails, anchored mesh, bioretention measures, rock scaling, debris netting, rock shelters, sub-
surface drains, catchwater drains, and bioengineering solutions.
• Wherever the height of breast walls is proposed to be more than 3.0m the same be provided
in stages with benching between the two stages.
• The heights and lengths of retaining and breast walls and other stabilization and protection
measures as shown are tentative, to be finalized based on the findings of the geotechnical
investigations and other investigations and stability analysis in consultation with Authority
Engineer.
Measures to retain rocks and debris that might fall on the road shall be provided by the contractor
to mitigate hazards as per site investigation and requirement and in consultation with/ approval
by the Authority’s Engineer during the construction and maintenance periods.
It would be appropriate to use rock breakers or excavators instead of blasting so as not to
destabilize slopes. The disposal of spoil by side tipping or blading will not be permitted.
13 DETAILS OF TOE WALL/ RETAINING WALL/GABION WALL/ RS WALL/ RE WALL/ BREAST
WALL AND SLOPE PROTECTION MEASURES
Retaining Structure shall be provided to fit the 4-lane main carriageway and link/slip roads (as
required) in the PROW of 45m.
13.1 Toe Wall (PCC)
The Toe wall (PCC) shall be provided at the following locations:
LHS
From To Length (m) Min. Height of Toe wall(m) TCS Type
320 340 20 3 TCS-3
770 780 10 2.5 TCS-3B
990 1030 40 3 TCS-3
1120 1140 20 3 TCS-1
1670 1680 10 3 TCS-1
1830 1880 50 3 TCS-1
2080 2090 10 3 TCS-1
2340 2380 40 2.5 TCS-6D
2380 2440 60 2.5 TCS-6E
3040 3070 30 2.5 TCS-3
3130 3150 20 2.5 TCS-3
3220 3240 20 2 TCS-3
3370 3450 80 2.5 TCS-3
3510 3520 10 3 TCS-1
3520 3530 10 3 TCS-3

Page 188 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
LHS
From To Length (m) Min. Height of Toe wall(m) TCS Type
3590 3630 40 2.5 TCS-3
6870 6990 120 2.5 TCS-5A
7220 7240 20 2.5 TCS-3
8010 8030 20 2 TCS-3
Total Length 630

RHS
From To Length (m) Min. Height of Toe wall(m) TCS Type
1050 1080 30 2.5 TCS-1
1880 1900 20 2.5 TCS-1
2680 2700 20 3 TCS-1
3680 3720 40 3 TCS-1
7440 7480 40 3 TCS-1
Total Length 150
Note: The length specified hereinabove shall be treated as an approximate assessment and
minimum. 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
increase in the lengths specified in this Schedule-B shall not constitute any 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. Heights of toe wall mentioned
in above table is measured from OGL. A minimum embedment depth of 2m shall be provided
below OGL.
13.2 Retaining Wall (RCC)
The Retaining wall(RCC) shall be provided at the following locations:
LHS
From To Length Min. Height of Retaining wall(m) TCS Type
390 400 10 4 TCS-3B
1040 1110 70 4 TCS-1
3320 3360 40 4 TCS-3
Total Length 120

RHS
From To Length Min. Height of Retaining wall(m) TCS Type
1090 1140 50 4 TCS-1
7140 7180 40 4 TCS-1
Total Length 90

Chainage Length in m Min. Height of Retaining wall(m)


8+000, Rotary Major junction 150m 4m
Note: The length specified hereinabove shall be treated as an approximate assessment and
minimum. The actual lengths, as required on the basis of detailed investigations, shall be
determined by the contractor in accordance with the Specifications, site conditions and
Standards. Any variations in the lengths specified in this Schedule-B shall not constitute any
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. Heights of Retaining
wall mentioned in above table is measured from OGL. A minimum embedment depth of 2m
shall be provided below OGL.
13.3 Breast Wall (PCC)
The Breast wall(P CC) shall be provided at the following locations:
LHS
From To Length Min. Height of Breast wall(m) TCS-Type
0 10 10 2 TCS-2
50 130 80 3 TCS-2
130 160 30 3 TCS-2B
160 180 20 3 TCS-2
Page 189 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
LHS
From To Length Min. Height of Breast wall(m) TCS-Type
180 197 17 3 TCS-2B
203 280 77 3 TCS-2
420 590 170 3 TCS-2B
590 675 85 3 TCS-2
685 700 15 3 TCS-2A
700 760 60 3 TCS-2B
830 940 110 3 TCS-2B
940 950 10 2 TCS-2
1710 1730 20 2.5 TCS-2
1730 1800 70 3 TCS-2B
1800 1820 20 2.5 TCS-2
1980 1990 10 3 TCS-3
2630 2640 10 2.5 TCS-6
2920 2940 20 2.5 TCS-2
2990 3020 30 2.5 TCS-2
3090 3120 30 2.5 TCS-2B
3160 3200 40 3 TCS-2
3990 4192 202 3 Toll Plaza
4192 4290 98 3 TCS-2
4290 4310 20 2.5 TCS-2
5600 5640 40 2.5 TCS-2
5640 5750 110 2.5 TCS-3A
6030 6070 40 3 TCS-3A
6190 6260 70 2.5 TCS-2
6420 6500 80 3 TCS-2
7270 7320 50 3 TCS-2
7360 7400 40 3 TCS-3
7690 7720 30 3 TCS-2B
7850 7900 50 3 TCS-2B
8030 8040 10 3 TCS-3
8040 8070 30 3 TCS-2
Total Length 1804

RHS
From To Length Min. Height of Breast wall(m) TCS-Type
0 130 130 3 TCS-2
130 160 30 3 TCS-2B
160 180 20 3 TCS-2
180 197 17 3 TCS-2B
197 203 6 3 VOP
203 250 47 3 TCS-2
300 310 10 3 TCS-2
310 350 40 3 TCS-3
350 410 60 3 TCS-3B
410 590 180 3 TCS-2B
590 675 85 3 TCS-2
685 700 15 3 TCS-2A
700 770 70 3 TCS-2B
770 780 10 3 TCS-3B
780 800 20 3 TCS-3
800 820 20 3 TCS-2
820 940 120 3 TCS-2B
940 960 20 3 TCS-2
960 1030 70 3 TCS-3
1700 1730 30 3 TCS-2
1730 1800 70 3 TCS-2B
1800 1820 20 3 TCS-2
2130 2200 70 2.5 TCS-6

Page 190 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
RHS
From To Length Min. Height of Breast wall(m) TCS-Type
2280 2340 60 3 TCS-6C
2340 2370 30 3 TCS-6D
2570 2620 50 3 TCS-6D
2620 2650 30 3 TCS-6
2920 2980 60 3 TCS-2
2980 2990 10 3 TCS-2B
2990 3030 40 3 TCS-2
3030 3070 40 3 TCS-3
3070 3080 10 3 TCS-3B
3080 3120 40 3 TCS-2B
3120 3130 10 3 TCS-2
3130 3160 30 3 TCS-3
3160 3210 50 3 TCS-2
3210 3460 250 3 TCS-3
3540 3660 120 3 TCS-3
3750 3800 50 3 TCS-3
3890 3968 78 3 TCS-3
3968 4192 224 3 Toll plaza
4192 4310 118 3 TCS-2
5590 5620 30 2 TCS-2
6180 6230 50 2 TCS-2
6430 6520 90 3 TCS-2
6520 6640 120 2.5 TCS-3A
6660 6670 10 3 TCS-3A
6700 6710 10 2 TCS-3A
7230 7270 40 3 TCS-3
7270 7330 60 3 TCS-2
7330 7340 10 3 TCS-3
7410 7420 10 2 TCS-3
7560 7600 40 3 TCS-3
7670 7680 10 3 TCS-3
7680 7690 10 3 TCS-2
7690 7740 50 3 TCS-2B
7740 7750 10 3 TCS-3B
7750 7820 70 3 TCS-3
7820 7830 10 3 TCS-3B
7830 7850 20 3 TCS-3
7850 7900 50 3 TCS-2B
7900 7910 10 3 TCS-2
7910 7990 80 3 TCS-3
8000 8010 10 3 TCS-3B
8010 8040 30 3 TCS-3
8040 8070 30 3 TCS-2
8070 8080 10 3 TCS-2B
8080 8120 40 3 TCS-3B
8120 8150 30 3 TCS-3
Total Length 3400
Note: The length specified hereinabove shall be treated as an approximate assessment and
minimum. The actual lengths, as required on the basis of detailed investigations, shall be
determined by the contractor in accordance with the Specifications, site conditions and
Standards. Any variations in the lengths specified in this Schedule-B shall not constitute
any 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. Heights of
Breast wall mentioned in above table is measured from FRL(Paved Shoulder).
13.4 Gabion Wall
The Gabion wall shall be provided at the following locations:

Page 191 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
LHS
From To Length Min. Height of Gabion wall(m) TCS Type
1650 1660 10 5 TCS-1
2020 2070 50 5.5 TCS-1
2450 2570 120 6.5 TCS-6E
2570 2610 40 6.5 TCS-6D
2670 2818 148 8 TCS-1
2880 2910 30 7 TCS-1
3250 3280 30 5 TCS-3
3460 3480 20 5.5 TCS-3
3480 3500 20 5.5 TCS-1
3540 3580 40 5 TCS-3
3640 3670 30 8.5 TCS-3
3670 3750 80 8.5 TCS-1
3750 3810 60 8.5 TCS-3
3810 3890 80 8.5 TCS-1
3890 3970 80 8.5 TCS-3
7000 7060 60 6 TCS-5A
7080 7210 130 7.5 TCS-1
7420 7430 10 6 TCS-3
7430 7550 120 6 TCS-1
7550 7620 70 6 TCS-3
7620 7660 40 6 TCS-1
7740 7750 10 8 TCS-3B
7750 7820 70 8 TCS-3
7820 7830 10 8 TCS-3B
7910 7980 70 6 TCS-3
Total Length 1428

RHS
From To Length Min. Height of Breast wall(m) TCS Type
1650 1660 10 5 TCS-1
1910 1970 60 8.5 TCS-1
1970 2000 30 8.5 TCS-3
2000 2080 80 8.5 TCS-1
2710 2818 108 6 TCS-1
2880 2900 20 6.5 TCS-1
3810 3870 60 5.5 TCS-1
7080 7130 50 6 TCS-1
Total Length 418
Note: The length specified hereinabove shall be treated as an approximate assessment and
minimum. The actual lengths, as required on the basis of detailed investigations, shall be
determined by the contractor in accordance with the Specifications, site conditions and
Standards. Any variations in the lengths specified in this Schedule-B shall not constitute any
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. Heights of Gabion wall
mentioned in above table is measured from OGL. . A minimum embedment depth of 2m shall
be provided below OGL.
13.5 RE wall
The RE wall shall be provided at the following locations:
Left side
TCS Type
From To Length
1540.0 1634.0 94.0 TCS-5
2100.0 2130.0 30.0 TCS-6A
2130.0 2200.0 70.0 TCS-6
2200.0 2220.0 20.0 TCS-6A

Page 192 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Left side
TCS Type
From To Length
2220.0 2280.0 60.0 TCS-6B
2280.0 2340.0 60.0 TCS-6C
2340.0 2380.0 40.0 TCS-6D
2380.0 2570.0 190.0 TCS-6E
2570.0 2620.0 50.0 TCS-6D
2620.0 2660.0 40.0 TCS-6
5302.0 5505.0 203.0 TCS-6F
Total Length 857.0

Right Side
TCS Type
From To Length
1540.0 1634.0 94 TCS-5
6870.0 7064.0 194 TCS-5A
Total Length 288
Note: The length specified hereinabove shall be treated as an approximate assessment and
minimum. The actual lengths, as required on the basis of detailed investigations, shall be
determined by the contractor in accordance with the Specifications, site conditions and
Standards. Any variations in the lengths specified in this Schedule-B shall not constitute
any 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.
13.6 Geocell Fascia
Geocell Fascia Reinforced Soil Wall shall provided at following are the locations:
Left Hand Side
Chainage Min. Height of
Length Geocell RS TCS Type
From To
Wall(m)
4320.0 4442.0 122.0 9.5 TCS-1A
5545.0 5580.0 35.0 2 TCS-1A
6520.0 6720.0 200.0 6 TCS-3A
6720.0 6870.0 150.0 8 TCS-1A
Total Length 507.0

Right Hand Side


Chainage Min. Height of
Length Geocell RS TCS Type
From To
Wall(m)
4320.0 4442.0 122.0 8 TCS-1A
5302.0 5505.0 203.0 7.5 TCS-6F
5545.0 5580.0 35.0 2.5 TCS-1A
5640.0 5820.0 180.0 9 TCS-3A
5820.0 5960.0 140.0 8.5 TCS-1A
5960.0 6130.0 170.0 6 TCS-3A
6130.0 6180.0 50.0 7 TCS-1A
6720.0 6870.0 150.0 3 TCS-1A
Total Length 1050.0
Note: The length specified hereinabove shall be treated as an approximate assessment and
minimum. The actual lengths, as required on the basis of detailed investigations, shall be
determined by the contractor in accordance with the Specifications, site conditions and
Standards. Any variations in the lengths specified in this Schedule-B shall not constitute
any 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. The height
of Geocell Fascia Reinforced Soil Wall shall be taken from OGL and to be accessed by
Contractor as per site condition and detailed Profile design.
14 SLOPE STABILIZATION MEASURES
Shotcrete: Slope stabilization measures in the form of shotcrete with wire mesh and SN rock bolt

Page 193 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
shall be provided at following locations.
LHS
From To Length (m) TCS-Type
130 160 30 TCS-2B
685 700 15 TCS-2A
Total length 45

RHS
From To Length (m) TCS-Type
180 197 17 TCS-2B
350 410 60 TCS-3B
410 590 180 TCS-2B
685 700 15 TCS-2A
700 770 70 TCS-2B
770 780 10 TCS-3B
820 940 120 TCS-2B
1730 1800 70 TCS-2B
2980 2990 10 TCS-2B
3070 3080 10 TCS-3B
3080 3120 40 TCS-2B
3968 4192 224 Toll Plaza
7690 7740 50 TCS-2B
7740 7750 10 TCS-3B
7820 7830 10 TCS-3B
7850 7900 50 TCS-2B
8000 8010 10 TCS-3B
8070 8080 10 TCS-2B
8080 8120 40 TCS-3B
Total Length 1006
Note: The slope stabilization measures shall be comprised of 3 m long fully grouted 25mm dia
SN rock-bolt @2.5m c/c spacing and 75 mm thick M-25 grade shotcrete with 150 x 150 x
6 mm wire mesh. The length and specification as mentioned hereinabove shall be treated
as an approximate assessment and minimum. The actual lengths, as required on the basis
of detailed investigations, shall be determined by the contractor in accordance with the
Specifications, site conditions and Standards. Any increase in the lengths specified in this
Schedule-B shall not constitute any 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.
Note:
1. All the Hill slopes shall be cut strictly in accordance to the applicable TCS and the slope
protection measures shall be provided simultaneously/immediately after hill cutting.
2. In addition to the above Suitable Retaining structures (Toe wall/Breast wall/Retaining
wall/RE wall/Gabion wall/RS wall etc.) shall be provided at the toll plaza, bus lay bye,
truck lay bye, inspection bungalow , dumping sites and any other location to restrict the
embankment slope within the proposed right of way.
14.1 Slope protection
The slope protection by coir mat & hydroseeding will be provided at locations, where embankment
height is more than 1.00 m and in approaches of Viaducts/Flyover/bridges as per Manual and as
decided by Authority’s Engineer/MoRT&H.
Chainage
SL No Length Total Coir mat + Hydroseeding Area (in Sq.m) TCS Type
From To
1 00+310 00+350 40 179 TCS-3
2 00+350 00+410 60 268 TCS-3B
3 00+770 00+780 10 45 TCS-3B
4 00+780 00+800 20 89 TCS-3
5 00+960 01+040 80 358 TCS-3
6 01+040 01+150 110 1968 TCS-1

Page 194 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Chainage
SL No Length Total Coir mat + Hydroseeding Area (in Sq.m) TCS Type
From To
7 01+646 01+700 54 966 TCS-1
8 01+830 01+970 140 2504 TCS-1
9 01+970 02+000 30 134 TCS-3
10 02+000 02+100 100 1789 TCS-1
11 02+220 02+280 60 268 TCS-6B
12 02+380 02+570 190 850 TCS-6E
13 02+660 02+818 158 2826 TCS-1
14 02+878 02+920 42 751 TCS-1
15 03+030 03+070 40 179 TCS-3
16 03+070 03+080 10 45 TCS-3B
17 03+130 03+160 30 134 TCS-3
18 03+210 03+480 270 1207 TCS-3
19 03+480 03+520 40 716 TCS-1
20 03+520 03+670 150 671 TCS-3
21 03+670 03+750 80 1431 TCS-1
22 03+750 03+810 60 268 TCS-3
23 03+810 03+890 80 1431 TCS-1
24 03+890 03+968 78 349 TCS-3
25 06+870 07+064 194 868 TCS-5A
26 07+076 07+220 144 2576 TCS-1
27 07+220 07+270 50 224 TCS-3
28 07+330 07+430 100 447 TCS-3
29 07+430 07+550 120 2147 TCS-1
30 07+550 07+620 70 313 TCS-3
31 07+620 07+660 40 716 TCS-1
32 07+660 07+680 20 89 TCS-3
33 07+740 07+750 10 45 TCS-3B
34 07+750 07+820 70 313 TCS-3
35 07+820 07+830 10 45 TCS-3B
36 07+830 07+850 20 89 TCS-3
37 07+910 08+000 90 402 TCS-3
38 08+000 08+010 10 45 TCS-3B
39 08+010 08+040 30 134 TCS-3
40 08+080 08+120 40 179 TCS-3B
41 08+120 08+153 33 148 TCS-3
Total Area ( in Sq.m) 28206
15 DUMPING SITES
Dumping sites to be developed at the following location–
SN Location Remarks
1 Km 2.975 to km 3.120 The additional width of land parcel is 81 m
2 Km 3.200 to km 3.700 The additional width of land parcel is 25m
3 Km 7.600 to km 7.800 The additional width of land parcel is 25 m
Note: If any additional dumping site involving private land / govt land for dumping site is required
the contractor may take permission for the same from concerned owner of private land / state
government/ local administration as the case may be. The financial implication for developing such
additional site shall be borne by contractor.

Page 195 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
15.1 Dumping site shall be developed as per the plan and Cross sections mentioned below.

Note:
a) H/H1 is the difference between FRL and OGL at the extreme edge of the dumping site (away from
the main carriageway) viz. depth of dumping.
b) W is the width of the dumping site.
c) Retaining structure in the form of gabion wall/ other suitable retaining structure of minimum
height of 2 m to maximum 10 m (excl. embedment depth of minimum 2m) shall be provided at the
dumping sites as per applicable Cross section (Fig.1/Fig.2) in each layer shown above.
d) For Height >10 m, first step of retaining structure shall be of 10 m then benching with berm shall
be provided before constructing the second retaining structure. The above cross section are
indicative and shall be designed by the EPC contractor based on the site requirements and shall be
approved by Authority Engineer.
e) The Earthen slopes/berms shall be protected with turfing.
f) Effective drainage measures in the form of chute drains and collected drains shall be provided for
Page 196 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
each of the dumping site.
16 SPECIAL REQUIREMENT OF PROJECT HIGHWAY
The 4-lane Cable stayed major bridge shall be designed as architecturally/aesthetically marvellous
structure. The EPC contractor shall have design competition for pleasing visual impression of the
proposed bridge before finalizing structural design. There will be a tourist parking space for
accessing viewing Gallery. This shall be an integral part of the bridge site to be constructed and
Maintained by EPC contractor. Special technical requirements and aesthetic of the bridge shall be
as per the specifications mentioned in the Schedule-D.
17 CHANGE OF SCOPE
The length of Structures and bridges specified here in above shall be treated as a minimum
requirement. 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.
18 BRIDGE HEALTH MONITORING SYSTEM (BHMS): -
18.1 Objectives of the BHMS:
The most common objectives for monitoring a bridge are to obtain quantitative data about the
structural behaviour in order to confirm design assumptions and to provide real-time feed-back
during construction.
The contractor shall develop a “Bridge Health Monitoring System” to be provided in the project for
continuous monitoring of major bridge during its life span so that the safety, early warning and
durability of the bridge may be ensured. The Bridge Health Monitoring System would be helpful in
serving as an alarm system for would be detection of any deteriorate in functioning and taking
timely action in preventing any sudden catastrophic failure. The Bridge Health Monitoring System
shall include the establishment of various censor and other instrument at different part of the
bridge structure to observe the behaviour of the structure round the clock and a report would be
generated at a local control centre equipped with computers for taking suitable action as and when
required.
The Monitoring Based Maintenance (MBM) system will enable the bridge maintenance engineers
to monitor the condition of bridge on real time basis. The sensors may be installed on foundation,
sub-structures, main cables, pylons, expansion joints, rails, bearings, decks, towers, etc. to detect
the strain, tilt, deflection, vibration amplitudes, stiffness, acceleration, temperature, and wind. The
inputs shall be processed to represent the condition of the bridge against seismic load, wind load
and any other structural deficiency. The wind direction and wind speed may be measured by the
anemometer near the middle of the spans along with the transversal displacement of the related
girder.
Based on the project characteristics, the BHMS of the Cable stayed bridge shall be designed to:
i. Provide baseline data as basis for trouble shooting and O&M activities.
ii. Measure the traffic load on the structure.
iii. Measure the environmental conditions on the structure.
iv. Measure the seismic activity on the site.
v. Measure cable vibrations.
vi. Measure cable forces.
vii. Measure movement of expansion joints.
viii. Record structural responses in case of ship impact / earthquake.
ix. Record structural responses in terms of inclinations to assess the global structural
performance.
x. Monitor corrosion.
xi. Monitor settlement.

Page 197 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
18.2 Architecture of the BHMS
The BHMS of the Cable stayed bridge to be designed by the Contractor shall be divided into two
main components:
› BHMS monitoring part.
› BHMS Data Evaluation Part.
The BHMS Monitoring Part comprises the sensors, hardware and all appurtenances required for
data acquisition, signal conditioning, data transmission and data storage. The BHMS Monitoring
part is specified in Schedule D. The BHMS Data Evaluation Part deals with the analyses required to
extract relevant information from the recorded data to fulfil the objectives of the BHMS. When pre-
defined thresholds associated to each sensor are exceeded, alert notifications shall be sent.
Processed data shall be visualized in a GUI and shall be summarized via auto-generated periodic
reports.
Data control device shall be installed in the control room for analysing recorded data, such as, time
history data graphing, statistical and analytical processing through data processor. The weather
station shall also be integral part of data control device. The weather station shall be installed in a
suitable location to measure wind velocity, wind direction, air temperature and barometric
pressure.
The reliable & durable system shall be based on sensors like, Accelerometer, Load Cell,
Anemometer, Temperature sensors LCD, RF Module, GSM Module in 850 to 900MHz, ‘SMART’
Technology/Structures.
The bearing sensors like Pressure sensors, Inclination sensors, Inductive sensors, Wire
Displacement sensors shall be installed for ongoing impression of the condition and performance
of the bearing & the structures.
19 OBSERVATION OF HYDROLOGICAL DATA:
The project is situated at the back water of Govind Sagar Reservoir. Hence there is no independent
discharge for this creek. However, the HFL and other levels have been collected from the portal of
Bhakra Beas Management Board. Refer Below link to get the hydraulic data for Bhakra Dam.
http://210.212.64.190/DSS/trunk/DashboardEngine.aspx?DashboardID=DSS%5CloginNew&bre
adcrumbs=menu_home
19.1 Data collected from Bhakra Dam
Salient Features of Bhakra Dam
Name of Project Bhakra Dam
Type of Project Multipurpose Hydro Electric project
Purpose Irrigation and Hydro power
River basin Indus
Elevation at Top of Dam (FRL) EL 518.16m (1700 Ft)
Maximum, hight of dam from deepest foundation level 225.55 m (740 Feet)
Maximum reservoir level (HFL) EL 515.112m (1690 feet)
Normal Reservoir Level EL 513.58m (1680 feet)
Dead Storage Level EL 445.62m (1462 feet)
Catchment area up to dam site 56876 sq.km (21960 miles)
Any change in data in detailed design stage by contractor will not constitute any CoS.
20 DECORATIVE LIGHTING /THEME LIGHTING:
Bridge shall be illuminated by Programmable multi coloured RGB LED Lighting as per specification
mentioned in Schedule D so as to have fine photometric performance for all the bridge elements
including the Stay Cables, during nighttime, creating aesthetically pleasant scenario The fixture
shall have minimum IP Rating of 67 and special coating considering the harsh environment.
The operation and maintenance Cost of the Decorative/Theme lighting shall be borne by the EPC
contractor. And no extra claim on this account shall be admissible.

Page 198 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
SCOPE OF WORK
The scope of work shall include Theme Lighting of Cable Stay Bridge. It shall include illumination
of Pylons, ropes & the peripheral edge of crash barrier structure by programmable multi coloured
RGBW LED Lighting. The Pylons should be lit from all 4 sides. The vertical surface shall be
illuminated with wash light effect in varied RGBW colors. The lighting effect shall be achieved by
aiming multiple Flood light fittings onto the surface of the Pylons. The Ropes shall be illuminated
with varied RGBW colours from both inner and outer side. The outer surface of crash barrier
structure of Bridge shall be illuminated with Linear light fixtures mounted at span of 2m distance
creating a grazing light effect. The Pixel light fixtures shall be mounted at span of 4m distance on
outer surface of Viaduct crash barrier for sparkle effect.
3-Dimensional LASER Holograph images shall be created at Pylons having its size and
location determined as per the direction of Project in charge on behalf of Authority.
21 Special Conditions
I. The foundation of Pylons shall be protected from barge/boat impact by providing Fenders
at suitable location on Pylon foundation, as directed by the Authority/Authority Engineer.
II. Suitable measure to be adopted not to affect the Flora and fauna and disturbance to aquatic
life.
III. Any construction material should not be disposed in the Govind Sagar. All precautions have
to be taken by the Contractor, particularly at all stages of construction of the main bridge,
that no solid or liquid waste/released material is dumped in the Govind Sagar area. The solid
waste shall be properly collected, segregated and disposal as per provision of Solid Waste
(Management and Handling) Rules, 2000.
IV. All the Environmental mitigation measure is mandatorily to be taken during various stages
of construction.
V. Project illumination and lighting shall be the responsibility of the Contractor during
construction and DLP period.
VI. Detailed Hydrology to reach the maximum discharge (for the return period of 100 years)
and affluxes HFL shall be done.
VII. The method of calculation of discharge shall be done by the appropriate method as per
individual bridge site suitability.
VIII. During construction phase noise pollution should be minimized in the project area for the
safety of Genetic, Dolphins as these animals are very sensitive to noise.

Page 199 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Schedule B-1
Shifting of obstructing existing utilities indicated in Schedule A to an appropriate location in accordance
with the standards and specifications of concerned Utility Owning Department is part of the scope of work
of the Contractor. 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 specifications of
concerned Utility Owning Department shall be applicable and followed.
S
Type of Utility Specifications Unit Quantity Location/Stretch
No.
A Electrical Utilities
33 KV HT line at Ch. 8.000
Electrical Steel
A1 13m Nos. 4 X-ing ( Una- Hamirpur
Tubular Poles
Highway) - Barsar
Electrical Steel 11 KV HT line Bhanjal
11m Nos. 4
Tubular Poles (Maker)
Electrical Steel
11m Nos. 5 11 KV HT line (Tyasar)
Tubular Poles
Electrical Steel
9m Nos. 8 3 Phase LT Line (Tyasar)
Tubular Poles
Electrical Steel 3 Phase LT Line (
9m Nos. 2
Tubular Poles Bhanjal)
Electrical Steel
9m Nos. 8 3 Phase LT Line
Tubular Poles
Electrical Steel
11m Nos. 8 3 Phase LT Line
Tubular Poles
Electrical Steel
9m Nos. 2 3 Phase LT Line ( Tyasar)
Tubular Poles
Electrical Steel
11m Nos. 12 11 KV HT line
Tubular Poles
A2 Electric Cables. AAAC 7/4.26 mm2 meters. 1409 11 KV HT line
Electric Cables. AAAC 7/4.26 mm2 meters. 3091 3 Phase LT Line
AAAC 7/4.26 mm2 meters. 2222 3 Phase LT Line (Tyasar)
AAAC 7/4.26 mm2 meters. 586 3 Phase LT Line
AAAC 7/4.26 mm2 meters. 606 11 KV HT line (Tyasar)
3 Phase LT Line (
AAAC 7/4.26 mm2 meters. 727
Bhanjal)
33 KV HT line at Ch. 8.000
ACSR 6/1/4.72 mm2 meters. 1455 X-ing ( Una- Hamirpur
Highway) - Barsar
Water Supply Pipe
B
Line
Water supply pipe From Ch. 0+000 To Ch.
B1 lines (G.M.S pipe) 15 mm Dia. meters. 800 0+550 & Ch. 5+250 to Ch.
& crossings 5+500
From Ch.0+000 To
Ch.0+300, Ch.1+100 to
20 mm Dia. meters. 600
Ch. 1+120, Ch.7+000 to
Ch. 7+030
From Ch. 0+450 To
Ch.0+600, Ch 0+700 to
25 mm Dia. meters. 800
Ch.0+730, & Ch. 7+000 to
Ch. 7+120
From Ch. 0+200 To
32 mm Dia. meters. 500
Ch.0+600
From Ch.0+000 To
40 mm Dia. meters. 1200 Ch.0+600, Ch.1+300 to
Ch.1+500
From Ch. 0+700 To
Ch.0+730, Ch.1+100 to
50 mm Dia. meters. 700
Ch.1+120, & Ch.7+500 to
Ch.8+100

Page 200 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
S
Type of Utility Specifications Unit Quantity Location/Stretch
No.
From Ch. 0+000 To Ch.
80 mm Dia. meters. 1750
0+600 - 2lines
From Ch. 0+000 To
100 mm Dia. meters. 1000
Ch.0+700
Hand Pumps (Drilling
by ODEX 4 Nos. with
India Mark - II, III Ch. 1+300, Ch. 1+620, Ch.
B2 ODEX rigs in Nos. 4
(Deep well) 5+300, & Ch. 8+000
standard depth of
100 meters)
Construction of OHSR
RCC Water Tank (
90000 Litre Capacity
B3 Min. 7.3m dia. X 2.75 Nos. 1 Ch. 0+500 (Left side)
with 15m stageing
ht.)
height

Page 201 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annexure I to Schedule B1
Utility shifting
Shifting of obstructing existing utilities indicated in Schedule A to the extreme edge of the ROW (in the
space provided for the utilities )/crossing through utility ducts as indicated in the utility relocation plan. n
accordance with the standards and specifications of concerned Utility Owning Department is part of the
scope of work of the contractor. The bidders may visit the site and assess the quantum of shifting of utilities
for the project before submission of their bid. Copy of utility relocation plan is enclosed. The specifications
of concerned Utility Owning Department shall be applicable and followed.
Note I: -
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 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 crossings
to underground as per requirement of Utility owning Department and/or construction of
project highway. The contractor shall carry out joint inspection with Utility Owning
Department and get the estimates from Utility Owning Department. The assistance of the
Authority is limited to giving forwarding letter on the proposal of contractor. The
decision/approval of Utility owning Department shall be binding on the contractor.
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
furnished demand of Utility Owning Department along with a copy of estimated cost given by
the latter.
C. The dismantled material/scrap of existing Utility to be shifted/dismantled shall belong to the
contractor who would be free to dispose-off the dismantled material as deemed fit by them
unless the contractor is required to deposit the dismantled material to Utility Owning
Department as per the norms and practice and, in that case the amount of credit for dismantled
material may be availed by the contractor as per the 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.
Note II: - Cross Section at Ch. 0+525 (LHS), showing below, the existing water tanks of capacity 40000
ltrs, & 50000 ltrs and proposed water tank of capacity 90000 ltrs shifted with in proposed
right of way of 45m with necessary protection work.
Copy of Utility shifting plans enclosed (Refer Annexure III, Drawings)
Refer Circular RW/NH-33044/29/2015 – S&R (R ) pt. dated 11Th February, 2021

Page 202 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 203 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
SCHEDULE-C
(See Clause 2.1)
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;
B. Roadside furniture;
I. Kilometer and Hectometer Stones.
II. Traffic Signs
III. Overhead Signs
IV. Road Marking
V. Road Delineators
VI. Reflective Pavement Markers & Solar Studs
VII. Traffic Impact Attenuators
C. Operation and Maintenance centers
D. Pedestrian facilities;
E. Landscaping and tree plantation;
F. Truck lay-bys;
G. Bus-bays and bus shelters;
H. Highway lighting;
I. Traffic aid posts;
J. Highway Patrol Unit
K. Inspection Bungalow
L. Medical aid posts;
M. Emergency Medical services
N. Vehicle rescue posts;
O. Crane Service
P. Telecom system;
Q. Facility for Authority:
R. Advanced Traffic Management System (ATMS);
S. Rainwater Harvesting;
T. Utility Corridor;
U. Monitoring Equipment for Stay Cables;
V. Bridge Health Monitoring System (BHMS) and Mobile Bridge Inspection Unit(MBIU).
W. Decorative lighting / Theme lighting.
X. Parking Area.
2. DESCRIPTION OF PROJECT FACILITIES
Each of the Project Facilities is described below:
A. Toll Plaza:
Toll Plazas shall be provided in accordance with NHAI circular 17.5.82, dated-24.05.2021, and
Standards as referred in schedule “D”.

Page 204 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Other
Sl. Project
Location essential Remarks
No. Facility
details
For Main Toll Plaza and facilities should be developed in
Road accordance to section 10 of the manual with amendment
1 Toll Plaza 4+125
8 (4+4) lane to clauses and specified in Annex. 1 of schedule-D.
Toll Plaza
Note:
I. The tentative location is mentioned above however, the exact location shall be finalized in
consultation with the Authority & Authority Engineer.
II. The toll plaza at km 4+125 for Main Road shall be provided with Rigid Pavement.
III. The toll lanes shall be staggered as indicated in the layout shown in AUTHORITY circular
No. AUTHORITY/Policy Guidelines/Management of Plaza/ 2021, Policy Circular No.
17.5.82 dated 24th May 2021.
IV. Toll Plaza is to be equipped with ETC/ Fast Tags as per AUTHORITY circular No.
AUTHORITY/Policy Guidelines/Management of Plaza/ 2021, Policy Circular No. 17.5.82
dated 24th May 2021. shall be followed.
V. Medium Speed Weigh in Motion (WIM) devices shall be provided in all toll lanes at toll
plaza location. In addition to WIM, Static weight Bridge (SWBs) shall also be provided on
each direction as per manual.
VI. Point of sale (POS) with card swapping machines shall be provided.
VII. Specifications and other requirements of the Toll Plaza shall be as per Section 10 of Manual
IRC: SP: 84-2019.
B. Roadside furniture:
Roadside furniture such as Crash Barrier at high embankment locations, Road signs ,Road
Markings, Object markers ,Hazard markers, Studs, Delineators , Pedestrian Guard rails, Steel
railing Boundary Stones, Hectometre / Kilometre Stones and any other road side furniture
shall be provided all along the project road in accordance with the Manual of Specifications
and Standards as referred in Schedule “D” and in consultation with independent Road Safety
Expert.
I. Kilometre (18 Nos.) and Hectometre (66 Nos.) Stones shall be provided as per Clause No.
12.3 IRC: SP:84-2019.
II. Traffic Signs
Traffic Signs include roadside signs, overhead signs and kerb mounted signs etc. shall be
provided along the entire Project Highway and on all Side Roads joining the main
carriageway/service road. A QR code shall be marked on the back of each sign as per IRC 67.

All signs shall be of Micro Prismatic Grade Sheeting Corresponding to Class C sheeting as per
ASTM D 4956 Type VIII, IX and XI. (Clause No. 9.2.3 IRC: SP:84-2019)

All shoulder mounted signs shall be supported on GI Pipes. Overhead Signs shall be placed on
a structurally sound gantry or cantilever structure made of GI pipes. (Clause No. 9.2.4 IRC:
SP:84-2019)

The sitting of signs shall confirm to Table 4.1 and Fig 4.1 of IRC 67. (Clause No. 4.7 IRC: SP:84-
2019). The two successive signs shall be placed at a minimum distance of 0.6x V metre (V is
design speed in Kmph). (Clause No. 4.8 IRC 67 2022).

The overhead gantry signs shall be placed as per Clause No. 16.3.2 of IRC 67 2022
C. Operation and Maintenance Centre
There shall be operation and maintenance center(s) as per Clause 12.15 of IRC SP 84,2019
either near the toll plaza location or at any other location along the Project Highway, as

Page 205 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
identified by the Concessionaire. The minimum land for O & M center shall be 2000 sq.m and
shall be acquired by the Concessionaire at his own cost and risk. Dedicated operation and
maintenance center shall be provided in accordance to Schedule D.
D. Pedestrian facilities:
Pedestrian Facilities shall be provided in accordance with the Manual of Specifications and
Standards as referred in schedule “D”. The minimum provisions shall be as given below:
Footpaths: Minimum width of 1.5m footpaths shall be provided as per Schedules-B.
At grade pedestrian crossings shall be provided for all the intersections of crossroads with
service roads and entry exit ramps. At grade pedestrian crossing shall be controlled.
Controlled form of crossing shall be achieved through provision of Zebra Crossings, Stop
Markings whether at signalised intersection or pedestrian actuated signal.
The RCC staircase (dog legged type with tread rise and landings) for the pedestrian to access
Bus Stops from ground level shall be provided at all bus bay locations as per site requirement.
E. Landscaping and Tree plantation:
Landscaping and tree plantation shall be provided in accordance with the Manual of
specification and Standards as referred in schedule “D”. The minimum provisions shall be as
given below:
The landscaping shall be provided at Service area, Toll Plaza area, Inspection bungalows, O&M
centres, Vacant land parcels and Rest areas. Land scaping plans will be submitted by the
contractor which shall include Ornamental trees, decorative statues and land scaping.
Tree planation shall be done with in the available land within the ROW @ one row of 333 plants
on each side of the project highway. The number and type of species shall be fixed in
consultation with Authority Engineer/Authority for the entire project Highway conforming to
provisions and guidelines of IRC: SP:21-2009 and IRC: SP:84-2019
F. Truck lay-byes:
Locations for proposed truck lay-byes is as follows:
S. No. Design Chainage Side Remarks
1 Km 3+550 Left side Truck Lay bye
2 Km 5+840 Right side Truck Lay bye
It shall be constructed in accordance with the Manual of Specifications and Standards as
referred in schedule “D”.
Note : The locations of Truck Laybyes are tentative and may be changed as per site condition
during execution in consultation with Authority Engineer and Authority.
G. Bus bays and Bus Shelters:
Bus bays & Bus Shelter shall be provided at following locations as minimum in accordance
with the Manual of Specifications and Standards as referred in schedule “D”.
S No Approximate location Side (Left/Right) Total No. Remark
1 00+100 Right 1 Pick up bus stop
2 00+180 Left 1 Pick up bus stop
3 01+190 Both 2 Pick up bus stop
4 01+840 Left 1 Pick up bus stop
5 02+470 Left 1 Pick up bus stop
6 06+950 Left 1 Pick up bus stop
7 07+200 Right 1 Pick up bus stop
8 08+130 Both 2 Pick up bus stop
9 08+000 Left 1 Pick up bus stop ( Una Side)
Note : The locations of Bus stops/Bus Bays are tentative and may be changed as per site
condition during execution in consultation with Authority Engineer and Authority.
H. Highway lighting:
The Street/Highway lighting shall be provided at all the structure locations with provision of
High Mast Light at Toll Plazas, Truck Lay byes, Intersections, and recreational areas in
accordance with Manual of Specifications and Standards as referred in schedule “D”. The
Page 206 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
minimum provisions shall be as given below:
a) Highway lighting Double Arm Poles (140 Nos. minimum) and structure Lighting single
arm poles (35 Nos. minimum) shall be provided at locations as per the TCS. In addition,
High mast lighting shall also be provided at the location of Underpass (minimum – 3nos) ,
service roads / Slip road- ( minimum-1 no’s), Major Rotary Junction (1minimum-1 no),
Parking area –(minimum – 2nos), Inspection Bunglow- (minimum – 1 no) and other built-
up locations in accordance with Manual of Specifications and Standards as referred in
schedule “D”. Location shall be finalised in consultation with Authority Engineer.
b) High Mast lighting shall be provided at appropriate locations. In addition, High Mast light
shall also be provided at the location of Toll Plaza in accordance with Manual of
Specifications and Standards as referred in schedule “D”. Location shall be finalised in
consultation with Authority Engineer.
c) Lighting shall be provided at all minor junctions, apart from above locations, highway light
shall be provided as per IRC-SP: 84-2019.
d) Lighting shall be provided throughout the Main Bridge, Viaduct cum bridge, minor bridge
Junctions, Truck lay byes, Pick up Bus stops, inspection bungalow, Toll plaza, Parking area,
below under passes & over passes, service road/local/slips and vulnerable locations.
e) Minimum level illumination on locations of the Project Highway where exterior lighting is
provided shall be 40 lux. All facility buildings shall be illuminated adequately.
f) The electrical connection with all its infrastructures shall be done by the contractor.
g) Decorative lighting/Theme lighting shall be provided for Cable stayed bridge including
viaduct portion as per the specifications mentioned in Schedule D
h) The street light poles shall be 1 piece, continuous-tapered, octagonal poles and shall be
manufactured from one length of steel sheet, formed in continuous tapered tube, with one
continuous arc-welded vertical seam. The minimum wall thickness for lighting poles shall
not be less than 4 mm. The Bottom Diameter shall be minimum 175 mm. The Top Diameter
shall be minimum 75 mm. The door on window of pole shall be antitheft. All electrical
cable should be concealed. All electrical lighting fixers shall be LED. The fixtures shall be
concealed except on poles. Lighting poles shall be fixed on outer side of steel/concrete
barrier.
i) Installation of Power connection from nearby HT line to Project site (from both ends of
the project section) including 2 nos of 100 KVA – Transformers for Theme Lighting,
Highway Lighting, Parking area & Inspection Bunglow along with Power Backup shall be
done by the contractor at its own cost. No additional claim on this account shall be
admissible.
j) The cost of Power consumption of all the lighting (including theme lighting) provided on
the project highway, Inspection bungalow, Toll Plaza and other project facilities during
construction and O&M period shall be borne by the contractor. No additional claim on this
account shall be admissible.
I. Traffic Aid Posts:
Traffic Aid Posts shall be provided at the Toll Plazas in accordance with EPC Contract and
Manual of Specifications and Standards as referred in schedule “D”.
J. Highway Patrol Unit :
Highway Patrol Unit shall be established at the Toll Plaza (km 4+125) location in accordance
with the Manual of Specification and Standards.
K. Inspection Bungalow
Locations for proposed Inspection Bungalow are as follows:
S. Design
Side Remarks
No. Chainage
Minimum area provided for inspection bungalow buliding shall not be less than 4200 sqft per
Floor. and min 2 floors. (Carpet area usable area i.e Total area – staircase, lift, passage, walls)
1 Km 5+750 LHS : Ground Floor = 390 sqm,
First Floor = 390 sqm
Plinth area: 450 sqm

Page 207 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Built up area: Ground Floor = 390 sqm, First Floor = 390 sqm)

The Inspection bungalow shall be constructed as the following. –


I. The building shall be constructed as per standard Type-VIII/Bunglow CPWD
specifications as per the typical lay-out given in this annexure.
II. The Minimum area of the inspection bungalow shall be as follows:
Total Area (incl. Parking and Garden area)-700 sqm.
Parking Area-210 sqm.
Garden Area-40 sqm.
Note :The above mentioned area is minimum and tentative, the contractor shall
design and construct the facility as per standard Type-VIII/Bunglow CPWD
specifications and to the satisfaction of the Authority/Authority Engineer.
III. The parking area (Approx area sqm.) shall be paved with paver blocks with minimum
pavement composition as under and referred DWG. below also “refer IRC SP:63-
2018”.
S. CBR Paver Sand
WMM GSB Subgrade Traffic Remarks
No (%) Block Blanket
Parking (Both
1 10 80 40 250 200 500 10 MSA
side)

IV. The Furniture/Electrical Appliances to be provided in the inspection bungalow shall


be as per the typical lay-out given in this annexure, the details of which is as under:
Office Table & Chair for PD Nos. 1
Office Table & Chair for AEE/AE Nos. 2
Office Table & Chair for Site Engineers Nos. 4
Office Table & Chair for Support Staff Nos. 4
Visitor Chair Nos. 15
Sofa Set (3 Seater) Nos. 6
Steel Almirah with locker Nos. 1
Steel Almirah without locker Nos. 8
Filing Cabinets Nos. 4
Meeting Table with 12 Chairs for Conference room Nos. 1
Air conditioner (1.5 ton) Nos. 16
Power Back up/ DG Set with networking Nos. 1
Water Filter Nos. 1
Water Cooler Nos. 1
Computer with UPS and Printer Nos. 10
Computer Table Nos. 10
Celling Fan Nos. 25
Room Heater Nos. 16
Washing machine-13 kg Capacity Nos. 1
Televisions (43 inches) Nos. 6
Fax Machine Nos. 1
Photocopier Nos. 1

Page 208 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Telephone Facility with Intercom System and networking
Nos. 1
Inc. WIFI
Ls. For all rooms and common
Carpet/Venetian blinds/Curtains/Crockeries etc.
areas
Projector setup in meeting Room Nos. 1
VC setup for the office of Project director Nos. 1
Miscellaneous item Ls. 1
Apart from above each Single occupancy room shall be provided with following:-
Refrigerator’s Nos. 1
Double Bed -King Size including mattress and Bed sheets, etc. Nos. 1
Side Table Nos. 2
Balcony Furniture (Chairs, table) Nos. 1
Wardrobes Nos. 2
And Double occupancy room shall be provided with following:-
Refrigerator’s Nos. 1
Single Bed including mattress and Bed sheets, etc. Nos. 2
Side Table Nos. 2
Balcony Furniture (Chairs, table) Nos. 1
Wardrobes Nos. 2
V. The necessary staff such as Manager, Receptionist, office Boy, Security Guard, Cooks,
Gardeners, Cleaning staff and other required staff for proper maintenance and upkeep
of inspection bungalow shall be provided by the contractor and no additional claim
on his account shall be admissible.
VI. BHMS Monitoring Screen along with all the appurtenances for monitoring control
shall be provided at the inspection bungalow.
L. Medical Aid post:
Medical Aid Posts shall be provided at the Toll Plazas in accordance with EPC Contract and
Manual of Specifications and Standards as referred in schedule “D”.
The Contractor shall, at its own cost, construct a medical aid post at each toll plaza with a
minimum size of 5 x 5 sq.m with a toilet (to be used for the patients of minimum size of 3 x3
sq.m) and hand it over to the Authority, no later than 30 (thirty) days prior to PCOD/COD. The
Medical Aid Post(s) shall be deemed to be part of the project and shall vest in the Authority.
Medical Aid Post shall be set up at Administrative Block with round-the-clock services for
victims of accidents on the Project Highway.
M. Emergency Medical services:
Emergency Medical services shall be established at the Toll Plaza (km 4+125) location as per
the Manual of Specification and Standards.
One number Ambulance shall be provided. The Ambulance shall be brand new with fuel,
driver, medical staff and insurance all-inclusive for the entire contract period. Ambulance
fitted with GPS and GSM based vehicle tracker system shall be provided to be integrated with
the Video Incident Detection System with ATMS, as per Schedule- D, Clause 12.11 (strictly as
per details mentioned in Annexure-D), along with all necessary manpower (including
paramedical staff), medicines, equipment’s etc. and shall be maintained in an effective manner
throughout the contract period. Ambulance shall be stationed at Toll Plaza
N. Vehicle rescue posts:
Vehicle rescue posts shall be provided at the Toll Plazas in accordance with EPC Contract and
the Manual of Specifications and Standards as referred in schedule “D”.
O. Crane Service;
The contractor shall provide a crane of adequate capacity (minimum 20 MT) at toll plaza
location km 4+125. It shall also be fitted with a GPS based vehicle tracking system to monitor
its movement on 24 hours x 7 days of a week basis.

Page 209 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Crane Service shall be provided on project highway, as specified in the manual Clause 12.12.
One number crane shall be provided. The crane shall be brand new with fuel, driver, and
insurance all-inclusive for the entire contract period. Cranes shall be stationed at Toll Plaza
P. Telecom system:
Emergency call boxes shall be provided at an interval of 2km in accordance with manual of
Specifications and Standards as referred in schedule “D”.
Q. Facility for Authority:
The contractor shall remain responsible for providing 1 No. of vehicle (Innova Hycross (ZXO),
SUV-Fortuner (4x4 automatic) or equivalent) travel up to 4000 km per month including driver,
fuel (diesel) and other lubricants, insurances, and commercial taxes applicable to the authority
for construction period and operation & maintenance period thereof. The Vehicle shall be
mobilized/Provided from the appointed date till the end of contract period.
R. Advanced Traffic Management System (ATMS):
1 No. of Advance Traffic Management system (ATMS) is proposed along the project road as
part of the project facilities. Advance Traffic Management System as specified in IRC SP
84:2019, Clauses 816.1 to 816.17 of Specifications for Road and Bridge works of MoRTH shall
be applicable, and also provisions shall be made as per latest circular NHAI circular
no.11.53/2023 dated 10th October, 2023.and as per the specifications mentioned in schedule
D.
Briefly, the ATMS components to be deployed shall inter alia include:
a) Video Surveillance System (CCTV PTZ Dome/ fixed camera);
b) Video incident Detection System;
c) Vehicle Actuated Radar Speed Display;
d) Emergency Road side Telephones;
e) Fixed/Portable Variable Message Sign
f) Metrological System;
g) Portable Weight in Motion;
h) Automatic Traffic Counter cum Classifier;
i) The ATMS Control center including the equipment (hardware, software, and local
networking); and
j) Communication System utilities Optic fiber, GSM/GPRS and Wi-Fi Communications
linked to ATMS Control Center.
Power supplies for field equipment : Working on Mains power supported with back-up
(Largely on renewable energy) to facilitate 24x7 operation and for the ATMS Control Centre
working on main power supported by UPS and Diesel generator set of adequate capacities, to
facilitate 24x7operation.
The following minimum numbers shall be provided for
a. Traffic management command center equipment including ATMS Software:
Control Central Server – 01 nos
Hot Stand by Back up Server – 01 nos
NAS Video Server with storage Minimum 70 TB – 01 nos.
Backup Video (Only Incidents) Server – 01 nos.
Graphic Display (70" LED DLP in 3x2 matrix) – 01 nos.
CCTV Monitoring Workstation – 01 nos.
Emergency Telephone (1033) console – 01 nos.
VIDS- Workstation – 01 nos.
Administrative Workstation – 01 nos.

Page 210 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
ATMS Operator Workstation– 01 nos.
CCTV Joystick – 01 nos.
Operations Laser Printer (Colour) – 01 nos.
Operations Laser Printer (Black) – 01 nos.
Rack 19" – 01 nos.
b. PTZ Closed Circuit Television System
PTZ Camera (including CCTV Controller) – 1 set
Solar System with UPS, battery & 12m Pole & Cabinet- 1 set
c. Video Incident Detection System Equipment (VIDS)
VIDS Camera (including Image Processing unit) – 1 set
Warning amber lights with hooters, 72 Hrs solar backup, 5m poles
and foundation – 1 set
Cabinet – 1 no.
12m Pole (including manufacturing and galvanizing) – 1 no.
Solar System with UPS & batteries – 1 set
d. Automatic Traffic Counters-cum-classifier System Equipment
(ATCC)
Equipment, Sensor unit, Processing unit, Solar power supply – 1 set
Solar System with UPS, batteries – 1 set
e. Variable Message Sign Equipment (VMS)
VMS (Variable Message Sign - M type) – 1 no.
Gantry (including manufacturing and galvanizing) – 1 no
Solar System with UPS, battery and cabinet for M type VMS – 1 set
f. UPS and Power system
Uninterruptible Power Supply (UPS) For Server Rack (10 KVA) – 1 set
Uninterruptible Power Supply (UPS) For TMC (30 KVA) – 1 set
Power Distribution Board (Essential & Critical Supply) – 1 set
g. Meteorological Observation System (MOS)
MOS sensor Equipment (including MOS Controller) – 1 set
Cabinet – 1 no.
Pole – 1 no.
Steel fence for protection – 1 set
h. Digital Transmission System (DTS)
24 Core Armoured OFC + all accessories- 1 km
40 mm PLB HDPE duct as per latest TSEC specifications + all
Accessories: 1 km
Trenching of 1.8 meters, Laying & Backfilling for PLB HDPE duct: 1 km
S. Rainwater Harvesting:
The provision of rain water harvesting structures (Recharge well/Water Tank) shall be
provided at every 500 m (minimum 18 Nos.) staggered in the entire project length as per the
relevant IRC. The location and design may be fixed in consultation with the Authority Engineer.

Page 211 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
T. Utility Corridor
Two-metre-wide strip of land at the extreme edge of ROW has been provided for
accommodating utilities, both over as well as underground.
In addition to above, utility ducts (90 mm HDPE) shall be provided all along the highway below
the earthen shoulder/PCC drain (in cutting) on either side as per the applicable TCS.
Provisions contained in IRC:98 and MoRTH guidelines shall be followed to accommodate
utility services in built-up areas of Project Highway.
Utility ducts in the form of 300 mm diameter NP4 Pipe (3 nos. at each location) across the
Project Highway at a spacing of 500m (the spacing may vary as per site requirement) shall be
provided for crossing of underground utilities in entire project highway.
Provision for utility service such as OFC & telephone cable to be carried by the structures shall
be made in the design as per relevant circular of MoRT&H.
The exact location of utility ducts shall be finalized during construction time as per site
suitability in consultation with Authority Engineer and Authority. The Utility ducts shall be
provided at Minimum 16 No of locations across the project Highway. Any increase in the no of
utility ducts due to site requirement shall not be treated as Change of Scope.
U. Monitoring Equipment for Stay Cables:
The monitoring equipment for Stay Cables should be furnished by the EPC Contractor as per
Manufacturers recommendations as mentioned in the 12 (c) Schedule-B.
The load cells and Bi-directional accelerometers may be installed for permanent monitoring
the stay cables.
V. (i)Bridge Health Monitoring System (BHMS) : -
The most common objectives for monitoring a bridge are to obtain quantitative data about the
structural behavior to confirm design assumptions and to provide real-time feed-back during
construction.
The contractor shall provide and develop a “Bridge Health Monitoring System (BHMS)” at its
own cost in the project for continuous monitoring of major bridge during its life span so that
the safety, early warning and durability of the bridge may be ensured. The Bridge Health
Monitoring System would be helpful in serving as an alarm system for would be detection of
any deteriorate in functioning and taking timely action in preventing any sudden catastrophic
failure. The Bridge Health Monitoring System shall include the establishment of various censor
and other instrument at different part of the bridge structure to observe the behavior of the
structure round the clock and a report would be generated at a local control center equipped
with computers for taking suitable action as and when required.
The Monitoring Based Maintenance (MBM) system will enable the bridge maintenance
engineers to monitor the condition of bridge on real time basis. The sensors may be installed
on foundation, sub-structures, main cables, pylons, expansion joints, rails, bearings, decks,
towers, etc. to detect the strain, tilt, deflection, vibration amplitudes, stiffness, acceleration,
temperature, and wind. The inputs shall be processed to represent the condition of the bridge
against seismic load, wind load and any other structural deficiency. The wind direction and
wind speed may be measured by the anemometer near the middle of the spans along with the
transversal displacement of the related girder.
The “Bridge Health Monitoring System” shall be developed as per minimum specifications
mentioned in schedule D and updated best international specifications to the satisfaction of
Authority Engineer. BHMS should cover during construction and O & M period and shall be
transferred to Authority in good working order after DLP period.
II Mobile Bridge Inspection Unit: One mobile bridge inspection unit (MBIU) for inspection
shall be provided and maintenance of Stay cables, their accessories, fixtures, sensors fitted
on it, for Pylon (Height of 50 M) by providing manlift, deck etc. shall be provided and kept
at the location specified by Authority and shall be maintained properly for entire
maintenance period. The detailed specifications and capacity of MBIU shall be as specified
in schedule D. Mobile bridge Inspection (MBIU) unit should be operated for 10 years for
inspection of bridge and shall be handed over in good working condition to the authority
after maintenance period

Page 212 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
W. Parking:
S. Design
Side Remarks
No. Chainage
Both Parking Area 20x10 with 50 m tapering on both sides (ch.4+320 to ch.4+420).
1 Km 4+360
sides Parking area shall be developed as per the Drawing Vol.-II
The parking area (Approx area sqm.) shall be paved with paver blocks with minimum pavement
composition as under:
S. No CBR (%) Paver Block Sand Blanket WMM GSB Subgrade Traffic Remarks
1 10 80 40 250 200 500 10 MSA Parking (Both side)

Refer Clause 4.6: Edge restraints shall be provided as per figure no.8 (figure-1) of IRC SP 63-2018

Page 213 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
SCHEDULE-D
(See Clause 2.1)
SPECIFICATIONS AND STANDARDS
1 Construction
The Contractor shall comply with the Specifications and Standards set forth in Annex-I, Annex-II,
Annex-III, Anex-IV and Annex-V of this Schedule-D for construction Project Highway.
2 Design Standards
The Project Highway is “Construction of Missing Link from Birhu to Lathiani into 4-Lane &
paved shoulder configuration from Km 35/550 (Design Chainage 0.000) to 42/800 (Design
Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of
Govind Sagar Reservoir and its approaches in Himachal Pradesh on EPC mode”. The Typical
Cross Sections (TCSs) for project Highway are given in Clause 2 (x) of schedule B.
The Project Highway is 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 and all the other latest IRC Codes, specifications and circulars issued by
MoRTH /AUTHORITY unless otherwise specified in the schedules of this agreement.
“The Major Bridges shall be designed as per relevant codal provisions mentioned in this schedule by
the contractor and Structure shall be proof checked by independent consultant and thereafter get it
peer reviewed from reputed IIT (Mumbai or Delhi or Madras, Kanpur) & also from SERC-Chennai
institutions. Safety audit after completion shall also be get done by reputed IIT (Mumbai or Delhi or
Madras) institutions at the cost of EPC Contractor and deemed to be included in quoted price.’’

Page 214 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annexure – I
(Schedule-D)
Specifications and Standards for Construction
1. Specifications and Standards
All Materials, works and construction operations shall conform to the “Manual of Standards and
Specifications for Four-Laning of Highways (IRC: SP: 84-2019)”, referred to as the Manual, and
“MORTH Specifications for Road and Bridge Works”, specific standards, specifications,
international standards specified in this Schedule-D shall be followed scrupulously. 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
2.1 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.
2.2 Notwithstanding anything to the contrary contained in the Paragraph (1) above, the following
Specifications and Standards shall apply to the Project Highway and for the purposes of this
Agreement, the aforesaid Specifications and Standards shall be deemed to be amended to the
extent set forth below:
Sl. Clause
Details of Item Description of Deviation
No. No.
2.10.2, Lateral & vertical
The lateral and vertical clearance of all underpasses/Overpasses
1 2.11.1, clearance at
shall be as given in Schedule B.
2.11.2 VOP/VUP
Typical Cross
2 2.17 The typical cross section shall be as given in Schedule B.
Section
New Jersey Crash Barrier with anti-glare screen of total height of
1.5 m from the FRL shall be provided as per clause-9.7.5 of the
Manual and typical cross section given in Schedule B. (Refer Manual
3 2.5 Median
& Ministry Circular RW/NH-29023/02/2019-S&R(P&B) dated
01st January 2020) The spacing between two antiglare screen shall
be 1 m centre to centre.
Type of
5.2 and Pavement and The type of pavement and Design Requirements shall as specified
4
5.4 Design in Schedule B.
Requirements
1.0 m wide hard earthen shoulders on each side as shown in TCS
Schedule B.
0.5 m wide edge strip Having the same pavement configuration as
that of the Main carriageway shall be Provided on median side of
the Main Carriage way (Refer clause 5.10, IRC SP 84-2019)
Earthen Shoulder shall be compacted with 200mm thick granular
sub-base quality material at the top duly stabilized with
Earthen
5 5.11 cement/suitable admixtures to prevent erosion as well as to
Shoulders
provide a stable platform for occasional parking of errant vehicles.
Hard granular shoulders shall meet the following strength
parameters:
Unconfined Compressive Strength (UCS) equivalent to the strength
defined for the Cement bound sub-base layers as per IRC: 37.
CBR of laboratory mix at 97% MDD and 7 days cure+7 days soak:
Minimum CBR 60.
Overall width of The Overall Deck Configuration of all structures shall be as per
6 7.3
structures Schedule B
Lined Side Drains, RCC Box Drains and Roadside PCC drains shall
7 6.2 Surface Drainage be provided throughout the Project as per typical cross section
(Ref. Schedule B) except at cross drainage (River, nala, canal etc.).
Central Median Barriers (New Jersey Barriers) shall be provided
8 6.3 Median Drainage with adequate Drainage Measures all along the Project Highway
including super elevated sections.

Page 215 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Sl. Clause
Details of Item Description of Deviation
No. No.
Thrie-beam metal crash barriers shall be provided as mentioned in
Schedule B in accordance to Ministry Circular RW/NH-
9 9.7 Safety Barriers 29023/02/2019-S&R(P&B) dated 01st January 2020. End
Treatment (Melt and TT)shall be provided as per fig.9.11 and
fig.9.12 of manual(IRC SP:84 2019)
Embankment Fill In fill section, the embankment side slope shall be minimum 2.0
11 4.2.2
Side Slope (H): 1 (V) As specified in TCS in schedule B.
Additional specification for Advance Traffic Management System
shall be as given in Section 2 of Schedule C and as per Functional
Advance Traffic and Technical Specifications issued by Authority vide
12 12.14 Management AUTHORITY/CO/ATMS/03-2020.NHAI/Policy
System guidelines/Standard documents/2023 dated 10th October 2023,
Clauses 816.1 to 816.17 of Specifications for Road and Bridge
works of MoRTH and annex. VI of Schedule D shall be applicable.
Section The project facilities and building structures shall be constructed
13 Project Facilities
12 in accordance to Schedule C of this Agreement.
The street light poles shall be 1 piece, continuous-tapered,
octagonal poles and shall be manufactured from one length of steel
sheet, formed in continuous tapered tube, with one continuous arc-
welded vertical seam. The minimum wall thickness for lighting
poles shall not be less than 4 mm. The Bottom Diameter shall be
14 12.5 Street lighting
minimum 175 mm. The Top Diameter shall be minimum 75 mm.
The door on window of pole shall be antitheft. All electrical cable
should be concealed. All electrical lighting fixers shall be LED. The
fixtures shall be concealed except on poles. Lighting poles shall be
fixed on outer side of steel/concrete barrier. Refer schedule C.

2.3 For, the design purpose of main Four Lane new Bridge, approach viaduct, embankment, and other
structure the EPC contractor shall adopt the Indian standards/codal provisions. All the relevant
loads, specification, analysis & tests shall be taken/carried out as per Indian codes IRC, MORTH
and BIS for road and bridge works.
a) Where the contractor intends to use an alternative to these Standards and Guidelines for
delivering an equal or better product, he shall be permitted to use such alternative subject to
the following conditions.
He shall demonstrate that the proposed alternative conforms to any of the following International
Standards, Codes of Practice, Specifications, Guidelines, etc.
I. IRC revised codes or new codes or amendments to existing codes which are effective after
the date of calling of bid,
II. American Association of State Highway and Transportation Officials (AASHTO),
III. American Society for Testing of Materials (ASTM),
IV. Euro Codes
V. National Standards of any of the following countries: United States of America (USA),
Canada, United Kingdom (UK), France, Germany, Sweden, Denmark, Norway, Netherlands,
Spain,.
b) In case the contractor intends to use any alternative material, technology/method, whether
patented or otherwise, that is not specifically covered in the Indian or International Standards
as listed above, but the use of which has been permitted on similar projects (similar in category
of road, traffic and climatic conditions) as the Project Highway, he would be permitted its use
on certification by the owners of such similar projects regarding the continued successful
performance of such materials, technologies, methods, procedures or processes for at-least 5
years of the service life of the project. Such a certification shall be supported with details of
critical performance parameters.
Construction
c) The construction loads assumed for design purposes shall be shown on the plans.

Page 216 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
d) The effect of permanent superimposed erection loads on the stresses and deformations shall
be added to the LRFD combinations referred to in Section 5.3.2 as permanent deadload.
e) The combinations must satisfy the equations shown in Section 5.3.2.1 at the time of completion
of the structure as well as for any future superimposed dead load and effects of creep and
shrinkage.
f) Checks shall be made to evaluate the effects of creep of the superstructure concrete on change
of force in change in stay cables and related changes in stresses in the superstructure.
g) Wind loads for cantilever construction of cable-stayed bridges should be determined by
special studies. Reference should be made to previous experience or wind tunnel tests.
2.4 In the project Special Vehicle (SV) loading as per IRC shall be applied.
2.5 All tests including Wind Tunnel Test and Model Studies shall be carried out for the cable stayed
bridge. Site specific seismic acceleration data to be colleted by the EPC Contractor for seismi design
of structures.
All the bridge shall be designed for 100 years or more according to the IRC.
2.6 In case of load tests for large diameter piles, the contractor shall carry bi-directional O-load – cell
test.
2.7 All items of building works shall conform to Central Public Works Department (CPWD)
Specifications for Class 1 building works and standards given in the National Building Code (NBC).
For the Project Highway through the state entity, to the extent specific provisions for building
works are made in IRC/MORTH Specifications, the same shall prevail over the CPWD/NBC
provisions. For this purpose, building works shall be deemed to include toll plaza complex, road
furniture, roadside facilities, landscape elements and/or any other works incidental to the building
works.
2.8 All items of building works for the inspection Bunglow shall conform to Central Public Works
Department (CPWD) Specifications for Type-8 works and standards given in the National Building
Code (NBC).
2.9 The specifications for all Materials and works and maintenance thereof shall confirm to Annex-II
of Schedule D and if not available in the aforesaid Manual.
2.10 For any proprietary products (patented/monopolistic etc.) such as RE Wall, Retaining Wall,
Expansion Joints, Bridge Bearing, Pre-stressing Systems, Commercial Stabilizer, Geosynthetics
Products etc.; EPC Contractor shall ensure signing of tripartite agreement between the Authority,
EPC Contractor and Technology Provider before use of such material/technology/design in NH
Projects. The tripartite agreement shall have the provision of involvement of the Technology
Provider right from design to execution including its maintenance period, Technology Provider
shall deploy the requisite design experts/material technologist/skilled & trained construction
supervision personnel to certify material testing & material characterization for design, proof
check of the design, approve construction methodology including field trial sections before actual
construction, quality control and supervision & certification of the day-to-day construction
/execution. This shall also be ensured regarding implementation of the project. As per MoRTH
circular no.RW/NH-34049/01/2020-S&R(P&B)pt., dated 22.02.2023 regarding Value
Engineering Practices for the Design, Construction & Maintenance of National Highways Projects.

Page 217 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annexure-II
(Schedule D)

Specifications and Standards for Design & Construction of Cable stayed type bridge

1. Specifications and Standards

1.1. For, the design purpose of cable stayed bridge and other structures, the EPC contractor shall adopt
the Indian standards/codal provisions as far as preferable. In case IRC/IRS/BIS standards are
silent about certain provisions of the designs, equivalent international standard may be used with
prior permission of Authority Engineer. All the relevant loads, specification, analysis & tests shall
be taken/carried out as per Indian codes IRC, MORTH and BIS for road and bridge works.

1.1.1 Codes published by Indian Road Congress (IRC Codes) / BIS/ MoRTH specifications include but
not be limited to the following.

Code No. Code Description


MoRTH specification for road and bridge works (5th revision) – 2013 edition.
Standard Specifications and Code of Practice for Road, Section I – General Features
IRC: 5
of Design (Seventh Revision).
Standard Specifications and Code of Practice for Road Bridges, Section II – Loads
IRC: 6
and Stresses (Revised Edition).
Standard Specifications and Code of Practice for Road Bridges, Section VI –
IRC: 22
Composite Construction (Limit States Design).
Standard Specifications and Code of Practice for Road Bridges, Section V – Steel
IRC: 24
Road Bridges (Limit State Method).
Standard Specifications and Code of Practice for Road Bridges, Section VII –
IRC: 78
Foundations and Substructure (Revised Edition).
IRC: 83 Standard Specifications and Code of Practice for Road Bridges, Section IX – Bearings,
(Part II) Part II: Elastomeric Bearings.
IRC: 83 Standard Specifications and Code of Practice for Road Bridges, Section IX – Bearings,
(Part III) Part III: POT, POT-CUM-PTFE, Pin and Metallic Guide Bearings.
IRC: 83 Standard Specifications and Code of Practice for Road Bridges, Section IX – Bearings,
(Part IV) Part IV: Spherical and Cylindrical Bearings.
IRC: 112 Code of Practice for Concrete Road Bridges
IRC: SP 69 Guidelines and Specifications for Expansion Joints.
IRC: SP 114 Guidelines for Seismic Design of Road Bridges.
High Strength Deformed Stainless Steel Bars and Wires for Concrete Reinforcement
IS 16651:17
Specification
IS: 1363
Black Hexagon Bolts, Nuts & Lock Nuts (Diameter 6 To 39mm) and Black Hexagon
(ALL
Screws (Diameter 6 To 24mm)
PARTS)
IS: 1367
(ALL Technical Supply Conditions for Threaded Steel Fasteners.
PARTS)
Steel for General Structural Purposes – Specification
IS: 2062

1.2. Where the Contractor intends to use an alternative to these Standards and Guidelines for delivering
an equal or better product, he shall be permitted to use without changing the aesthetics of the
proposed bridge such alternative subject to the following conditions:

a. He shall demonstrate that the proposed alternative conforms to any of the following
International Standards, Codes of Practice, Specifications, Guidelines, etc.

i. IRC revised codes or new codes or amendments to existing codes which are effective

Page 218 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
after the date of inviting the bids,

ii. American Association of State Highway and Transportation Officials (AASHTO),

iii. American Society for Testing of Materials (ASTM),

iv. Euro Codes

v. National Standards of any of the following countries: United States of America (USA),
United Kingdom (UK), France, Germany, and Norway. The following international
standards (latest edition) to be followed shall be included but not limited to

Code No. Code Description


Cable-Stayed Bridges- PTI Recommendations for Stay Cable
PTI DC45.1-18
Design, Testing and Installation
Setra Cable -Recommendations of French inter-ministerial
-
commission on Prestressing, June 2002
FIB CEP-FIP Bulletin 89 Recommendations for “Acceptance
-
of cable systems using prestressing steels”.
Steel wire and wire products - Steel wire for ropes - Part 1:
EN 10264-1
General requirements
Steel wire and wire products - Steel wire for ropes - Part 2:
EN 10264-2 Cold drawn non-alloy steel wire for ropes for general
applications
AFNORF guidelines for Steel products - Hot-dip zinc or zinc-
NF A 35-035 aluminium coated prestressing smooth wires and 7-wire
strands

*Detailed design consultant must have design experience of cable state bridge (road or
railway), for same or different project, having a span equal to or greater than 250m

b. In case the Concessionaire intends to use any alternative material, technology / method,
whether patented or otherwise, that is not specifically covered in the Indian or International
Standards as listed above, but the use of which has been permitted on similar projects (similar
in category of road, traffic and climatic conditions) as the Project Highway, he would be
permitted its use on certification by the owners of such similar projects regarding the
continued successful performance of such materials, technologies, methods, procedures or
processes for at-least 5 years of the service life of the project. Such a certification shall be
supported with details of critical performance parameters.

(i) In the project congestion factor to be considered as per the provisions of IRC 06 (Clause
no.204.4).

(ii) In the project Special Vehicle (SV) loading as per IRC 06 shall be applied.

(iii) Exposure condition shall be as per IRC 112 (moderate).

(iv) All tests including full scale Wind Tunnel Test and Model Studies shall be mandatorily
carried out.

(v) The bridge shall be designed for 100 years according to the IRC.

(vi) In case of load tests for large diameter piles, the contractor shall carryout bi-directional
O-load-cell test.

Page 219 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
1.3 Architectural stipulations which are mandatory and are not to be altered without specific
written approval of the client:

1.4 Bridge Geometry: The bridge has 2 Pylons of Diamond shape and cable arrangement will be
semi fan type and need to be provided in two planes with cables anchored at edges of the deck
and conversing at the centre of the pylons. The Shape, Geometry and the Proportions of the
Cable stayed Bridge including the viaduct portion given in the EPC schedules shall not be
changed.

1.5 Viewing Gallery: Viewing gallery of size 24.7mx4.605m shall be provided at each pylon
location on both sides (Total 4 Nos)

1.6 Carriageway Configuration: The carriageway configuration of the cable stayed bridge &
Viaduct portion shall be as per the details mentioned in Annex. I schedule B.

1.7 Theme/façade/Decorative lighting: The Whole bridge shall be illuminated with


Programmable multi colored RGB LED Lighting or any other advanced lighting options to have
fine photometric performance for all the bridge elements including the Stay Cables, special, to
give it a character at Night. The fixture shall have minimum IP Rating of 67 and special coating
considering the harsh environment. 3-Dimensional LASER Holograph images shall be created
at pylons having its size and location determined as per the direction of Project in charge on
behalf of Authority. The complete Lighting scheme shall be approved by Authority Engineer
before execution.

1.8 SECURITY: The complete bridge is to be equipped with CCTV cameras to ensure complete
surveillance of the Traffic. This bridge shall be supervised from Control room and Inspection
Bunglow.

1.9 Necessary signages as per IRC codes including Special Signages for Pedestrians have to be
provided wherever necessary.

2. Cable stays system

2.1 For Cable stays system, Design and Detailing, functional requirement material and
Testing, Installation and Inspection Maintenance & Repair shall be as per FIB CEP-FIP
Bulletin 89 Recommendations for “Acceptance of cable systems using prestressing
steels” or PTI Recommendations for Stay Cable Design, Testing and Installation 2018
(PTI DC45.1-18) or Guidelines of SETRA Stay Cable Recommendations for French Inter-
ministerial Commission on Prestressing, June 2002 or EN 10264-1 for Cable stays shall
be used.

2.2 The proposed cable stayed bridge structure should be analysed in Finite Element
Analysis (FEA) based software. The cable forces should be finalised for all critical load
combinations. Stay Cables shall be designed in such a way that all forces shall comply
with the permissible stress limits for both Serviceability Limit State (SLS) and Ultimate
Limit State (ULS) as per PTI/FIB bulletin no 89/ Setra specification or equivalent.
Specifically, the Setra Guidelines that the limiting stress value of the cable under SLS is
0.45 times Guaranteed Ultimate Tensile Strength (GUTS), whereas during the
construction stage the cables shall be subject to stresses up to 0.5 GUTS shall be strictly
followed notwithstanding anything contained in any other codes / stipulations. Duly
considering FIB-89, (which stipulates that the permissible stress for the Stay cable for
the SLS is considered as 0.5 GUTS), Notwithstanding any other stipulations contained
in any other Codes / standards, the limiting stresses for SLS shall be adopted as 0.45
GUTS for the Stay Cables.
Page 220 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
3. Spherical bearings

Spherical bearings (permanent bearing) to be provided for Cable Stayed Portion. The design of
such bearings shall conform to IRC: 83 (Part IV) and MoRTH specifications for road and bridge
works (Section-2000) and shall be designed as per actual design of EPC Contractor.

4. Construction
4.1 General

The Contractor shall be responsible for geometric control of construction such that the completed
structure will conform to the lines, grades, and dimensions and cable stresses on the Plans
accepted by the Authority’s Engineer.

4.2 Construction requirements

4.2.1 The Contractor shall submit to the Authority’s Engineer a proposal detailing the construction
sequence. The submission shall incorporate detailed methodology, shop and erection drawings of
the proposed construction sequence, together with the corresponding complete and checked
erection design calculations in every erection step to obtain the correct elevation in the completed
bridge. The package shall be submitted at least twelve (12) weeks prior to the commencement of
construction of the superstructure for the Authority’s Engineer’s approval.

4.2.2 The program of dimensional survey of all construction works will be subject to the approval of the
Authority’s Engineer. The Contractor shall employ a suitably qualified Erection Authority’s
Engineer (Professional engineer), preferably from the company preparing the erection design
calculations, and experienced in erection Authority’s Engineering and geometry control on a
similar bridge project, to review survey data during each individual erection phase, and to
determine alignment of the pier form and form traveller and recommend adjustments to geometry
necessary to correct any deviations from the planned alignment.

4.2.3 Setting points situated at support lines are presented in the Drawings. These points are acting as
coordinate points for the bridge structure. When surveying the structure, the required tolerances
are to be taken into consideration. In order to find out the standard error and deviation, each
survey is to be carried out from a different base point. Positioning surveys and inspection surveys
of the completed structure shall be documented. The positioning survey, the standard error and
deviation in the measurements of the structure shall be documented.

4.3 Tolerance

The tolerances define the maximum discrepancies between the theoretical reference dimensions
and the dimensions measured in-situ by topographical survey that will be admitted without
penalty upon final acceptance of the works.

4.3.1 Bridge and superstructure Deck - Erection tolerances:

4.3.1.1 The guide pipes for cable anchorages in the deck and in the pylon shall be installed to the following
tolerances:

➢ Globally in levels: ± 25 mm
➢ Laterally relative to the pylon and box girder centre ± 10 mm
➢ Vertically relative to the box girder soffit. ± 10 mm
➢ Cable length:

Page 221 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
o Length measurement and marking of each strand forming the stay cable with length L0
shall be carried out. The length L0 is equal to the unstressed length of the stay cable.
(b) The length measurement and marking shall be carried out under well-defined uniform
temperature conditions under cover or at night. During the operation of length
measurement and marking the stay cable shall be continuously supported without sag and
under a tension equivalent to 5% of the breaking load of the stay cable.
(c) When carrying out the length measurement and marking compensation shall be made for
the tension in the stay cable. Allowance shall be made for anticipated deformation at the
anchorages. The marks shall be well-defined.
(d) The length L0 shall be corrected with the following tolerance:
(e) △L0=± (L0/2000+5mm); Max 20mm; L0 in mm
(f) The lengths of the thread on the sockets shall allow for a future adjustment of
minimum ±0.08 % of the length of the stay cable or 100mm, whichever is greater.
4.3.1.2 Within 48 hours of completion of each stay stressing operation the Contractor shall provide to the
Engineer the following information:
➢ Climatic data
➢ Stay force and extension, on each side
➢ Level of control points situated at mid-segment, on the stay anchorage axis, before stay
installation and after the tensioning, for a survey achieved at mid-morning,
➢ Pylon top horizontal movement,
4.3.1.3 In addition, at the time of every two stay installation, the Contractor shall survey the entire deck
profile for comparison with theoretical values, taking in account the actual temperature and actual
construction loading, for instance the strand coils.
4.3.1.4 All measurements shall be taken at the time of day when the effects of solar gain (or loss) on the
structure are at a minimum (normally, between 9 and 11:00 a.m.)
4.3.1.5 The maximum deviation from the theoretical deck profile, for any stage of construction, shall not
exceed ±25mm.
4.3.1.6 If the measured deck profile after temperature and other adjustments does not correspond with
the theoretical deck profile from the stage by stage analysis by more than the permitted deviation
the Contractor shall propose the most appropriate corrective action.
4.3.1.7 This corrective action shall, subject to the consent of the Engineer, be immediately incorporated
into the Contractor’s method of working.
4.3.1.8 The permitted deviation in the actual deck profile from the theoretical deck profile after mid span
closure, but prior to the installation of the surfacing and bridge equipment, shall not exceed ±25
mm.
4.3.2 Pre-stressing
Installation tolerance of deviators for external pre-stressing tendons shall satisfy the following
requirements:
➢ Longitudinal direction: not more that L/200 or 10mm
➢ Transverse direction: not more than the smallest of L/200, T/80 or 10mm
➢ Vertical direction: not more than the smallest of L/200, V/80 or 10mm
➢ Angle: not more than 5/100 radian
➢ Where, L=Free length of the cable (mm)
➢ T=Width of bottom slab (mm)
➢ V=Height of box girder (mm)
4.4 Superstructure

Situated on the back water of the Govindsagar Lake, the segments in concrete part shall be erected
the already “traditional” symmetric balanced precast segmental cantilever method, using pairs of

Page 222 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Derrick Crane (DC). The deck system consists of a posttensioned precast concrete box girder
section, where a structure is built outward from a fixed point to form a cantilever structure,
without temporary support, using staged precast segmental construction. When two opposing free
cantilever structures are attached as a single structure and erected in the same step, it is known as
‘balanced cantilever’. This erection method utilizes derrick crane where box girder sections are
lifted up and post-tensioned. Precasting of segments, Shear keys, epoxy jointing of segments and
other process not mentioned herein shall be applied in accordance with MoRTH Specifications for
Road and Bridge Works (Fifth Revision 2013).

➢ The bridge superstructure details are follows:


I. For Main Bridge:
(i) 4-lane Major Bridge Cable Stayed (except pylon, p1/p2 locations)
Lanes width 2x10.5m = 21.0m
Crash Barrier 2x0.45m = 0.9m
Cross Sectional Elements:
Inspection/ Maintenance Path/ Footpath 2x1.5m = 3.0m
Major Bridge
Steel Railing 2x0.45m = 0.9m
Cable Stayed
Cable Anchorage 2x1.00m = 2.0m
(480m)
Median 1.610m
Total deck width 29.410 m

4-lane Major Bridge Cable Stayed (Viewing Gallery @ P1/P2 (Pylon locations)
Lanes width 2x10.5m = 21.0m
Crash Barrier 2x0.45m = 0.9m
Cross Sectional Elements: Inspection/ Maintenance Path/ Footpath 2x1.5m = 3.0m
Major Bridge Steel Railing (high containment railing 1.5m ht.) 2x0.45m = 0.9m
Cable Stayed Width of Viewing Gallery at each location 2x4.605m = 9.21m
(480m) Median 1.610m
Total deck width 36.620 m
Viewing Gallery length at each location 24.7 m

4-lane Major Bridge Viaduct Portion


Lanes width 2x10.5m = 21.0m
Cross Sectional Elements: Crash Barrier 2x0.45m = 0.9m
Major Bridge Inspection/ Maintenance Path/ Footpath 2x1.5m = 3.0m
Viaduct Portion Steel Railing 2x0.45m = 0.9m
(380m) Median 1.610m
Total deck width 27.410 m

➢ Pier head segments need to be the minimum length required for the installation of derrick crane
of minimum capacity 675 Tonne.
➢ The minimum strength of the concrete to be used in Superstructure segmental PSC box girder shall
be M-60 grade.
➢ Details and computations of the cast-in-place concrete forming system should be submitted to the
approval of the Authority’s Engineer. This includes maximum loadings and stresses created
because of equipment and concrete; deflections during placement and temporary supports; and a
detailed step-by-step procedure for placement, stressing, and form advancement.
➢ Camber will be monitored at each stage of construction. The contractor should submit a survey
plan depicting proper erection to the final grades and cambers.
➢ Recommended erection tolerance from the predicted alignment is ±1 in (±25mm)
➢ Typical balanced method’s cycle is:
1. Installing the derrick crane (DC).
2. Lifting up a precast segment.
3. Post tensioning and pumping the grout into the duct
4. Setting forward DC and installing stay cable for cable anchor segment.
Page 223 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
5. Doing the same way for next segment before closure segment
4.5 Pylon

The pylon is constructed ‘in situ’ with formwork and falsework.

➢ The Contractor shall submit documentation to the satisfaction of the Engineer demonstrating
that the proposed mix design(s) will satisfy the strength, durability, and performance
requirements. The minimum strength of the concrete to be used in Pylons shall be M-55 grade.

➢ Pylon for cable stay bridge shall be diamond shaped and cable arrangement shall be semi-fan
type and need to be provided in two planes with cables anchored at edges of the deck and
converging at the centre of the pylon. The minimum height of the pylons shall be as per GAD
(refer drawing volume Annex.III of schedule A)

➢ The Contractor shall construct the formwork and falsework in accordance with the submitted
Shop Drawings. Variations from the formwork and falsework Shop Drawings will not be
permitted unless the Engineer is provided with revised Shop Drawings that have been sealed,
signed, and dated by the Professional Engineer.

➢ Formwork and falsework are both structural systems. Formwork contains the lateral pressure
exerted by concrete placed in the forms. Falsework supports the vertical and/or the horizontal
loads of the formwork, reinforcing steel, concrete, and live loads and prestressing force during
application of stressing of cables and construction.

➢ The Contractor shall set falsework, to produce in the finished Structure, the lines and grades
indicated in the Contract Plans. The setting of falsework shall allow for shrinkage, settlement,
falsework girder camber, and any structural camber the Plans or the Engineer require.

4.6 Stay Cables


4.6.1 Description

(a) This section covers the supply, fabrication, delivery, testing, installation, stressing and
permanent protection of the stay cables and associated components.

(b) Supply, fabricate, deliver, test, store, install, stress, re-stress, adjust, repair and/or replace
damaged components (if necessary), and permanently protect stay cables. Stay cables
include, but are not limited to, main tensile elements (strands), strand sheathing, complete
anchorage components, wedges, bearing plates, sealing components, damping devices, anti-
vandalism tubes, temporary and permanent corrosion protection provisions, and
components which are part of the structure, such as the anchor pipes/guide pipes, erection
devices and equipment, and all incidental materials and labour necessary to construct the
stay cables in accordance with the Plans, Standard Specifications, and Special Provisions.

4.6.2 Conform the stay cable system to the following criteria:

a) Install and tension each strand individually (mono-strand tensioning).

b) Protect each strand individually against corrosion. Coat and fill the strands and interstices
that are extruded through high density polyethylene (HDPE) sheath with petroleum wax.

c) Multilayer corrosion-protection shall be provided as per table4-2 of FIB (CEB-FIP) Bulletin


89

d) Ability to re-tension, remove and replace each strand individually.

e) Prepare the outer sheath using two layers of co-extruded HDPE pipe, un-grouted, inner

Page 224 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
black layer, outer layer colour to be selected by Owner, and double external helical ribs.

f) Install anti-vandalism tubes on the lower part of the cables.

g) The stay cable system shall be such that re-tension or replacement of any cable can be
accomplished, either strand by strand or stay by stay as appropriate, at any time during
the life of the bridge.

h) Stay cable installation and bridge construction procedure shall incorporate requirements
and provisions for the assessment and adjustment of stay cable tension. It shall include
stipulations for geometric control of stay cables in accordance with applicable provision
of this Technical Specifications.

i) Tensioning operation may be accomplished either strand by strand or stay by stay as


appropriate during the phases of construction with full consideration for geometric
control of stay cables in accordance with applicable provisions of this Technical
Specifications.

j) The adjustments of stay cables tension shall be made in accordance with method(s)
proposed by the Contractor and approved by the Engineer.

k) Prior to commencement of pylon construction, the Contractor shall verify all details of the
stay cable system and provide design calculations including erection stages and Working
Drawings to define the reinforcement details and dimensions for concrete and steel
structure details to accommodate the stay cable system.

4.6.3 Stay cables are to be provided in accordance with the FIB CEP-FIP Bulletin 89 Recommendations
for “Acceptance of cable systems using prestressing steels” or PTI Recommendations for Stay Cable
Design, Testing and Installation 2018 (PTI DC45.1-18) or Guidelines of SETRA Stay Cable
Recommendations for French Inter-ministerial Commission on Prestressing, June 2002 or EN
10264-1 unless otherwise noted. These Special Provisions are intended to complement the above
codes. In cases of disagreements, these Special Provisions for

4.7 Materials

4.7.1 STAY CABLES

4.7.1.1 WIRE

(a) The galvanization of wires shall comply with the following requirements:

• Zinc with minimum 99.95% purity

• Galvanizing to the wires shall in average be of a minimum of 280g/m2 with an absolute


minimum of 220g/m2. The galvanization of wires is to be applied uniformly without drops
or local thickenings.

• Electrolytic Coating is not permitted.

(b) The minimum requirements for bending and torsion testing of galvanized wires shall
comply with Type BA in ASTM A421/A421M or ASTM A416/A416M equivalent code.

(c) The adhesive strength of the galvanizing shall be verified by a winding test with minimum
6 whorls of one of the constituents of the coated strands, in accordance with ASTM
A421/421M. After the winding test, the whorls shall not present exfoliations or cracks.

Page 225 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(d) The Contractor shall be required for the wire supplier to furnish for approval complete
mill certificates for the wire including stress-strain curves and modulus of elasticity.

4.7.1.2 STRAND

(a) The seven wire strands shall comply with the requirements in ASTM A416/A416M with the
following properties or equivalent code:

Nominal diameter (mm) 15.70


Nominal tensile strength (N/mm2) 1860
Nominal mass (g/m) 1180
Specified permitted deviation on mass (g/in) ±24
Specified cross-sectional area (mm2) 150
Specified permitted deviation on cross sectional area (mm2) ±3 (±2%)
Specified characteristic breaking load (kN) 279
Specified characteristic 0.1% proof load (kN) 248
Modulus of elasticity (N/ mm2) 195000
Minimum elongation measured over a length of min 100 mm 3.5%
Constriction at break Ductile wire breaks visible to the
naked eye
Max. relaxation after 1000 h at 20 °C and 0.7 times effective breaking 2.5%
load
Fatigue stress range, 2 million, cycles (MPa) with maximum stress 300,
837 MPa 3O59 Mpa

Fatigue resistance
1. Coated seven-wire strand of Category A
The coated seven-wire strands of Category A shall withstand without failure 2 million cycles of stress
fluctuating down 0.7Fme to 0.7 Fme - 2ΔFa with
2ΔFa = 190 MPa
An

Table- Nominal diameters, nominal cross-sectional areas, and tolerances


Tole
Toler
ranc
ance
e on
on
the
Prestressing steel Nominal Nominal cross- cross Nominal mass per
mass
category diameter, mm sectional area (mm2 ) secti meter, g/m
per
onal
mete
area
r,
(%)
g/m
Coated seven-wire
15.7 150 +- 2 1172 +-24
strand

Table-Specified values for mechanical


properties
Prestressing Nominal Nominal
Fm p1000/0.7
steel diameter, tensile Fp0.1 KN A Z
KN %
category mm strength
Ductile
Coated break
seven-wire 157 1860 279 248 3.5 visible to 2.5
strand th naked
eye

Page 226 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(a) The curvature of one strand shall be such that when a full-length strand is lying free on a
flat surface, the maximum bow weight from a base line of 1-meter length, measured inside
the curve, shall not exceed 25mm.

(b) Strand and wire used in cables shall conform to the applicable national or international
technical standards for prestressing steel with very low relaxation (Note:” very low
relaxation” is called “low relaxation” is ASTM standards) and be free of corrosion pits.
Welding points present in rods before the drawings are acceptable However, no welds are
acceptable to be introduced in the final dawn wires.

(c) The dimensions and properties given in table 5-1 and 5-2 of FIB CEP-FIP Bulletin 89 and
tolerances for cross-section/mass as per table 5-1 of FIB CEP-FIP Bulletin 89 are
recommended.

4.7.1.3 SHEATHING for Individual Strands

(a) The strands shall be protected from corrosion using a system consisting of a High-Density
Polyethylene sheathing extruded directly onto the strand, previously coated with a
corrosion inhibiting coating material.

(b) The HDPE sheathing shall comply with the following:

(i) HDPE material shall meet the specific requirements of ASTM D4976 "Standard
Specification for Polyethylene Plastics Moulding and Extrusion Materials" or equivalent
Code. The resultant acceptable values of the primary properties for this HDPE material are
as follows:

Property Value ASTM Test Method


Density (g/cm3) >0.940 D 1505
Melt index (g/10 min) 0.2-1.0 D 1238
Flexural modulus (MPa) 550-1100 D 790
Tensile strength at yield (MPa) >21 D 638
Elongation at break at 230C
500-700% D 638
50mm per minute (test speed)
Elongation at break at -200C
>100% ISO 527-2
50mm per minute (test speed)
Hardness 64-65 D 2240
Carbon Black Content 2.3+0.3% ISO 6964%
Carbon-black dispersion index <3 ISO 18553
Carbon-black distribution level < C2 ISO 18553
-40o C at 50% flexibility,
Low temperature Brittleness D746
minutes
Oxidative induction time at 200°C > 20 minutes ISO/TR 10837
or ASTM D 3350
>30minutes at 2100C,
Thermal Stability under O2 ISO 11357-6
without degradation
Ultraviolet radiation stability condition E ASTM D 3350
Izod impact strength at 23°C > 20 kJ/m2 NF EN ISO 180

(ii) The material shall be UV stabilized and suffer no property degradation for a minimum of
6 months. In applications where the HDPE sheathed strand may be exposed to UV in excess
of 6 months, the HDPE shall meet the requirements for a class C material and it shall be
black.

Page 227 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(iii) HDPE material shall not react with cementitious grout, the prestressing steel corrosion
inhibiting coating material or any other material it is permitted to come in contact with as
part of the stay cable sheath and shall be free of water-soluble chloride.

(iv) HDPE material shall be chemically stable without embrittlement or softening over the
anticipated exposure temperature and the service life of the strand.

(v) The use of recycled polyethylene is prohibited.

(vi) The thickness of the individual HDPE sheaths shall be greater than 1.5mm and the outer
diameter of sheathed seven-wire strands shall be less than 18.9mm.

(c) The manufactured sheathing shall satisfy the following requirements:

Characteristics of the PE sheathed cable strands:

Property Acceptance Creteria Test Method


Sheating Thickness > 1.5 mm Calibrated Guage
Quntity of filling material <= +_ 20% of specified value Calibrated Guage
Friction resistance (Specimen
>= 667 N XP A 35-037.1
length of 0.3m)
Increase mass due to absorption of water shall
Leak tightness/ Migration XP A 35-037.1 Static Test
be less than 0.5 g
Impact Resistance No perforation of the sheating XP A 35-037.1 ASTM G14
The value are applicable for testing of samples taken just after manufacturing

4.7.1.4 CORROSION INHIBITING COATING

(a) A corrosion inhibiting coating material shall be applied in the void between the wires and
the sheathing material, anchorage zone and in the free length of the cable pipe for wire
systems.

(b) The corrosion inhibiting material shall have the following properties:

(i). Provide corrosion protection to the wires/strands.

(ii). Prevent circulation of gases or liquids within the strands sheathing, the cable pipe
and the anchorage zone.

(iii). Reduce friction between metallic components and avoid fretting corrosion.

(iv). Resist flow from the sheathing within the anticipated temperature range of
exposure including the temperature of the manufacturing process of the sheathed
strand

(v). Provide a continuous non-brittle film at the lowest anticipated temperature of


exposure

(vi). Be chemically stable and non-reactive with the prestressing steel and the sheathing
material or any other material it is permitted to come in contact with as part of the
stay

(vii). Allow sufficient bond between the strand and the HDPE sheathing so that there is
no macroscopic displacement / shrinking of the sheath on the strand, under thermal
variation for example

Page 228 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(c) The coating shall be injected in the workshop of the strand manufacturer and the
manufacturing process must completely fill the internal voids between the constituent
wires of the strand and the voids between the wires and the individual sheath.

(d) Moreover, this process shall ensure that no voids will appear throughout the service life
for the strand.

(e) The coating shall be continuous and durably stable, and must retain its protective
properties without interruption and continue to protect the steel throughout the service
life for the strand.

(f) Tests for the corrosion inhibiting coating shall meet the requirements of Table 2.2.2.1 of
the PTI M 10.2-17 "Specification for Unbonded Single Stand Tendons" or the provisions of
fib Bulletin 89 Section 5.5 (table 5-7) and be conducted by an approved testing laboratory.
All test data shall be furnished to the Engineer prior to shipment of the strand.

4.7.1.5 HDPE SHEATHING PIPE

(a) A High-Density Polyethylene sheathing pipe (HDPE sheathing) shall be provided for
corrosion protection of the stay cables along with following functions:

(i). Provide aesthetics by use of established coloured pipes.

(ii). Reduction of wind drag through the formation of a circular cable surface.

(iii). Protection against vibrations inducted by rain and wind with appropriate surface
corrugations.

(iv). Mechanical stability has to be checked for the external forces applied on the pipe.

(v). UV protection,

(vi). If cable pipes serve as a barrier, the pipe material has to be compatible with the
filling material, the wall thickness has to be checked for the pressure of the filing
material, if any used; The effect of thermal expansion have to be controlled; The
corrosion or chemical stability have to be checked.

(b) The HDPE sheathing pipe shall comply with the following:

(i) The HDPE sheaths shall be made of high-density black polyethylene classified
PE325433 or PE345444 as defined by table 1 of ASTM D3350 or equivalent Code.

(ii) The resultant acceptable values of the primary properties for this HDPE material
are as follows:

Property Value ASTM Test Method


Density (g/cm3) > 0.940 D 1505
Melt index (g/10 min) 0.35 〜1.4 D 1238
Flexural modulus (MPa) >750 D790
Tensile strength at yield (MPa) >21 D638
Environmental stress crack resistance, F20, 600 DI693 (Cond C)
hrs
Minimum Hydrostatic design basis as 8.6-11.03 D2837
applied to fill pipes only. MPA
Elongation at break at 230C
>350% D 638
50mm per minute (test speed)

Page 229 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Elongation at break at -200C
>100% ISO 527-2
50mm per minute (test speed)
Ultraviolet radiation stability Condition E ASTM D 3350
Hardness 64-65 D 2240
Carbon Black Content 2.3+0.3% ISO 6964
Carbon-black dispersion index <3 ISO 18553
Carbon-black distribution level < C2 ISO 18553
Oxidative induction time at 200°C > 20 minutes ISO/TR 10837
or ASTM D 3350
>30minutes at 2100C, without
Thermal Stability under O2 ISO 11357-6
degradation
Izod impact strength at 23°C > 20 kJ/m2 NF EN ISO 180

(iii) The manufacturer shall submit test evidence of the coloured HDPE sheathing's resistance
against ultraviolet degradation and colour change prior to commencement of sheathing
manufacture. The sheathing shall be weather resistant and it shall on the outside be light
grey or blue in colour. This shall be achieved by co-extruding coloured polyethylene over
black HDPE.

(iv) The stability of the colour over duration of 30 years shall be demonstrated.

(v) The HDPE material shall not react with any cementitious grout, pre-stressing steel,
Corrosion inhibiting coating or any other material it is permitted to come in contact with,
as part of the stay cable and shall be free of water-soluble chloride. The contractor shall
furnish to the Engineer a certified test report covering the quality of polyethylene pipe
performed by an approved laboratory. Samples for quality testing shall consist of one 1.8m
length of pipe per size per 1000m.

(vi) The maximum Standard Dimension Ratio (SDR) shall be 18 for grouted systems, and 32
for ungrouted systems. The minimum thickness shall be 6mm.

(vii) The use of recycled polyethylene is prohibited.

(viij) Resistance to the environment of the pipe shall be demonstrated by the stay cable supplier.
The pipe shall be designed for a lifetime corresponding to the design lite for the Stay
Cables.

(ix) Fusion Welds: Obtain the required pipe length for each cable by continuous extrusion or
by fusion welding of standard length sections of pipe. When the stay pipe is made up of
sections assembled end-to-end, assemble the sections by butt fusion welding (hot-plate
welding in accordance with ASTM D2657). Make the cut ends of sections of the joined pipe
perpendicular to the pipe axis. Make the strength of a joint more than 90% of the intact
pipe. Perform proposed welds on a test section of polyethylene pipe for the cable cross
section used on the project and perform the necessary tests to ensure that the weld
develops the required strength and that the joint is hydrostatically sealed. Submit the
results of fusion weld tests to the Engineer for approval. Do not weld the pipe when the
stay strands are in the pipe.

(x) Expansion Sleeves: Design and provide a polyethylene pipe system that can
accommodate the full range of thermal expansion and contraction for the temperature
range specified in the Plans. Provide an overlapping expansion system that prevents water
from entering the stay pipe. Submit the expansion system to the Engineer for approval
along with adequate evidence that demonstrates the ability of the system in preventing
water from entering the stay pipe.

Page 230 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
4.7.1.6 Cable Stay Anchor System

(a) Since the project falls in seismic Zone V, The anchorage system can be decided by the EPC
contractor according to the specific design as per international practice

(b) The stay cable anchorages shall be designed to individually anchor each strand by
reversible means. The anchorages shall be capable of transmitting the full ultimate tensile
force of the strands. The anchorage system shall comprise a deviator system so it prevent
angular deviations of the strand extending to the anchorage head or wedges. Alternatively,
to apply a standard deviator system the supplier may prove by testing that other feature
of a given anchorage system reduce the bending stresses sufficiently for the system to pass
the fatigue test requirements of this specification and thereby apply for the Engineers
approval of an anchorage system without a traditional deviator system. The application
for approval of alternatives to a standard deviator system shall include reference to other
major bridges where the alternative system has been successfully applied.

(c) Supply anchorage components that meet the requirements as specified herein. Use
anchorage components specified by the vendor furnishing the anchorages at the time of
acceptance testing of the stay cable.

(d) Supply stay anchor assemblies consisting of an externally threaded steel socket, anchor
head, tension ring, load bearing ring nut, protective cap and filler. Ensure the anchorage
assembly allows for complete de-tensioning of the stay and subsequent removal for the
anchorage components (except the load bearing nut) through the guide pipe. Furnish all
material and testing specifications to the Engineer for review and approval. Ensure each
component of the assembly, including wedges, has an AASHTO ASTM, or EN material and
test specification.

(e) Make the threaded portion of the anchorage of sufficient length for the installation of the
cable and for the future force adjustment of (±) 2.5%of the guaranteed ultimate tensile
strength (GUTS) of the stay cable. Make this tension adjustment by means of a threaded
tube and ring nut assembly. Do not use shims for stay tension adjustments

(f) Submit shop drawings, proof checked by reputed IIT (IIT Mumbai, Madras and Delhi,
Kanpur) & also from SERC Chennai to the Engineer for approval showing all dimensions,
materials and operations for fabrication of the anchor assembly. Develop and submit to
the Engineer for approval detailed procedures for installing all assembly components,
insertion of the strands, installation of wedges, and stressing the assembly. Submit
complete shop drawings with supporting calculations showing all equipment (jack,
stressing chair, etc.) and procedures required for stay force adjustments and for complete
de-tensioning.

(g) No approval will be given to any portion of the stay anchor assembly or procedures until
all required submittals are made and found acceptable. If the vendor’s patented anchorage
requires stripping of the HDPE sheath within the anchorage zone, use filler that provides
adequate corrosion protection in accordance with these Special Specifications.

(h) All other components such as bearing plates, wedges, protective caps, extension pipes,
tension rings, etc. shown on the Plans, but not specified herein, are only shown
schematically. Provide these in suitable type and sufficient strength suitable for the
intended use. Submit material specifications, calculations and detail drawings for the
sizes, types and materials for such components to the Engineer for review and approval.

(i) The performance of the anchorage system shall be verified by full-scale testing. Individual
components may be dimensioned to the approval guidelines for post-tensioning systems

Page 231 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
or the respective national regulations. The bearing plates may b dimensioned according
to standards for steel construction for SLS and ULS.

(j) The anchorage shall cover the unshealthed part of the strand taking into consideration
construction tolerances and temperature variations.

(k) In some cases anchorage sealing elements are used to separate the medium of the
anchoring zone from the free length. Their adequate performance shall be subjected to
leak tightness testing as specified in relevant international corts (fib bulletin 89, PTI
recommendation 2018, etc).

(l) The cable anchorage shall be capable of resisting the transverse force and transferring it
to the structure, even in its longest configuration. The anchorage must permit stressing of
the tensile elements as intended. Sufficient space and access must be available for
installation, stressing and inspection.

(m) The protective cap at the end of the cable and the filler it contains must be removed for
inspection of the anchorage components, especially the anchoring elements such as
wedges and button heads. The removal shall be possible without creating damage to
permanent installed components.

(n) Filtering Out Angular Deviations:

i. Comprise the anchorage with cable guide systems in order to prevent significant
bending stresses due to angular deviations of the strand to extend to the anchorage
device or wedges. Make the anchorages capable of accepting static angular deviations
in excess of the installation tolerances of the connecting parts.

ii. Account for in the design of the cable guide system transverse and flexural forces
resulting from: deck and pylon anchorage rotation under live loads, inaccuracy of
anchorage placing and shuttering tube misalignment, permanent angles due to the
fanning out of the strands, and bending of strand in the anchorage head due to
manufacturing tolerances of anchorage parts.

iii. Do not use guide deviators placed in the transition area, which impose a transverse
force on the structure ahead of the stay anchorage in the above cases. Make the
anchorage capable of handling by itself the following combination of deviation angles,
as a minimum, without damaging the cable:

➢ ± 20 milliradians (Mrad) static angle or the installation tolerances of the


connecting parts (shuttering tube misalignment), whichever is greater;

➢ ± 10 milliradians dynamic angle.

iv. Document the efficiency of such means to satisfy the following criteria:

➢ The angle of deviation of any strand in the anchorage or transition zones will
not exceed 25 milliradians.

➢ The bending stresses in each strand will be less than 250 MPa in the transition
zone at the entrance of the anchorage under a deviation of 30 milliradians
and a load of 45% GUTS.

v. The bending stress in each strand at the anchorage will be less than 50 MPa.

vi. Calculate the bending stress with the maximum service tension in the cable.

vii. If the anchorages require a deviator to be placed at the guide tube to reduce the
deviation induced bending stresses at the anchorages, do not substitute any device to
Page 232 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
dampen the cable for the deviator. Keep the deviator to provide a fixed point to avoid
deviation induced bending stresses from reaching the anchorage.

(o) Protection Against Corrosion:

i. Extend the two complementary internal corrosion-protection barriers, defined for


the stay strand, continuously through the free length of the stay and entire
anchorage transition zones.

ii. If the external anti-corrosion barrier is replaced by a local casing in the anchorage,
inject it with an appropriate blocking medium. Ensure this blocking medium is a
flexible material.

iii. Protect the anchor assemblies and components at all times against corrosion,
particularly the wedge and wedge holes. Show corrosion protection measures on the
shop drawings. At the end of the stay cable, close the outer casing with a watertight
cap attached to the anchorage head and cover at least the entire area of the strand
terminations. Ensure this cap is removable for inspection of the strand terminations
and is injected with a corrosion protective material that does not induce hydrogen
embrittlement. Protect the strand tails and the exposed threaded area of the anchor
with the corrosion protective material. Heavily coat the threaded area exposed inside
the bearing plate/guide pipe with a corrosion inhibiting material. Obtain approval of
the Engineer for the corrosion protective material.

iv. Ensure this integrity and continuity of the waterproofing is consistent with the other
functions of the anchorage and maintain under all service conditions (vibration,
movement, aging, temperature variations, etc.). The water tightness at the entrance of
the strand into the anchorage is a key factor.

(p) Protection Against Wear

i. To prevent fretting corrosion and fatigue, do not allow steel to steel contact between
the strand and the parts of the transition zone.

ii. Take steps to prevent fretting corrosion and fatigue at critical points: at each deviation
of the strand, where the strand enters the anchorage head, etc.

iii. In order to avoid an accumulation of causes of fatigue (axial and flexural action effects)
at the anchorage head, take steps to guide lateral displacement of strands.

4.7.1.7 ANTI VIBRATION MEASURES (INCLUDING DAMPER)

(a) The design of the stay cable system shall include the following countermeasures:

• The surface of the stay cables shall be treated in such a way that rain and wind-induced
vibrations are suppressed. Such surface textures might constitute dimples or helical fillets.
The contractor shall design and submit the surface texture configuration to the Engineer
for approval.

Provision of dampers

• The damping ratio of stay cable equipped with the damping device shall exceed 4% log
decrements, before the stay cable vibration amplitude reaches the minimum of the HDPE
stay pipe diameter or the cable length divided by k x 1000.

• Damping device shall not be damaged at exceptional large cable amplitude of at least 3
Page 233 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
times HDPE pipe diameter.

(b) The dampers shall be robust with a lifetime of at least 30 years completely accessible for
maintenance operations, easy to inspect and exchangeable.

(c) test reports of at least 1 full-scale test performed on the type of damping device intended
to be used on the structure, of comparable size as intended to be used on the structure,
performed under well-defined conditions, shall be submitted to the Engineer for approval.

(d) The actual damper performance shall be validated on site by testing of the vibration
behaviour of cables of representative sizes without and with installed/ activated damping
devices. Such measurements shall consist of recording the free response of the damped
cable under initial excitation of the first mode of vibration. These tests shall be performed
under favourable climatic conditions (no rain, benign wind speed) in order to prevent
uncontrolled excitation of higher modes.

(e) The measurements on site shall be performed on three different stay cables including the
longest one, each without and with installed/activated damping device, fbr three first
modes for each of the stay cables considered.

(f) The Specialist Contractor shall submit the detailed test procedure fbr approval to the
Engineer prior to site testing.

(g) Damper with hydraulic system has problem (or possibility) of oil leakage. Therefor it is
not suggested for use, but if it is required (or necessary) then supplier should make plans
to prevent leakage that is approved by Engineer.

(h) The Specialist Contractor shall submit the test report of the site testing with all test results
of all individual tests, for approval to the Engineer. The test report shall declare the
measured intrinsic damping of the cable without damping device and measured additional
damping ratio with the installed/activated damping device.

(i) cable vibration can be limited by use of permanent cross-ties & damper in the anchor
system

4.8 INSPECTION AND TESTING

4.8.1 GENERAL

It is the Contractor's responsibility by inspections and testing to ensure that work on the stay
cables complies with the requirements specified.

4.8.1.1 WIRE AND STRAND

(a) Wire and strand testing during production shall be in accordance with NF A 35-035,
category B. Tensile test, test of mass, test of resistance to reverse bending, test of the
galvanizing and control of straightness shall be carried out as described in NF A 35-035
clause 9.0.

(b) The frequency of testing shall be at least one test per wire coil delivered to the strand
fabrication site or at least 4 tons of wire whichever is more frequent. If the test specimen
tails, the test shall be repeated on two further specimens from the same end of the coil as
the original specimen. If any re-test is unsatisfactory the coil may be subdivided and the
subdivided coils resubmitted for approval. Such subdivided coils must satisfy the specified
requirements on one test at each end of the coils.

(c) For fatigue testing of the strands, one 5 m long wire sample shall be taken from every 20

Page 234 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
tons or portion thereof produced from each batch of wires. A batch of wires is any quantity
of wires of the same type, size and grade, manufactured by the same manufacturer,
covered by the same certificates and delivered to the Site at any one time.

(d) All prestressing wires and derived test samples shall be marked in such a manner as to
ensure traceability during production, transit, storage and testing. One fatigue test in
accordance with NF A 35-035 shall be performed on a test specimen from each sample to
verify the requirements specified in section 2.1 and 2.2. If any specimen should fail within
the anchorage zone, the test shall be discarded and another specimen shall be used from
the same sample. In case the first valid test specimen from each sample fails the test, two
additional tests shall be made on test specimens from the same sample. If further failures
occur, the wire quantity represented by the sample shall be rejected.

4.8.1.2 STAY CABLE

(a) The tensile and fatigue strength of the stay cables shall be demonstrated by testing as a
verification of the stay cable design and fabrication. The testing laboratory shall be
approved by the Engineer.

(b) Stay specimens shall have a minimum length of 5.0m and shall be tested including all load
bearing appurtenances. They shall include one active and one passive anchorage and with
all corrosion protection material in place. Strand deviations shall be representative of the
actual installed stay cable deviations.

(c) The tensile strength and the fatigue strength shall be documented for all stay cables.

(d) When instructed by the Engineer, the Contractor shall carry out tensile and fatigue tests
on stay cables with diameters representing various size stay cable as specified on the
Drawings. The tests shall be representative of the conditions experienced during
operation. The tests shall be performed with technically identical elements and
composition of the anchorage system proposed for this project. The submission shall
include certified test report in English language.

(e) Each tensile test shall establish the load/extension relationship for the specimen both
between the anchorages and over a gauge length centred on the parallel part of the stay
itself. Measurements and observations of draw-in at the anchorages shall be made. Tensile
specimens shall be loaded to failure which shall occur away from the socket, within the
central part of the stay cable specimen. The fatigue specimens shall be equipped with all
relevant accessories to be fully representative of stay cable in service. Anchorage shall be
filled with the material registered in the stay cable system documentations. Filler can be
removed in the cap area to allow for installation of sensors during the test.

(f) The fatigue specimens shall be subjected to cyclic axial loading for 2 million cycles and
then loaded to breaking. The specimens shall be tested at an upper bound stress of
837MPa and a stress range of 200MPa. At the same time the cable shall deviate
sinusoidally from the anchorage centred-line as described for Category B in CIP
Recommendations on cable stays, 20 June 2002, Clause 11.2.2.2 or equivalent.

(g) During fatigue testing, not more than 2% of the number of individual wires (rounded to
the nearest whole number) may fail. No failure shall occur in the anchorages during the
fatigue tests.

(h) After fatigue testing, the test specimen shall be reloaded and shall develop a minimum
tensile force equal to 92% of the actual ultimate breaking load of the test cable or 95% of
the specified minimum breaking load of the test cable, whichever is greater. The actual

Page 235 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
ultimate breaking load of the test cable shall be calculated from the results of the tensile
tests carried out on the individual wires. Any failure at the anchorages during the static
test shall be cause for rejection of the stay cable.

(i) After testing, all tensile and fatigue specimens shall be examined closely and the nature of
failure and any other damage shall be reported.

(j) The Contractor shall provide for the Engineer the opportunity to witness the tests and
examine the specimens and all test procedures and results. Alternative test details as
described in fib standard may also be accepted.

(k) Failure of any of the tensile or fatigue test specimens to comply with the specified
acceptance criteria is cause for rejection of stay cables with the concerned diameter.

(l) The stay cable design shall be reconsidered and modified if necessary and a new test shall
be carried out.

(m) A water-tightness test shall be carried out to demonstrate that there is no ingress of water
through the HDPE sheathing and that the connection between the HDPE sheathing and the
anchorage areas is watertight.

(n) The test shall be carried out as described in CIP Recommendations on cable stays, 20 June
2002, Clause I 1.3 or equivalent on one full-size specimen. Coloured water shall be used in
the test and the test is deemed positive if no trace of colouring water is found inside the
HDPE sheathing pipe.

(o) The Contractor shall submit a fully detailed description of the test to be approved by the
Engineer before setting up the test rig. Alternative test details as described in fib standard
may also be accepted.

(p) The Contractor shall give notice to the Engineer two weeks in advance of starting to carry
out the test and access shall be provided for the Engineer to inspect the testing during all
stages of preparation and testing.

4.8.2 PERFORMANCE TEST

(a) Performance tests for the strands shall be carried out by an independent laboratory.

(b) The performance tests shall meet the requirements in section 3.3.9 in "Recommendation
for stay cable design, testing and installation", PTI 2018. The contractor shall furnish to
the Engineer a test report prepared by the independent laboratory.

4.8.3 Quality Control Tests

The quality control tests shall meet the requirements in section 3.2.2.1 in "Recommendation for stay cable
design, testing and installation", PTI 2018. The contractor shall furnish to the Engineer a test report
prepared by the independent laboratory.

4.8.4 DOCUMENTATION

(a) Materials for all component of the stay cables system shall be delivered with a certificate
type inspection report in accordance with ISO 404. The contractor's representative and
his scope of work in respect of certification according to ISO 404 are subject to acceptance
by the Engineer.

(b) For steel products the certificate shall give details and results of each test carried out in
accordance with requirements stated in the technical specification and general

Page 236 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
specification for steel work. It shall appear from certificate that all tests specified have
been completed with a satisfactory result. Copies of the certificates shall be submitted to
the Engineer.

4.9 WORKMANSHIP

4.9.1 PLANNING

(a) The contractor is responsible for installing stay cable material that conforms to the Project
Documents in an undamaged condition. In order to assure that only conforming material
is introduced into the work the contractor shall develop a comprehensive Quality Control
Program (QCP) that covers the procurement, packaging, transport, and delivery of all stay
cable materials and components of the stay cables.

(b) This program shall include, but not be limited to all procedures and practices necessary
for the final installation of stay cables that meet the requirements in the project documents
without residual damage to any component of the stay cable system.

(c) The Quality Control Program shall be submitted to the Engineer for approval prior to
procuring any stay cable materials. Permanent records shall be established and
maintained by the Contractor for all procurement, inspection, sampling, testing and
installation in accordance with the Project Requirements.

(d) Prior to commencement of the works and placing of final orders to the supply of temporary
items and equipment, a method statement for fabrication, transportation and erection of
the stay cables shall be submitted for the Engineer's approval.

(e) The fabrication, transportation and erection operations shall be documented among other
things by preparation of descriptions, drawings and calculations according to the program
and time schedule. Procedures to ensure that the stay cable components will not be
damaged during fabrication, transportation and installation shall be included in the
documentation and Method Statement.

(f) The shop work shall be planned in such a way that the items are completed well in advance
of the erection. The Contractor shall submit as a minimum (but not limited to) the
following documents to the Engineer for approval before materials are ordered:

• Description of the manufacturing procedures for strands and stay cables and proposals
for testing.

• Full documentation for the design of the prefabricated strands and the final stay cables
including anchorages, guide system and dampers.

• Shop drawings for anchorages, guide system and dampers and general information
about proposed repair procedures.

• Shop drawings for fabricated items and general information about welding procedures.

• Description of measures taken during transportation and storage of all items.

4.9.2 FABRICATION

(a) Stay cables strands shall be protected from corrosives, heat, abrasion and other harmful
effects throughout fabrication.

Page 237 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(b) Each strand shall be in a continuous length, free from welds.

(c) The Contractor shall design and detail the anchorages, guide system and dampers for the
stay cables. The HDPE sheathing shall be sealed properly at both ends towards the
anchorages to ensure that water will not enter the anchorage zones. All anchorage parts
shall be capable of resisting the actual breaking load of the stay cable.

(d) All castings shall be fit for their intended purpose. Acceptance standards shall be
established and agreed with the Engineer before the commencement of fabrication. In
general, no linear crack-like or tear defects are acceptable.

(e) All threads on anchorages shall be thermally sprayed with zinc, thickness 60 microns. All
smooth surfaces on the anchorages shall be coated with the same system as for externally
exposed structural steel. In the completed bridge the externally exposed thread on the
anchorage shall be covered and the gap between the cover and the thread shall be filled
with a corrosion inhibiting compound to be approved by the Engineer.

(f) At the low point of the lower stay cable anchorages the Contractor shall design, fabricate
and install holes, groves or similar to allow for future drainage of water accumulated in
the interior of the stay cable anchorage tubes. The Contractor shall submit the proposed
arrangement for the approval.

4.10 HANDLING, TRANSPORTATION, AND INSTALLATION

(a) Handling and transportation of stay cable strands shall be so that the assemblies are not
damaged in any way.

(b) The stay cable strands shall be protected from corrosives, heat, abrasion, salt water and
other harmful effects throughout handling, transportation, and installation.

(c) The stay cable strands shall not be stored in direct contact with the ground.

(d) Coiled prefabricated strands shall be coiled, stored, and uncoiled at temperatures and in
such a manner that permanent deformation or cracking of the polyethylene sheathing is
avoided. The coiling diameter shall not be less than 25times the outside diameter of the
HDPE pipe.

(e) When uncoiled, the polyethylene sheathing shall be inspected tor any permanent
deformations and damage. Any deformation or damage, inconsistent with its function,
shall be repaired in a manner proposed by the Contractor and subject to approval of the
Engineer. Otherwise, the prefabricated strand shall be replaced.

(f) All steel surfaces on anchorages shall be inspected for any physical damage or corrosion.
If any physical damage, coating defects or corrosion is observed it shall be repaired in a
manner proposed by the Contractor and subject to approval by the Engineer.

(g) Spreader bars, slings or other appropriate devices shall be used to handle all prefabricated
strands. The minimum bending radius for the prefabricated strands shall be 50 times the
outside diameter of the HDPE pipe or such larger radius as may be necessary to prevent
damage to the strand including sheathing.

(h) Any damage to strands or components thereof shall be evaluated and remedied prior to
installation of the stay cable. Damage to non-load carrying components shall be repaired
prior to installing the stay cables. All equipment for handling the strands shall have padded
contact areas.

(i) The anchorage of the stay cables shall be centred on the anchor plate holes to a tolerance
of 5 mm.
Page 238 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(j) The minimum bending diameter for the HDPE pipe during fabrication, transport, storage
or erection of stay cables shall be 25 times the outer diameter.

(k) The theoretical lengths of the stay cables are based on the dimensions specified on the
project drawings corresponding to the bridge reference condition. Before erection of the
bridge deck starts, the Contractor shall furnish to the Engineer dead load computations
based on weights and geometry from approved shop drawings to verify the final dead load
and stay cable lengths calculated by the Contractor.

(l) The final length of the stay cables shall be determined based on the actual position of the
anchorages in the tower and the back span as constructed.

(m) Due consideration shall be given to the actual environmental conditions.

(n) Prior to commencement of the stay cable installation erection stage analysis for all
erection stages shall be carried out based on the actual erection loads to determine the
geometry of the completed structure. The calculations shall include tables containing
values of anticipated stay cable lengths and tensions in each stay cable at a corresponding
erection stage.

(o) A procedure for multiple step adjustment shall be included in the Method Statement.

(p) A pair of stay cables (i.e. two stay cables connecting to the same erection section) shall be
tensioned simultaneously and force and movements for both jacks shall be watched and
operated from a common control unit. It shall be possible to adjust the forces in the stay
cables with increments of maximum 1% of the stay cable force.

(q) Immediately after erection of a pair of stay cables, the Contractor shall measure the length
of and tension in the stay cables. The Contractor shall ascertain that the lengths of the stay
cables are as anticipated and the tensions in the stay cables shall be within ±5% of the
values calculated for that erection. All such records shall be submitted to the Engineer. If
the specified tolerances are exceeded, adjustment procedures shall be developed and
carried out by the Contractor subject to the prior approval of the Engineer.

(r) Promptly after erection the stay cables shall be stabilized and sealed at the ends towards
the anchorage at top and bottom anchorages. Stabilization and sealing shall be either
permanent as specified in the project documents or provisional according to the
Contractor's proposal. Detailed procedures for installation of permanent or provisional
stabilization and sealing shall be approved by the Engineer.

(s) The erection stage calculations shall be updated after erection of a pair of stay cables (2
nos.) based on an updated survey of the bridge and the actual erection loads and
conditions at the time of the stay cable installation. The surveys shall comprise the bridge
deck and pylon. Survey points shall be weather resistant points incorporated into the
structure. Surveys shall be carried out in the pre-dawn hours to minimize temperature
effects.

(t) Permanent records shall be established and submitted to the Engineer for each stay cable
installation. Such records shall include survey records; date, time, and ambient
temperatures; stay cable lengths; stay cable forces; jack extension measurement; shim
pack or lock-nut setting; deck loading conditions and all other special records necessary
and sufficient to establish the conditions under which the stay cable shall be installed.

(u) Jacks and gauges for stay cable installation shall be calibrated using a load cell or calibrated
static load machine within one month prior to the beginning of stay cable installation, and
every one month thereafter, for the duration of the stay cable installation.

Page 239 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(v) The one month re-calibration may be performed using a master gauge, provided that the
master gauge is calibrated with the field gauges at the time of initial jack, calibration.

(w) Adjustment of the stay cables shall be performed with a precision of ±5% of elongation or
shortening relative to the marks of L0 and ±3% on the measurement of the tension load in
the stay cable.

(x) The stays shall be equipped with sufficient threading of the anchorage or other means to
allow compensation for construction tolerances, both in tension and de-tension. 200mm
adjustment capacity shall be provided as a minimum.

(y) Prior to forming the closure in the main spans the suspended sides of the joints shall be
brought into vertical alignment with each other by jacking or counter weighting, and/or
adjusting selected stay cables as indicated on the Contractor's erection scheme and
approved by the Engineer.

(z) At completion of the erection works (i.e. before application of certain permanent loads like
wearing surface, barriers, lighting etc.) a check of the stay cable lengths and forces shall be
made by the Contractor and submitted to the Engineer. The stay cable forces shall be
within ±5% of the theoretical values when the geometry is within the specified tolerances.
If the specified tolerances are exceeded, adjustment procedures shall be developed and
carried out by the Contractor subject to the prior approval of the Engineer.

(aa) At completion of the bridge a check of the stay cable lengths and forces under the bridge
reference condition shall be made by the Contractor and submitted to the Engineer. The
stay cable forces shall be within ±5% of the theoretical values when the geometry is within
the specified tolerances. If the specified tolerances are exceeded, adjustment procedures
shall be developed and carried out by the Contractor subject to the prior approval of the
Engineer.

(ab) Permanent records shall be prepared by the Contractor and include the as-built vertical
alignment of the deck along the centre line of the deck and along a line adjacent to each
stay cable plane as well as the deflection of the pylon. The records shall be compared by
the Contractor with the construction vertical alignment and if the specified tolerances are
exceeded adjustment procedures shall be developed and carried out by the Contractor
subject to the approval of the Engineer.

(ac) If necessary, during all stages of installation restraints such as collar rings or ropes tied
around individual stay cables and anchored to the deck shall be employed to control stay
cable vibration. Such measures must not damage the HPDE sheathing or the stay cable
itself.

4.11 DURABILITY AND CORROSION PROTECTION

(a) Materials and methods of construction shall be chosen which achieve the design life and
maintenance criteria detailed below and have a proven record of durability in similar
conditions to the marine environment of the Site.

(b) Stay cables shall be provided with a corrosion protection system consisting of galvanizing
of the wires extruded HDPE sheathing on the individual strands and an external HDPE
sheathing pipe, which is capable of protecting them from corrosion for the design life of
the cables. The HDPE sheathing for the strands and the HDPE sheathing pipe shall be
watertight. At the connection between the HDPE sheathing pipe and the anchorages a
watertight sealing shall be provided.

(c) A comprehensive approach to protection for the complete stay cable system shall be

Page 240 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
developed by the Contractor taking into account design life, material life, accessibility,
maintenance and replacement. The supplier shall assess the durability of the corrosion
protection system proposed for the cable system by a review of the corrosion protection
and expected materials of each protected component with reference to tests, previous
experience, and corrosion life data.

(d) The durability and design life of the corrosion protection system shall be defined by
considering the environmental conditions.

(e) The Contractor shall propose and implement the corrosion protection system including
type and thickness of HDPE sheathing, which shall be submitted for the Engineers
approval. The Contractor shall provide evidence of the satisfactory use of the protection
system in a similar environment and life requirement.

(f) Any corrosion inhibiting coating material used as intermediate medium between the wires
and the HPDE and in the inter-wire voids within the strands shall be approved by the
Engineer. The inhibitor shall not contain substances that are harmful to the materials it
will be in contact with.

(g) A method statement for replacement of stay cables, including a description of required
temporary works, shall be submitted for the Engineers approval.

(h) During the stay cable replacement operation, it shall be assumed that the shoulder
adjacent to the stay cable being replaced is closed to traffic. The method shall be so that no
objects can be dropped onto the carriage way.

(i) Temporary corrosion protection shall be provided if the permanent corrosion protection
system is not installed at the time of the stay cable fabrication. Any partially completed
stay assemblies shall be stored such that no damage or deterioration of the stay cable can
occur.

(j) The anchorage components which are not accessible tor maintenance operation in-situ
after installation in the bridge shall be designed with a corrosion protection system that
will remain effective during the design life without maintenance.

(k) Corrosion protection systems shall be compatible with regards to galvanic corrosion
process.

(l) The use of cementitious grout is not permitted.

(m) During component assembly, the corrosion protection of the threads shall not be damaged.

(n) A detailed maintenance manual for the stay cables shall be provided after cable installation
for facilitating future maintenance.

(o) The manual shall cover among others the following aspects:

(i). Description of how to monitor the stay cables for excessive wind-induced vibration
regularly during major wind events.

(ii). Description of how to maintain the clampers applied at deck or pylon anchorages.

(iii). Description of how to inspect and ensure that the dampers applied at deck or pylon
anchorages are functioning.

(iv). Description of how to inspect the cable anchorage hidden within the anchorage tube
(inspection using an endoscope).

(v). Description of how to inspect and maintain the HDPE coating of the stay cables.

(vi). Principles of how to measure the stay cable forces.

Page 241 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(vii). The contents of the manual shall include, but not be limited to the following parts:

(viii). How to use the manual

(ix). Periodic inspection and maintenance

(x). Exceptional inspection

(xi). Component description

(xii). Partial or complete replacement of a stay cable

(xiii). Re-stressing and de-stressing

(xiv). Repair of corrosion protection

(q) Corrosion protection of All Structural Steel works shall be carried out by metallizing in
accordance with the below mentioned codes and standards shall be included but not be limited
to.

Code Description

IRC24:2010 Table "D-2(b), Page No-185 " for all structural steel.

IRS B1-2001 Appendix-VIII, Page no-35 & Page No-17 for Structural Steel.

IS 5905-1989 Sprayed Aluminum & Zinc coatings on Iron & Steel specifications.

IS: 9954-1981 Pictorial surface preparation standards for painting of steel surfaces.

IS 104:1979 & IS 51:1998 Zinc Chrome primer.


IS: 2339: 1963 Specifications for Aluminium Paint

4.12 Maintenance and Replacement


Maintenance Manual detailing the inspection program and maintenance procedures of stay cables
shall be submitted by the stay cable supplier and manufacturers.

4.12.1 Inspections

The inspection program shall comprise at least:

(a) routine inspection operations at a frequency proposed by the stay cable supplier to the
Engineer;

(b) If necessary, replacement of one representative strand on stay cables (in the main span)
to check corrosion protection every 10 years.

4.12.2 Maintenance Procedures

The maintenance procedures shall include at least:

(a) procedures for minor and major maintenance operations foreseen during the 100-year
design lifetime of the stay cables;

(b) frequencies of minor and major inspection and maintenance operations; and

Page 242 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(c) the replacement procedure for a single strand and a full cable.

4.12.2.1 The water tightness of the anchorages shall be inspectable during the maintenance program and
shall be easily reinstated without dismantling any major components.
4.12.3 Monitoring of the Stay Cable
4.12.3.1 The monitoring of stay cables shall be submitted by the stay cable supplier.
4.12.3.2 The monitoring equipment of stay cables may include:

The stay cable force monitoring system operating modes shall be as On-line monitoring and Offline
monitoring.

Page 243 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annexure - III
(Schedule – D)

Additional Specifications for Bridge Façade/Theme Lighting

1.1 The scope of work shall include Theme Lighting of Cable Stay Bridge. It shall include illumination
of Pylons (Above and below the Deck Level in complete sub structure and Super Structure portion),
ropes & the peripheral edge of crash barrier structure by programmable multi colored RGBW LED
Lighting. The Pylons should be lit from all 4 sides. The vertical surface shall be illuminated with
wash light effect in varied RGBW colors. The lighting effect shall be achieved by aiming multiple
Flood light fittings onto the surface of the Pylons. The Ropes shall be illuminated with varied RGBW
colours from both inner and outer side. The outer surface of crash barrier structure of Bridge shall
be illuminated with Linear light fixtures mounted at span of 2m distance creating a grazing light
effect. The Pixel light fixtures shall be mounted at span of 4m distance on outer surface of Viaduct
crash barrier for sparkle effect. The Aesthetic lighting programming shall cover day to day lighting,
weekend lighting and festive lighting.

1.2 3-Dimensional LASER Holograph images shall be created at Pylons having its size and location
determined as per the direction of Project in charge on behalf of Authority.

1.3 CONCEPT IMAGES: Some of the conceptual images of the theme lighting/façade lighting is
shown as below.

Image: 1

Page 244 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Image: 2

Image: 3

Page 245 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Image: 4

Image: 5

Page 246 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

2 TECHNICAL SPECIFICATIONS – LIGHTS & CONTROL SYSTEM

A. LIGHT FIXTURES

1. Flood Light:

1.1. Design, Supply, installation, testing and commissioning of Projector/Flood lights (RGB+W
(4000K) power LEDs Capital 200, 8255-11094 lm output, 55-72 lm/W luminous efficacy)
DMX enabled with driver, connectors and required accessories.

➢ 8 optical configurations (spot, narrow, medium, wide, extra wide, elliptical,


elliptical wide and wall wash)
➢ Power supply: 100-277VAC / 50-60Hz
➢ Power consumption: 0.71A @ 230V / 155W max
➢ Integrated thermal protection management, PSU and 2kV Surge protection
➢ Electrical Class: I- Die-cast aluminium compact body, anti-vibration fixing bracket,
PMMA Lens and tempered glass screen
➢ Die cast aluminium body, anti saline
➢ Operating temperature: -40°C to 50°C (-40°F to 122°F)
➢ Impact resistance rating IK09, Ingress Protection IP67
➢ No front glass water pooling
➢ DMX/RDM (Remote Device Management) function including Infrared Remote
Control-Functional control and monitoring shall be provided to Authority.
➢ Connection kit for Power IN + DMX IN/OUT. Qty: 116 nos

1.2. Design, Supply, installation, testing and commissioning of Projector/Flood lights (-RGB+W
(4000K) power LEDs Capital 300, 12861-16201 lm output, 50-63 lm/W luminous efficacy)
DMX enabled with driver, connectors and required accessories.
➢ 8 optical configurations (spot, narrow, medium, wide, extra wide, elliptical,
elliptical wide and wall wash)
➢ Power supply: 100-277VAC / 50-60Hz
➢ Power consumption: 1.16A @ 230V / 256W max
➢ Integrated thermal protection management, PSU and 2kV Surge protection.
➢ Electrical Class: I- Die-cast aluminium compact body, anti-vibration
➢ fixing bracket, PMMA Lens and tempered glass screen
➢ Die cast aluminium body, anti saline
➢ Operating temperature: -40°C to 50°C (-40°F to 122°F)
➢ Impact resistance rating IK09, Ingress Protection IP67
➢ No front glass water pooling
➢ DMX/RDM (Remote Device Management) function including Infrared Remote
Control
➢ Connection kit for Power IN + DMX IN/OUT. Qty: 76 nos

2. Linear Light: Design, Supply, installation, testing and commissioning of Ultra-compact,


lightweight modular Linear lights specific for wall grazing effects DMX enabled with driver,
connectors and required accessories.

➢ 36 mid RGB+W(4000K) Microparade fixture, power LEDs


➢ Wall wash optics - 23°(5° incline)x98°, 35°X93°
➢ Power supply: standard 100-240VAC / 50-60Hz
➢ Power consumption: 0.23A @ 230VAC / 28W
➢ Integrated thermal protection management
➢ Electrical Class: I, with RFU (Remote firmware update),
➢ Extruded aluminium body, anti-saline
➢ Operating temperature: -20°C to 50°C (-4°F to 122°F)
➢ Impact resistance rating IK06, Ingress Protection IP67

Page 247 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
➢ DMX/RDM (Remote Device Management) function including Infrared Remote Control
➢ Connection kit for Power IN + DMX IN/OUT. Qty: 480 nos

3. Pixel Light: Design, Supply, installation, testing and commissioning of High brightness single
pixel fixture DMX enabled with drivers, connectors and required accessories.

➢ Graph-i-Cell 4 RGBW
➢ Dome shaped 180° opaline diffuser for a sharp image rendition and an optimal peripheral
visibility
➢ Pixel pitch: 130 mm (minimum)
➢ Power supply: 100-277VAC / 50-60Hz, Main unit: 48VDC
➢ Power consumption: 13W maximum (1 module full RGBW)
➢ Electrical Class: III
➢ Die-cast aluminium body
➢ Operating temperature: -30°C to 40°C (-22°F to 104°F)
➢ Impact resistance rating IK10, Ingress Protection IP66/67
➢ Self-addressing for digital data assignment with signal regeneration or DMX/RDM mode
➢ Connection kit for Power IN + DMX IN/OUT. Qty: 220 nos

B. DMX CONTROL SYSTEM

Supply, Installation, Testing, Commissioning and Programming of following DMX based control
devices, enclosed in provided outdoor rated enclosure floor/surface mounted. The system shall be
powered, earthed and commissioned with Power IN cable, Network IN cable, programmed with DMX
IN/OUT cables.

1. DMX Splitters

DMX Splitter Din rail Mountable inside provided enclosure/ panel. Device shall have following
features including accessories

➢ 4-way, separate output channels


➢ Protocol DMX-512
➢ input and output channels completely electronically isolated from each other
➢ independent line drivers to boost DMX signal
➢ Rugged metal housing & Built-in Power and DMX terminal box
➢ Power supply: 100-277VAC/50-60Hz,
➢ Applications Split/ Boost/ Repeat DMX signals, Regenerate/clean DMX signals, Prevent reflection
issues, Build star topologies, Connect a large number of fixtures to a single universe & Protect
expensive equipment

2. DMX Controller

DMX system consisting of controllers, data switch, power mcb & XLR Connectors, Din rail Mountable
inside provided enclsoure on Footpath. Device shall have following features including accessories.
The Controller shall have a capacity of 1024 output control channels of either DMX512 with RDM or
eDMX protocols, including Art-Net II, KiNet, sACN and Pathport. The Controller shall be able to
output DMX512 and multiple eDMX protocols simultaneously, up to the output control channel limit.
The Controller shall be able to output eDMX protocols on a different IP network to its management
IP network. There shall be visual indicators on the Controller showing status of the controller and
its interfaces. The Controller shall be a microprocessor-based system specifically designed for
control of lighting in an architectural or entertainment application. A personal computer running
emulation software shall not be acceptable. The Controller shall store show data in non-volatile
solid-state memory. This memory shall be removable for purposes of backup or disaster-recovery.
Show data may be downloaded from a remote personal computer over an Ethernet or USB
connection. The Operating Software of the Controller shall be stored in a dedicated non-removable

Page 248 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
non-volatile solid-state memory. It shall be possible to update the Operating Software by download
from a remote personal computer over an Ethernet or USB connection. The Controller shall
commence show playback automatically on receiving power without additional external inputs. The
Controller shall have an internal real-time clock that continues to operate when external power is
absent. It shall be capable of adjusting for Daylight Savings Time automatically and can be updated
over the Internet using the Network Time Protocol (NTP).The Controller shall be able to calculate
sunrise and sunset times based on longitude and latitude information, and use these as triggers for
events.

DMX Cables

Supplying, erecting & terminating of DMX cable RS-485, (1 pr) 24 AWG (7x32) TC, PE/PVC, Foil+TC
Braid Shield, CM, 120Ω on surface/ pipe/ cable tray/ steel structure.

C. SPECIALIZED LIGHTING WORKS AGENCY

The Contractor must submit an authorization letter from a lighting design company for the Cable
stayed bridge lighting works. The lighting design company must have successfully completed design,
procurement, installation, commissioning and maintenance for 5 years of the lighting for the cable
stayed bridge facade lighting with RGBW controls for a minimum length of 500 meters in India. The
lighting design company must have an authorized Indian State Electricity Department license to
carry out the electrical works.

3 TECHNICAL SPECIFICATIONS – ELECTRICAL WORKS


The Contractor shall be required to design, supply, install, test, commission, operate and maintain the
illumination of entire structure as per scope mentioned earlier using cables, conduits, control and
networking, energy efficient light fixtures, switchgears, LT Panels, HT equipment and other necessary
and required components like earthing, etc.

A] GENERAL SPECIFICATION FOR ELECTRICAL WORKS

Chapter 1 : Electric Power Distribution and Wiring

1.1 Introduction: The Electric Power will be received and distributed in a building, through
following means:-
➢ Cabling and Switch gear to receive power.
➢ The building is divided into convenient number of parts, each part served by a rising main system
to distribute power vertically/ horizontally.
➢ Power flows from rising main through tap-off box to floor main board to final DBs and then to
wiring. While rising main takes care of general lighting and power outlet load of the building, other
loads like lift, pumps sets, AC Plants, other motor loads are fed by independent cables of suitable

Page 249 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
capacity fed from properly designed essential/ non- essential LT panels with suitably design
switch gear having necessary control and safety features.
➢ Therefore the distribution/wiring system essentially consist of provision of cables, switchgear,
rising main, bus ducting, earthing, laying of pipes/ conduits etc.(in surface or recess) based on
proper detail design to decide on various sizes/ capacities of these components and various
controls and safeties involved, to provide an efficient, reliable, safe and adequate electrical
distribution and wiring system.
1.2 System of distribution and wiring:
➢ The wiring shall be done from a distribution system through main and/ or branch distribution
boards. The system design and location of boards will be properly worked out.
➢ Each main distribution board and branch distribution board shall be controlled by an incoming
circuit breaker/ linked switch with fuse. Each outgoing circuit shall be controlled by a circuit
breaker/ switch with fuse.
➢ For non-residential buildings, as far as possible, DBs shall be separate for light and power.
➢ Only MCCB/MCB/HRC fuse type DBs shall be used. Rewirable type fuses shall not be used.
➢ Three phase DBs shall not be used for final circuit distribution as far as possible.
➢ ‘Power’ wiring shall be kept separate and distinct from light wiring, from the level of circuits, i.e.,
beyond the branch distribution boards. Conduits for light / power wiring shall be separate.
➢ Essential/ non-essential/UPS distribution each will have a complete independent and separate
distribution system starting from the main, switch board up to final wiring for each system. As
for Example, conduit carrying non- essential wiring shall not have essential or UPS wiring. Wiring
for Essential and UPS supply will have their own conduits system. No mixing of wiring is allowed
➢ Generally, no switchboard will have more than one source of incoming supply. More than one
incoming supply will be allowed only at main board with proper safety and interlocking so that
only one source can be switched on at a time.
➢ Each MDB/DB/Switch Board will have reasonable spare outgoing ways for future expansion.
➢ Balancing of 3-phase circuit shall be done.

1.3 Wiring:

a) Submain & Circuit Wiring:

➢ Submain Wiring: Submain Wiring shall mean the wiring from one main/ distribution
switchboard to another.

➢ Circuit Wiring: Circuit wiring shall mean the wiring from the distribution board to 1st tapping
point inside the switch box, from where point wiring starts.

b) Wiring System
➢ Wiring shall be done only by the looping system. Phase/ live conductors shall be looped at the
switch box. For point wiring, neutral wire/ earth wire looping for the 1st point shall be done in
the switch box; and neutral/ earth looping of subsequent points will be made from point outlets.
➢ In wiring, no joints in wiring will be permitted anywhere, except in switch box or point outlets,
where jointing of wires will be allowed with use of suitable connector.
➢ The wiring throughout the installation shall be such that there is no break in the neutral wire
except in the form of linked switchgear.

c) Color coding:-Following colour coding shall be followed in wiring:-

Phase : Red/Yellow/Blue. (Three phase wiring)


Live : Red (single Phase Wiring)
Neutral : Black
Earth : Green.

Page 250 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
d) Termination of circuits into switch board:-Circuit will consist of phase/ neutral/ earth wire.
Circuit will terminate in a switch board (first tapping point, where from point wiring starts) in
following manner:-
➢ Phase wire terminated in phase connector.
➢ Neutral wire terminated in neutral connector
➢ Earth wire terminated in earth connector.
➢ The switchboard will have phase neutral and earth terminal connector blocks to receive phase/
neutral/ earth wire.

TABLE I
Maximum number of PVC insulated 650/1100V grade aluminium/ copper Conductor cable confirming to
IS: 694-1990.

Nominal cross 20 mm 25 mm 32 mm 38 mm 51 mm 64 mm
sectional area of
conductor in S B S B S B S B S B S B
sq.mm
1.50 5 4 10 8 18 12 - - - - - -
2.50 5 3 8 6 12 10 - - - - - -
4 3 2 6 5 10 8 - - - - - -
6 2 - 5 4 8 7 - - - - - -
10 2 - 4 3 6 5 8 6 - - - -
16 - - 2 2 3 3 6 5 10 7 12 8
25 - - - - 3 2 5 3 8 6 9 7
35 - - - - - - 3 2 6 5 8 6
50 - - - - - - - - 5 3 6 5
70 - - - - - - - - 4 3 5 4

Note:

a) The above cable shows the maximum capacity of conduits for a simultaneous drawing in
cables.
b) The columns headed ‘S’ apply to runs of conduit which have distance not exceeding 4.25 m
between draw in boxes and which do not deflect from the straight by an angle of more than
15 degrees. The columns headed ‘B’ apply to runs of conduit, which deflect from the straight
by an angle of more than 15 degrees.
c) Conduit sizes are the nominal external diameters.

Chapter 2 : Non-metallic Conduit Wiring System

2.1 SCOPE: This chapter covers the detailed requirements for wiring work in non-metallic conduits.
This chapter covers both surface and recess types of wiring work.

2.2 APPLICATION: Recessed conduit work is generally suitable for all application. Surface conduit
work may be adopted in places like workshops etc. and where cessed work may not be possible to be
done. The type of work shall be as specified in individual work.Flexible non-metallic conduits shall be
used only at terminations, wherever specified.
Special precautions
➢ If the pipes are liable to mechanical damages, they should be adequately protected.

2.3 MATERIALS

2.3.1 Conduits

Page 251 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
➢ All non-metallic conduit pipes and accessories shall be of suitable material complying with IS:
2509-1973 and IS: 3419- 1989 for rigid conduits and IS: 9537 (Part 5) 2000 for flexible conduits.
The interior of the conduit shall be free from obstructions. The rigid conduit pipes shall be ISI
marked.
➢ The conduits shall be circular in cross- section. The conduits shall be designated by their nominal
outside diameter. The dimensional details of rigid non- metallic conduit are given in Table III
➢ No non-metallic conduit less than 20 mm in diameter shall be used

I. Wiring capacity
The maximum number of PVC insulated aluminium/ copper conductor cable of 650/1100 V grade
conforming to IS: 694- 1990 that can be drawn in one conduit of various sizes is given in Table- I. Conduit
size shall be selected accordingly.

II Conduit accessories
➢ The conduit wiring system shall be complete in all respect including accessories.
➢ Rigid conduit accessories shall be normally of grip type
➢ Flexible conduit accessories shall be of threaded type.
➢ Bends, couplers etc. shall be solid type in recess type of works, and may be solid or inspection
type as required, in surface type of works.
➢ Anchors for fixing conduits shall be heavy gauge non-metallic type with base.
➢ The minimum width and the thickness of the ordinary clips or girder clips shall be as per Table
IV.
➢ For all sizes of conduit, the size of clamping rod shall be 4.5 mm (7 SWG) diameter.

III Outlets

➢ The Switch box shall be made of either rigid PVC molding, or Mild Steel, or cast Iron on all sides
except at the front. The regulator boxes shall however be made only of mild steel or cast iron
➢ PVC boxes shall comply with the requirements laid down in IS: 14772- 2000. These boxes shall
be free from burrs, fins and internal roughness. The thickness of the walls and base of PVC boxes
shall not be less than 2 mm. The clear depth of PVC boxes shall not be less than 60 m.

2.4 INSTALLATION: Common aspect for both recessed and surface conduit works.

➢ The erection of conduits of each circuit shall be complete before the cables are drawn in.
➢ Conduit joints
➢ All joints shall be sealed/ cemented with approved cement. Damage conduit pipes/ fittings shall
not be used in the work. Cut ends of conduit pipes/ fittings shall not be used in the work. Cuts
ends of conduit pipes shall have neither sharp edges nor any burrs left to avoid damage to the
insulation of conductors while pulling them through such pipes.
➢ The engineer- in- charge, with a view to ensuring that the above provision has been carried out,
may require that the separate lengths of conduit etc. after they have been prepared shall be
submitted for inspection before being fixed.

I Bends in conduit
➢ All bends in the system may be formed either by bending the pipes by an approved method of
heating, or by inserting suitable accessories such as bends, elbows or similar fittings, or by fixing
non-metallic inspection boxes, whichever is most suitable. Where necessary, solid type fittings
shall be used.
➢ Radius of bends in conduit pipes shall not be less than 7.5 cm. no length of conduit shall have
more than the equivalent of four quarter bends from outlet to outlet.
➢ Cares shall be taken while bending the pipes to ensure that the conduit pipe is not injured, and
that the internal diameter is not effectively reduced.

Page 252 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
II Outlets
All switches, plugs, fan regulator etc. shall be fitted in flush Patten. The fan regulators can be mounted on
the switch box covers, if so stipulated in the tender specifications, or if so directed by engineer-in-charge.

Additional requirements for recessed conduit work.

➢ Making chase.
➢ Fixing conduit in chase
➢ The conduit pipe shall be fixed by means of staples, or by means of non-metallic anchors, placed
at not more than 60 cm apart, or shall be fixed by any other approved means of fixing.
➢ At either side of bends, staples shall be fixed at distance of 15 cm from the center of the bends.

Erection in RCC work


➢ Fixing inspection boxes.
➢ Fixing Switch boxes and accessories.
➢ Fish wire.
Bunching of cables.
For ease of maintenance, cable carrying direct current or alternating current shall always be bunched so
that the outgoing and return cables are drawn in same conduit.

Earthing Requirements

A protective (earth) conductor shall be drawn inside the conduit in all distribution circuits to provide for
earthing of non-current carrying metallic parts of the installation. These shall be terminated on the earth
terminal in the switch boxes, and / or earth terminal blocks at the DB’s.
Gas or water pipe shall not be used as protective conductors (earth Medium)

TABLE- III

Dimensional details of rigid non-metallic conduit

(All dimensions in mm)

Sr. Nominal Maximum Minimum Maximum Maximum


No. outside outside Inside permissible permissible
diameter diameter diameter eccentricity ovality
(in mm) (in mm) (in mm) (in mm) (in mm)
1 20 20 +0.3 17.2 0.2 0.5
2 25 25 +0.3 21.6 0.2 0.5
3 32 32 +0.3 28.2 0.2 0.5
4 40 40 +0.3 35.8 0.2 0.5
5 50 50 +0.3 45.0 0.4 0.6

TABLE- IV

Ordinary clips or girder clips

Size of Conduit Width Thickness


20mm & 25mm 19 mm 20 SWG (0.9144 mm)
32mm & Above 25 mm WG (1.219 mm)

ELV Systems:
UTP NETWORK CABLE (CAT 6)
GENERAL

Page 253 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
All material shall conform to relevant standard as per ISO/IEC11801, CENELEC EN50173 & TIA/EIA 568-
B2-1; CUL listed & ETL verified. Material and Work not qualifying to any provision mentioned above shall
be to the satisfaction of Engineer in Charge.

SCOPE
To lay the UTP cables through existing PVC conduits, PVC trunking, with all necessary hardware, material,
etc. as specified.

MATERIAL
UTP cable:
4 pairs,100 ohms, unshielded twisted pair (UTP), each pair separated by a PE former (Star shaped) solid
23AWG tinned copper conductor rated for temperature of 750 C, PVC insulated grey colour with following
types as in the table

Sr. No. Type Class Tested frequency


1 Cat 6 E 350MHz
2 Cat 6+ E 500MHz

Method of Construction:
The cable shall be laid in provided PVC conduit/ trunking 400mm away from electrical cables wherever
required without sharp bends. The cable shall be spliced at both the ends for punching/ crimping at
keystone jacks/ UTP connectors.

PVC Armoured Optical Fibre Cable (OFC)

GENERAL
All material shall conform to relevant standard as per IEEE, EIA/TIA 568-B.3 Material and Work not
qualifying to any provision mentioned above shall be to the satisfaction of Engineer in Charge.

SCOPE
Optical fibre cable is used for connecting remote places networks by means of fibre switch or fibre module
without much loss of signal.

MATERIAL
Optical Fibre Cable:
Dielectric & metallic sheath armoured multimode optical fibre cable for underground/ aerial
applications, fibres separated into binder groups inside a Industry standard 3mm gel filled buffer tubes
standard around a central strength member; water blocked with dry water blocking material, making
access & handling individual tubes easier & craft-friendly cable core; operating temperature of 40 - 700 C,
crush resistance of 44N/m.

Method of Construction:
As per the method of construction of PVC armoured cable. But these cables shall be tagged as “OFC” every
metre length & can be laid in trench side by side. For underground cable laying cable indicator mentioning
“Optical Fibre Cable” is a must. Mode of measurement: Executed quantity shall be measured on running
meter basis

B] CODES & STANDARDS

The following Codes and Standards shall be applicable for continuous performance of all electrical
equipment’s to be supplied, delivered at site, erected, tested and commissioned. The Electrical equipment’s
offered shall comply with the relevant Indian Standard Specifications, Fire Insurance Regulations, Tariff
Advisory Committee’s Regulations, and in particular to Indian Electricity Rules in all respects with all its
latest amendments up - to - date.For guidelines, few of the Indian Standards are indicated below: -

Page 254 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
IS 8084 / 1976 Interconnecting bus-bars for A.C. voltage above 1 KV up to &
including 36 KV.
IS 13032 / 1991 A.C. miniature circuit breaker board for voltage not exceeding
1000V specification.
IS 3043 / 1987 Code of practice for earthing.
IS: 3427 / 1997 A. C. metal enclosed switchgear & control gears for rated voltage
above 1KV up to & including 52 KV.
IS 3837 / 1977 Accessories for rigid steel conduits for electrical wiring.
IS 13947 / Part3 / 1993 Specification for low voltage switchgear & control gear.
IS 4615 / 1968 Switch socket outlets (Non – Interlocked type).
IS 5216 / Part1, 2 / 1982 Guide for safety procedure & practices in electric work.
IS 5578 / 1984 Guide for marking of insulated conductors.
IS 5820 / 1970 Specification for pre cast concrete cable covers.
IS 6381 / 1972 Specifications for construction & testing of electrical apparatus
with type of protection’s’.
IS 10322 / Part1, 2 / 1982 Specification of luminaries.
IS 103222 / Part3, 4 /1984 Specification of luminaries.
IS 10322 / Part5 (Sec 1, 2) / 1985 Specification of luminaries.
IS 13022 / Part 5 (Sec3 to 5) / Specification of luminaries.
1987
IS 13947 / Part1 / 1993 Specification for low-voltage switchgear & control gear.
IS 13703 / Part4 / 1993 Specification for low voltage fuses for voltages not exceeding
1000V AC or 1500 V DC.
IS 2551 / 1982 Danger notice plates.
IS 732 / 1989 Code of practice for electrical wiring installation.
IS 3854 / 1997 Switches for domestic & similar purpose.
IS 2309 / 1989 Code of practice for lightning protection
IS 2418 / Part 1 to 3 / 1977 Tubular florescent lamps for general lighting service.
IS 13032 /1991 AC miniature circuit breaker board for voltage not exceeding
1000V.
IS 2706 / Part 1 to 5 / 1992 Current transformers.
IS 15086 / Part1 / 2001 Surge arresters.
IS 13925 / Part1 / 1998 Shunt capacitors for AC power systems having a rated voltage
above 1000V.
IS 13118 / 1991 Specification for HVAC circuit breakers.
IS 374 / 1979 Ceiling fans.
IS 5578 / 1984 Guide for marking for insulated conductors.
IS 418 / 1978 Tungsten filament general service electrical lamp.
IS 694 / 1990 PVC insulated cable & cords for power / lighting.
IS 13010 / 2002 A.C. watt –hour meters.
IS 732 / 1989 Electrical wiring installation (up to 650V).
IS 10870 / 1984 Code of safety for hexane.
IS 1248 / Part 1 / 1993 Direct acting indicating instruments & their accessories.
IS 1248 / Part 2 / 1983 Direct acting indicating instruments & their accessories.
IS 1248 / Part 7 / 1984 Direct acting indicating instruments & their accessories.
IS 1248 / Part 9 / 1983 Direct acting indicating instruments & their accessories.
IS 1293 / 1988 3 pin plugs & socket outlets.
IS 1554 / Part1 to 3/1988 PVC insulated cables – heavy duty.
IS 13947/Part 1 to 5 /1993 Low voltage switchgear & control gear.
IS 1651 / 1991 Lead acid cell batteries.
IS 9537 / Part 5 / 2000 Conduits for electrical installation.
IS 2082/ 1993 Stationary storage type water heaters
IS 16242(PART 1)/ 2014 UPS/ Inverters of rating <= 5 KVA
Page 255 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
IS 13252(PART 1)/ 2010 CCTV cameras/ CCTV recorders
IS 1391(PART 1 & PART 2)/ 1992 Room air conditioners – PART 2 split air conditioners
IS 10617(PART 1)/ 1983 Water cooler – hermetically sealed type suction cooled
compressor with overload protection
IS 1475(PART 1)/ 2001 Self-contained drinking water coolers
IS 14724/ 1999 Water purifiers with UV disinfection
IS 10000/ 1980 Methods of tests for IC engines
IS 4722/ 2001 Rotating electrical machines
IS 1180(Part-1):2014,Level1, 2 Distribution transformers

Any other IS Codes As applicable at the time of execution over and above whatever stated above. Some of
the Rules framed under Indian Electricity Rules of 1956 and all amendments thereof more particularly
complied to:
35, 43, 44, 44-A, 45 (Part – I), 50, 51, 59, 61(a), 61(c), 62, 63 (2), 65, 66, 67, 68, 69 and 92 (2) used on
number basis. (i.e. each)

Page 256 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annexure - IV
(Schedule D)
ADDITIONAL SPECIFICATION FOR THE BRIDGE HEALTH MONITORING SYSTEM

Proposal for instrumentation and digital twin

1.1. Cable Stayed Bridge on completion will be required to be continuous monitored for the parameters
considered during the design stage and during operations / service. As the bridge is in the remote
location, the monitoring of the bridge will be difficult. The present system of monitoring of the
bridge periodically over the specified period will not meet the requirement to get status of the
bridge and will lead to accumulation of defects and failure of the structure.

1.2. Therefore, there is requirement of preparation of the digital twin of the cable stay bridge which is
subjected to instrumentation for continuous monitoring of the design and in-service parameters.
The digital twin will be based on the reduced based finite element modelling for faster and accurate
data analysis. One of the major benefits of dynamic monitoring is the possibility to exploit the
recorded data for the application of vibration-based damage identification techniques which are
extremely helpful for early-stage damage identification.

1.3. The instrumentation with digital twin provides a versatile platform for remote monitoring of
structures on a wide range of structural quantities; examples include but not limited to; strain
(stress), vibration, tilt, inclination, temperature, humidity etc.

Data to be Recorded.

2.1. Automatic Bridge monitor system using wireless sensors network is proposed. The system collects
the data from sensors and status is collected by the controller and transferred to wireless node.
This data at transmitter node is sent to the receiver node and is analyzed by the system. Analysed
data is sent to the management center for integration with the digital twin.

2.2. The following data will be recorded by the system.

2.2.1. Environmental Factors

2.2.1.1. Environmental conditions at the top of the pylon will be recorded by a weather station which will
measure ambient temperature, relative humidity, precipitation levels, barometric pressure, as well
as wind speed and direction. Wind speed and direction will also be measured at deck level, by an
ultrasonic sensor.

2.2.1.2. Factors affecting specific structural members will also be assessed. Relative humidity and
temperature inside the hollow sections of the deck structure will be measured by four
hygrometers, and the level of corrosion in the pylon base structure will be monitored by means of
embedded chloride ion and corrosion sensors.
2.2.1.3. In addition, seismic events, which could have a serious impact on the entire structure, will be
measured at the pylon base using 3D high-definition accelerometers in each leg plinth.

2.2.2. Load Factors

2.2.2.1 Natural vibrations will be measured by eight 3D-accelerometers, which will be capable of
relocation along the length of the structure to provide total coverage on a cyclical basis.

2.2.2.2. Traffic data will be recorded by laser analysers, enabling lane usage, average lane speed and vehicle

Page 257 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
classification are to be determined.

2.2.2.3. Traffic congestion, accidents and other anomalies will be captured by a video surveillance unit
featuring colour cameras, capable of recording 30 frames per second and night-time usage.

2.2.3. Bridge Structural Response

2.2.3.1. Strain in the pylon, compensated for temperature, will be measured by welded strain gauges, while
strain in the deck girders, also temperature compensated, will be measured by bolted strain
gauges.

2.2.3.2. Stay cable forces will be measured by electromagnetic sensors, weatherproof and
telecommunications shielded, on the longest, shortest and medium length cables of each set of
cables – two sets on the main span and one on the back span.

2.2.3.3. Cable vibrations will be recorded by 3D-accelerometers, which will be detachable to allow
relocation during and after the construction phase to assist in calculation and verification of
damping, as well as assessment of changes in harmonics during operation.

2.2.3.4. Tilt of the deck on each span and of the pylon (above and below the elbow) will be measured by
inclinometers, and displacement of the deck by strain gauges at the expansion joints.
Refer figure below:

Page 258 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Sr. No Description of item Codes Quantity
1 Inclinometer (inc) INC 2 NOS
2 Displacement sensors (dis) DIS 6 NOS
3 2d accelerometer (2dacc) 2DACC 168 NOS
4 3d accelerometer (3dacc) 3DACC 6 NOS
5 Strain Gauge (static) SG 15 NOS
6 Optical strain sensor on cable (ofs) OFS 12 NOS
7 Temperature sensor (ws) WS 2 NOS
8 Weather station (ws) WS 1 NOS
9 Speed trap cameras (stc) STC 2 NOS
10 Weigh in motion camera (win) WIN 2 NOS.
11 Corrosion sensors (cs) CS 5 NOS
12 Data acquisition system (dau) DAU 1 NOS
Note: The above quantities mentioned are indicative, however final quantitites shall be based
on Contractor’s own design with approval from the Authority’s Engineer.

SENSOR PURPOSE LOCATION

Bridge deck or at the top of


Natural frequencies and vibration of
Tri-axial Accelerometer pylon for cable stayed
the Bridge element
bridge
To measure linear displacement at a
Displacement Sensor Expansion joints, bearings
location
Strain Gauge Strain Measurement Pier, Bridge deck

GPS Location Measurement Top of pylon

Inclinometer Inclination of Pyre, Pylon Pier, pylon

Temperature of concrete and steel


Temperature Sensor Pier, deck, pylon
structure

Corrosion Sensor Amount of corrosion Deck, pier and pylon


To measure ambient temperature,
Weather Monitoring Station humidity, wind speed, wind direction Top of arch/ pylon
and amount of rainfall
To measure level of pier caps and
Level Monitoring Prisms Pier, pylon
bridge deck

Used to measure traffic intensity and


Weigh in Motion Camera Bridge deck
axel to axle distance of Vehicles

CCTV Camera Traffic monitoring Bridge deck

3. Data Transfer from the Master Station to the Local Data Server

3.1. The data connection between the master station on the bridge and the bridge operator’s control
room is by means of a wireless LAN bridge using a private static IP. This can operate over a distance
of four to five kilometers. This system enables real-time data transmission, independent of mobile
telecommunication service providers.

Page 259 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

3.2. Data presentation is controlled by a local monitoring data server in an office of the client’s choice.
Since the server is connected to the internet and the data transfer from the master station on the
bridge to the server is wireless, the location can be freely chosen.

3.3. All data received from the master station is stored permanently on two independent hard discs to
prevent data loss in case of disc failure.

3.4. The server is also capable of processing, managing and presenting data from any other permanent
monitoring system that might be connected in the future.

4. Web User Interface

4.1. The user interface enables an authorized user to log on to the system, and view any data which
may be of interest, for any period of time during which measurements were made (Figures 5 to 7).
It also enables the user to input condition and event values and, if necessary, instructions for
personnel. PIU office is one of the prime user for monitoring.

4.2. Information is presented in a user-friendly and simply understandable format. High frequency data
is displayed in clear graphics (e.g. mimic panel format).

4.3. The user can also instruct the system to provide an alarm if predefined threshold values of any
variable are exceeded. Such alarms can take the form of a visual notification on a monitor, or an
email or SMS to a selected person. This user interface is accessible at any time, from anywhere in
the world with an internet connection.

4.4. Control system interface of BHMS to be provided at inspection bungalow and at authority office.

5. Report Generation

5.1. A data file with summarized results is automatically generated and stored on the hard disc at the
end of each month. This report file summarizes the month’s data on environmental conditions,
bridge behaviour and bridge performance. If desired, the reporting period can be adjusted to cover
shorter or longer intervals.

5.2. The generated reports are presented in PDF format, and are password protected for security. For
each report, two emails are sent to a previously defined list of recipients - one with the report and
the other with the corresponding password.

6. Delivery of the Monitoring System

6.1. Smooth delivery, installation and operation of the system are ensured by several measures. First,
the system will be pre-assembled in the factory to enable a test of every component and of the
whole system to be carried out. This also includes the initial calibration of the sensors, the creation
of quality control documentation and final updates of pre-installed PC and server operating
systems.

6.2. Following installation of the system (taking approximately 16 weeks), final calibration of all
sensors and a function test of the complete system are carried out. This includes, for example,
checking of the horizontal fixation of tilt sensors, subtraction of static offset values of

Page 260 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
accelerometers and similar tasks. It also includes the initial operation of the operator’s
workstations.

6.3. Operation and maintenance training is then carried out, in relation to the monitoring system on
the bridge, the web interface and the user interface in the monitoring office. Maintenance tasks
performed by the bridge owner’s personnel include, for example, software updates, replacement
of batteries and general visual inspection of components. The operation and maintenance manual
define the relevant tasks.

6.4. Finally, a comprehensive maintenance package is included, for a period of five years from
completion of installation.

7. Digital Twin

7.1. The digital twin will be prepared using reduced based finite element analysis for real time
monitoring of the forces structural members by using software like Akselos or equivalent. The
data from the calibrated instrumentation will be integrated with the digital twin to record and
compare the response of the structural members thereby bridge in particular.

8. Maintenance of BHMS System:

8.1. BHMS system should be maintained for 10 years. The contractor should assign dedicated person
for monitoring, collection and record of all data from time to time. Data thus obtained should be
maintained throughout the maintenance period (10 years) and handover everything to the
Authority at the end of the Maintenance period.

9. All sensors shall be rigidly connected to the structure, be protected against dust, water and
mechanical wear. All sensors shall be installed in a manner that the X-axes being in the direction of the
bridge, the Z-axes is in vertical direction and Y-axis is in the cross-bridge direction.
10 Minimum Protection Rating
Minimum protection rating of IP67 shall be provided for all internal components (e.g. sensors,
loggers, other hardware, cabling, interfaces, seals, glands, etc). Minimum protection rating of
IP67W shall be provided for all external components. All external components shall be suitable
for a marine environment. If the component itself does not have sufficient protection rating,
then protection shall be designed and installed so that the component has equivalent
minimum protection rating. Cabinets may be designed and installed to provide equivalent
minimum rating. Data cabling running external hall be protected against damage from wind
and UV.
11 Durability
All equipment shall be of high quality and robust construction, and capable of resisting
accidental damage. Accidental damage is a particular risk during bridge construction since
sensors, cabling and other hardware shall be installed during fabrication and before site
assembly. Appropriately designed and installed cabinets shall be provided for all data-loggers
and hardware. Cabinets shall be secured to the structure, shall have no leverage points, shall
be fitted where possible with anti-tamper fixings and shall be provided with locks to prevent
opportunist theft. Liaison with the bridge structural designers shall be required. Appropriately
designed and installed cable ducts and cable-trays shall be provided for all data and power
cables. All local data cabling shall have dedicated routing to minimize noise. Liaison with the
bridge structural designers shall also be required.
12 Vibration
Bridges are dynamic structures that experience continuous vibrations due to wind, traffic, etc.
All components (e.g. sensors, loggers, other hardware, cabling, interfaces, seals, cabinets,
ducts, fixings, connections, etc) shall be designed and installed with due consideration of
continuous structural vibrations including:
➢ low frequency large amplitude vibration of the whole bridge

Page 261 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
➢ high frequency small amplitude vibration of the local structural element
➢ The components shall withstand earthquake vibrations and shock of the bridge
structures.
13 Protection from Birds
Where practical, all external sensors shall be protected against interference from birds
including direct contact and bird droppings. Provided protection shall not interfere with the
operation and readings of the sensors, nor shall it interfere with structural behaviour or
services provided on the structure e.g. gantries.
14 Electrical Protection
All components shall be provided with sufficient protection against electrical surge from
power fluctuations and lightning strike. Protection can be in the form of lightning finials,
power-surge fuse circuits (switch-based), optical bridges, etc.
Lightning finials shall be provided to all booms and masts provided for BHMS components.
Lightning finials shall be connected to the bridge structural steel. The path for the electrical
surge shall be capable of transferring the surge without deterioration to the instrumentation
or structural components.
Data-cables from sensors installed on all booms and masts, as well as installed externally at
the tower tops, shall be isolated from the remainder of the BHMS system and provided with
lightning protection fuses.
All data-loggers and hardware shall be provided with power-surge fuse circuits.
15 Power Supply
Power shall be supplied to the BHMS from a dedicated power supply, to be arranged by the
Contractor including power connection from HPSEBL as part of the general services to the
bridge. Sensors shall be powered from the loggers. Loggers shall be plugged into cabinet-
sockets within the appropriately designed and installed secure and appropriately rated
cabinets. Cabinet-sockets shall be fed from a power cable connected to the dedicated power
supply. The power cable shall be connected to the power supply with unique plugs to connect
to unique sockets that shall only be capable of receiving plugs from the BHMS system. The
unique sockets shall be located in appropriately designed and installed power-supply-
cabinets. The unique sockets and power-supply-cabinets, and unique plugs, are to be provided
by others responsible for providing the power supply. If transformers are required these are
to be provided with the loggers.
UPS shall be supplied to all loggers. The UPS shall ensure a minimum of 6hrs operation of the
sensors and loggers in the event of power interruption. The UPS shall charge from the power
supply when power supply is not interrupted.
16 Fixings to Main Structure
The attachment of any component to the structure shall not damage the structure or protective
system (e.g., paint system or similar). If the removal of the protective system is necessary for
installation, then the protective system shall be re-instated after installation.
Components that are in contact with the structure shall not induce corrosion of the structure
or sacrifice existing bimetallic protective coatings.
NOTES:
* A weigh-in-motion system will be installed outside the bridge structure and will be part
of an independent system to provide data to support the analyses, as described in section
7.
** Details of the fixations of the cable accelerometers shall be specified during the detailed
design phase.
*** Details of the fixations of the cable extensometers shall be specified during the detailed
design phase.
The preliminary location of the sensors and the Data Acquisition Units can be shown in
Detailed GAD.
The exact locations will be described as part of the detail design by the contractor

Page 262 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
17 Weight In Motion System (WIMS)
WIMS data shall be sent as a live data-stream to the BHMS FTP. WIMS shall be installed to each
lane at each end of the bridge. WiM data shall include:
➢ Time of passage of first axle
➢ Vehicle classification
➢ Weight of vehicle
➢ Length of vehicle
➢ Speed of Vehicle
➢ A data record shall be provided for each vehicle.
18 3D Accelerometer
3D accelerometer for the measurement of ground motions.
Sensor Type Capacitive
Acceleration Measurement Range -/+5 g
Frequency Measurement Range DC to 25Hz
Resolution 100 micro-g
Accuracy <+/-100 micro-g
Environmental Requirements Suitable for exposure in marine environments
Operating Temperature -20 to +60 degC
Operating Humidity Range 0 to 100%
Precipitation Operation maintained to 300mm/hr
Power Supply 24 VDC
➢ The accelerometer shall be rigidly connected to a solid mass founded solid in the ground
on load carrying material to only measure the ground motion.
➢ Data is to be provided in m/s2.
➢ The X-axis shall be aligned horizontal along the longitudinal axis of the bridge towards
Kalyani; the Y-axis shall be transverse to the longitudinal axis of the bridge; the Z-axis shall
be aligned vertical upwards.

20 Extensometers at cables
Extensometers for measurement of relative movement of the cables.
Sensor Type Electronic Distance Measurement (EDM) Linear
potentiometer Inductive sensors (LVDT)
Measurement Range -600 to 600mm
Resolution 0.3 mm
Accuracy <+/-0.3 mm
Environmental Requirements Suitable for exposure in marine environments
Operating Temperature -20 to +60 degC
Operating Humidity Range 0 to 100%
Precipitation Operation maintained to 300mm/hr
➢ Data shall be provided in mm.
➢ The extensometer shall be installed perpendicular to the cable in the direction of the
bridge.
21 Extensometer at expansion joint
Extensometer for measurement of relative movement at expansion joints.

Sensor Type Electronic Distance Measurement (EDM) Linear


potentiometer Inductive sensors (LVDT)
Measurement Range -800 to 800mm
Resolution 0.3 mm
Accuracy <+/-0.3 mm
Page 263 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Environmental Requirements Suitable for exposure in marine environments
Operating Temperature -20 to +60 degC
Operating Humidity Range 0 to 100%
Precipitation Operation maintained to 300mm/hr
Data shall be provided in mm.
The X-axis shall be aligned horizontal along the longitudinal axis of the bridge. An increase in
expansion joint spacing shall be represented by a any change in value.
22 Structural temperature sensor
Structural temperature sensor for the measurement of temperature of the structure.
Sensor Type No specific requirement, e.g. RTD
Measurement Range -20 to +60degC
Resolution 0.1degC
Accuracy <+/-0.1degC
Operating Temperature -20 to +80 degC
Survival Temperature +250 degC
Operating Humidity Range 0 to 100%
The data cable shall pass through the deck without damaging the waterproofing layer. Data is to
be provided in deg C.
23 Weather station - Tri-axial Sonic Anemometer
Tri-axial sonic anemometer for the measurement of wind characteristics. Wind velocity data shall
be provided in m/s and direction shall be provided in degrees.
The anemometer and mast are to be designed for an ultimate limit state condition of 100m/s
factored wind speed. The mast is to be designed to minimize inference to readings from vibration
and shall be designed for the manufacturer's minimum requirements. If the dynamics of the
supporting structure exceeds the manufacturer's minimum requirements or the performance
requirements, then a tri-axial accelerometer shall be added, or the tip of the mast shall be stayed.
All power and data cables shall be fed where practicable through the center of the posts. Where
power and data cables are to be fed externally down posts, these are to be arranged in a spiral and
secured regularly. Power and data cable arrangement shall be subject to the approval of the BHMS
designer.
Sensor Type Ultra-sonic
Measuring Parameters Measurement in 3 orthogonal directions U, V and W. U is to be aligned
parallel to the deck alignment, W is true vertical upwards, leaving V as
perpendicular to the bridge alignment.
Speed of Sound C 340 m/s
Wind Speed Range 0 to 65m/s
Wind Speed Resolution 0.01 m/s
Wind Speed Accuracy <+/-1% RMS
Wind Direction Range Full 3D: 0 to 360degs in plan, -90 to 90degs vertically
Wind Direction Resolution 1 degs
Wind Direction Accuracy <+/-1 degs
Gust Survival Wind Speed 100 m/s
Environmental Requirements Suitable for exposure in marine environments
Operating Temperature Range -20 to +60 degC
Operating Humidity Range 0 to 100%
Precipitation Operation maintained to 300mm/hr
The anemometer shall be installed on a stiff mast on top of tower P3. The anemometer is to be
positioned between 5m and 10m above the tower. The final offset shall be established, based on
the completion of the bridge wind studies. The mast, local supporting structures and ancillaries
must not interfere with the free-flow wind field being measured, nor with the operation of the
tower maintenance gantries. The mast shall be designed so that the anemometer can be accessed
from a latter on the mast including fall guards.
24 Weather station - Air Temperature Sensor
Air Temperature Sensor for the measurement of air temperature of external conditions.
Sensor Type PT-100 RTD including radiation shield
Page 264 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Measurement Range -20 to +60degC
Resolution 0.1degC
Accuracy <+/-0.5degC
Environmental Requirements Suitable for exposure in marine environments
Operating Temperature -20 to +60 degC
Operating Humidity Range 0 to 100%
Precipitation Operation maintained to 300mm/hr
The air temperature sensor shall be positioned at sufficient distance from surfaces so that readings
are not affected by surface heat emission and heat reflection, particularly from the main cable and
deck surfacing.
Data is to be provided in deg C.
25 Weather station - Hygrometer
Hygrometer for the measurement of relative humidity of external conditions.
Sensor Type Capacitance including radiation shield
Measurement Range 0 to 100%
Resolution 0.5%
Accuracy <+/-2%
Environmental Requirements Suitable for exposure in marine environments
Operating Temperature -20 to +60 degC
Operating Humidity Range 0 to 100%
Precipitation Operation maintained to 300mm/hr
The hygrometer shall be positioned at sufficient height above horizontal surfaces so that readings
are not affected by local ponding, splash, and spray. The hygrometer shall be positioned at
sufficient distance from water-related services so that readings are not affected by breaks of
service equipment or use of the services.
Data is to be provided in %Relative Humidity.
26 Weather station - Barometer
Barometer for the measurement of air pressure.
Sensor Type No specific requirement
Measurement Range 600 to 1100 hPa
Resolution 1hPa
Accuracy <+/-1hPa
Environmental Requirements Suitable for exposure in marine environments
Operating Temperature -20 to +60 degC
Operating Humidity Range 0 to 100%
Precipitation Operation maintained to 300mm/hr
Data is to be provided in hPa.
27 Weather station - Rain Gauge
Rain gauge for the measurement of rainfall.
Sensor Type E.g., Tipping bucket with reed-switch to WMO specification
Measurement Range 2cm3 volume of tipping buckets
Measuring Surface 200cm2
Resolution 0.1mm per tip
Accuracy <+/-5%
Environmental Requirements Suitable for exposure in marine environments
Operating Temperature -20 to +60 degC
Operating Humidity 0 to 100%
Range
Precipitation Operation maintained to 300mm/hr
The rain gauge shall be positioned at sufficient height above horizontal surfaces so that readings
are not affected by splash and spray. It shall be positioned so that readings are not affected by
water-run and drip from nearby structures. It shall also be positioned at sufficient distance from
water-related services so that readings are not affected by breaks of service equipment or use of

Page 265 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
the services.
Data is to be provided in mm/hr.
28 Level monitoring prism
Prism for periodic level monitoring. They shall be rigidly connected to the point of interest.
Reference prism on ground can be beneficial.
29 2D Inclinometer
2D inclinometer for the measurement of inclination of deck, and tower P1 and P2
If the sigicom type is used the inclinometer shall be constructed by a Extensometer and a
pendulum, see figure 3. The mass and resistance of the extensometer will determine the maximum
response frequency and the upper arm of the pendulum will define the resolution and range.
Sensor Type Force balance or gravity referenced servo
Inclination Measurement Range -/+10 degrees
Frequency Measurement Range 0 to 5Hz
Resolution 0.001 degrees
Accuracy <+/-0.001 degrees
Operating Temperature -20 to +60 degC
Storage Temperature Range -20 to +60 degC
Operating Humidity Range 0 to 100%
Power Supply 24 VDC

Figure 6. Inclinometer constructed from Extensometer Data shall be provided in degrees.


30 2D Accelerometer
2D accelerometer for the measurement of bridge deck dynamics.
Sensor Type Capacitive
Acceleration Measurement Range -/+2 g
Frequency Measurement Range 0.1 to 25Hz
Resolution 1000 micro-g
Accuracy <+/-1000 micro-g
Environmental Requirements Suitable for exposure in marine environments
Operating Temperature -20 to +60 degC
Operating Humidity Range 0 to 100%
Precipitation Operation maintained to 300mm/hr
Power Supply 24 VDC
The accelerometer shall be rigidly connected to the structure, so that only accelererations
origination from the global structure are measured.

Page 266 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Data is to be provided in m/s2.
The X-axis shall be transverse to the longitudinal axis of the bridge; the Y-axis shall be aligned
vertical upwards.
30 Hardware and other items
The hardware of the BHMS shall be based on remote field monitoring units of the type Sigicom or
similar.
The Data Acquisition Units, DAUs, shall be a local collection of various signals from an array of
sensors. The primarily function of the DAU is to convert signals to engineering data, limit the
analogue cabling, work as a running buffer of data, and finally be wirelessly connected to the
Internet through a GSM connection.
The DAUs shall include:
• Temporary data storage;
• Analog to Digital converter (AD-Converter);
• Amplifier.
• Initial data analysis.
• GSM connection
Four (4) DAUs shall be placed respectively at the west abutment (1), navigational span (2) and east
abutment (1).
All data shall be sampled with minimum 16-bit resolution.
DAUs shall be provided with data storage capability for temporary data storage in the event of
connection failure to the FTP-server. Sufficient data storage shall be provided for 24hrs of data
collection. Data collected in the temporary data store shall not be overwritten once the data store
is full. The data store shall be cleared once data has been transferred to the FTP- server. The data
store shall only be cleared once successful data transfer is confirmed. Data that is stored shall not
be lost in the event of complete power failure and DAU shutdown.
The system architecture shall allow the organized memory to be utilized for maximum efficiency.
Data processing shall be performed on near real-time operating systems assigned to dedicated
cores.
31 BHMS FTP-Server
The BHMS FTP-server shall be provided with data storage capability for data storage for all raw
data and processed data (e.g. history data, rainflow count data, event data, etc).
Typically, BHMS data is required for analysis many years after it is created. Appropriate
management of BHMS data in the long-term is therefore essential to ensure that maximum benefit
is gained from the BHMS in the long-term.
32 Software
Well-proven software solutions, such as the one associated with Sigicom units or similar, for
storing data, viewing data, retrieving data, sending alarms when threshold levels are exceeded,
reporting data and having an overview of the status of the different sensors installed shall be used.
If necessary, the software shall be customized to meet all the technical requirements of the BHMS
to be developed during the detail design phase of the project. The abovementioned software shall
as minimum perform as the InfraNet Manager from Sigicom.
In addition to the above software, Microsoft Excel shall be used to analyse monitoring data
following the Data Evaluation strategy described in section 7, via Visual Basic Macro programming.
33 DATA EVALUATION
This section describes the analyses to be performed with the monitored raw data to obtain relevant
information to fulfil the system's objectives.
This section shall be read in conjunction with Appendix A "Mathematical formulation for data
evaluation analyses ".
34 Summary of statistical values

Page 267 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Statistical values will be calculated to summarize all monitored parameters.
At a minimum, the statistical values defined in Appendix A will be calculated for all sensors
following an hourly time discretization.
In addition to this, in the case of acceleration data, a Fast Fourier Transform (FFT) will be applied
to monitored time series to characterize the frequency content of the signals and determine the
natural frequencies of the monitored components. The calculated spectrums will be saved every
hour.
Relevant peak frequencies (maximum 5 frequencies) will be automatically found and stored in a
table for statistical records. The table shall be organized so that frequency peaks can be compared
to the theoretical fundamental frequencies for the structure/component the sensor is mounted to.
In order to ensure that the identified frequencies do correspond to the natural frequencies of the
monitored components, only peak frequencies within +/- 5% of the theoretical design frequencies
shall be considered.
35 Cable force assessment
To complement strain/force estimations derived from the readings of the extensometers mounted
on cables, the calculated natural frequencies of the monitored cables will be used to estimate cable
forces following the formulation.
• During bridge construction phase (Temporary):
• Accelerometers on cables: Vibration frequency and force in cable
• 3D structural accelerometers at deck: Measuring frequencies of deck vibration and
determining natural frequencies.
• 2D Inclinometers at pier: Inclination of pylon during construction phase
• 2D Inclinometers at deck: Inclination of deck during construction phase
• Air temperature and humidity: For correlation with structural parameters
• During the bridge’s service life (permanent):
Accelerometers on cables: Vibration frequency and force in cable
3D structural accelerometers at deck: Measuring frequencies of deck vibration and determining
natural frequencies.
2D Inclinometers at pier: Inclination of pylon during construction phase
• 2D Inclinometers at deck: Inclination of deck during construction phase
• Air temperature and humidity: For correlation with structural parameters
• During the bridge’s service life (permanent):
• Accelerometers on cables: Vibration frequency and force in cable
• Structural accelerometers at pier and deck (2D and 3D): Vibration frequency
• 2D Inclinometers at pier: Inclination of pylon when bridge in service
• Displacement sensors at expansion joint: Movement of deck at its end
• Wing-speed and direction at piers and deck: For correlation with structural parameters
• Air temperature and humidity: For correlation with structural parameter
The cable monitoring part of BHMS or SHMS shall be designed with accelerometers on cables to
ensure no distortion of structures load distribution due to thermal, traffic, seismic or any other
forces and to provide data on the cables damping coefficients and remaining service lives.
The BHMS shall be designed to continuous record the dynamic movements and stresses in the
bridge, along with environmental forces.
The contractor shall preferably procure pre-integrated sensors in the factory into the key
structural components to optimize data.
The sensors shall be replaced after worn down, reduction of errors, reduction of sensor
maintenance, reduction in frequency of inspections etc. and the same shall be updated with new

Page 268 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
technologies.
The new sensors consist of mechanical displacement sensors with a rotational joint shall be
installed at bearings etc. to take all movements.
The locations and number of sensors shall be examined and decided by the Authority Engineer
keeping in view of international practices being adopted.
Installation of strain gauges with DIC sensor (Digital Image Correlation) shall be installed in deck
of the bridge.
Corrosion in the pylon base structure is supervised by embedded chloride ion sensors and
embedded Corrosion sensors.
Traffic analysis by laser analyser for the calculation of lane usage, average lane speed and vehicle
classification are installed to log traffic influence to the structure (two for each traffic lane).
A Video traffic surveillance system is installed for detection of accidents, queues anomalous
behaviours by use of 30 frames per second. The chosen colour cameras are capable of nighttime
usage (two for each lane).
Software operating system is to be based on Linux software. Manuals for BHMS are to be provided
in electronic format (PDF) and also on hard copy. The user manual and all other manuals are to be
in English.
The firm shall provide the required technical/ non-technical staffs during the construction and
maintenance periods.
The electrical equipment’s shall be suitably designed for voltage 415V, AC, 50 Hz for 3 phase units
and 230V, AC, 50Hz for single phase unit.
• Generally, following sensors will be installed:
• Magneto elastic Force Sensor
• Wind/Weather Measurement
• Wind Measurement
• Structural Temperature, concrete
• Structural Temperature, steel
• Temperature and humidity sensor
• Seismic Measurement
• Corrosion Sensor, concrete
• Acceleration Measurement, stay cables.
• Acceleration Measurement
• Traffic Monitoring
• Traffic Analysis
• Temperature Compensated strain, bolt able
• Temperature Compensated strain, glue able
• Tilt of the deck
• Pylon tilt
• Displacement of the deck at the expansion joints.
• The following provisions shall be installed as stated in the tabular form below:

Page 269 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annexure – V
(Schedule-D)
Additional Specifications for Mobile Bridge Inspection Unit (MBIU)
1. One unit of Mobile Elevating steel work platform shall be provided for the project having
specifications as –
a) Folding type / scissor type ladder / lift – hydraulic / mechanical
b) Platform capacity 4 person / 400 kg
c) Height – can be work / inspect the bridge components of height / depth up to 100m.
d) Fitted on truck
e) Lift can be operated on batteries
f) Platform shall have proper railings / grills for safety of workers & inspecting person.
2. The unit shall be provided before completion of project and shall be maintained till the end of
maintenance period and shall be handed over to client in good working condition on completion
of maintenance period. All operating, maintaining expenses including manpower (driver,
operator), software, hardware, if any, fuel, oil charges shall be borne by concessionaire for full
period of maintenance. The unit shall be ready at any time (within 4 hours of notice from client)
for inspection & maintenance. The unit shall be kept near bridge in maintenance yard or at the
location suggested by client. Safety of vehicle & manpower, equipment, machinery, its insurance,
taxes etc. will be concessionaire’s responsibility.

Page 270 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annex -VI
ADVANCED TRAFFIC MANAGEMENT SYSTEMS (ATMS)
(Functional and Technical Specifications)
The Specifications and Standards as contained in this Annexure – III of Schedule D shall be applied in
addition to Manual (IRC: SP: 84-2019 as per the clause 12.14), with all amendments and additions to till
date.

Page 271 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Abbreviations
The following abbreviations shall refer to the words presented hereunder throughout Particular Technical
Specifications:

Acronym Definition Acronym Definition


ANPR Automatic Number Plate Reader LED Light-emitting Diode
Mean Cycle Between
ANSI American National Standards Institute MCBF
Failures
Ministry of Road
API Application Programming Interface MoRTH Transport and
Highway
Moving Picture
ATCC Automatic Traffic Counter and Classifier MPEG
Experts Group
Mean Time Between
ATMS Advance Traffic Management System MTBF
Failures
ATS Automatic Transfer Switch MTTR Mean Time to Repair
CCD Charge Coupled Device NH National Highway
National Highways
CCTV Closed Circuit Television Authority
Authority of India
Network Time
CIF Common Intermediate Format NTP
Protocol
Complementary Metal-Oxide- Video Recording
CMOS VRS
Semiconductor Server
Carrier Sense Multiple Access with Operation and
CSMA/CD O&M
Collision Detect Maintenance
D/D Detailed Engineering Design OD Origin/Destination
ONVIF Open Network Video
DC Power Direct Current Power
Interface Forum
DCT Discrete Cosine Transform P/Q Prequalification
DDR Dual Data Rate PA Parking Area
Private Branch
DEG Diesel Engine Generator PBX
Exchange
Physical Coding
DLP Defects Liability period PCS
Sublayer
DSF Dispersion- Shifted Fibre PCU Passenger Car Unit
Power Distribution
ECC Error Correcting Code PDB
Board
Project
ECS Emergency Call System PIU Implementation
Unit
Project Management
EIRP Equivalent Isotropically Radiated Power PMU
Unit
Point – to – Point
EIRR Economic Internal Rate of Return PPP
Protocol
Pan, Tilt, and Zoom
PTZ
(function)
ETC Electronic Toll Collection PVC Polyvinyl Chloride
Quarter Common
European Telecommunications
ETSI QCIF Intermediate
Standards Institute
Format
Redundant Array of
F/S Feasibility Study RAID
Inexpensive Disks
FOC Fibre Optic Cable RFP Request for Proposal
Synchronous Digital
FON Fibre Optic Node SDH
Hierarchy
Standard-definition
FTP File Transfer Protocol SDTV
Television
Subscriber Identity
GBIC Gigabit Interface Converter SIM
Module
Simple Network
GPRS General Packet Radio Service SNMP
Management
Page 272 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Acronym Definition Acronym Definition
Protocol
Global System for Mobile Simple Network
GSM SNTP
Communications Time Protocol
Transmission
HDTV High-definition Television TCP
Control Protocol
Transport
HTTP Hypertext Transfer Protocol TEDI Engineering Design.
Incorporated
Traffic Monitor
IC Interchange TMCS
Camera System
Traffic Management
IC Card Integrated Circuit Card (ICC) TMC
Centre
Indian Highway Management Company Toll Management
IHMCL TMS
Limited System
IP Internet Protocol TOR Terms of Reference
Travel Time
Internet Protocol - Private Branch
IP-PBX TTMS Measurement
Exchange
System
International Organization for User Datagram
ISO UDP
Standardization Protocol
Uninterruptible
IT Information Technology UPS
Power Supply
ITS Intelligent Transport System
Video Incident
IMS Incident Monitoring System VIDS
Detection System
International Telecommunication Union
ITU-R VoIP Voice over IP
– Radio communications Sector
International Telecommunication Union
Vehicle Speed
ITU-T - Telecommunication Standardization VSDS
Detection System
Sector
JPEG Joint Photographic Experts Group
LAN Local Area Network

Page 273 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Section 01 General Requirements
1. Background
This document is a part of a set of documents to facilitate Authority for implementation of the
Advanced Traffic Management System on National Highways. Government of India, Ministry of
Road Transport and particularly, Authority have taken the initiative to provide guidelines for
ATMS implementation in the past and the references can be found in IRC:SP:87-2019 (Manual of
Specification and Standards for Six-laning of Highways through PPP), IRC:SP:84- 2019 (Manual of
Specification and Standards for Four-laning of Highways through PPP), and MoRTH Specification
for Road and Bridge Works (5th Revision) etc. As these references focused broadly on road
infrastructure development, this document is focused mainly on implementation of
comprehensive and integrated Advanced Traffic Management System (ATMS) on National
Highways to serve the desired purpose of Intelligent Transportation Systems meant to deliver
tangible service to address the road safety.
An efficient and integrated Advance Traffic Management System shall be a proactive tool to assist
Authority in achieving MoRTH’s vision “To make the transport on roads efficient, safe, and
sustainable. To reduce the fatalities on roads by half compared to 2010 reported deaths.”
The Ministry is also working to improve the quality of accident data collection with use of IT based
systems which would also help in getting the real-time causative analysis of the road accidents. It
will be prudent to implement Intelligent Transportation system to enhance road safety and
effective incident management.
The ATMS system envisaged by the National Highways Authority of India (Authority) is to make
use of Intelligent Transportation System (ITS) as an effective tool to enhance road / user /
commuter safety by:
• Early detection of incidents and provide early warning to road-users for accident prevention,
• To save lives by enabling the victim to be rescued within the golden hour, and
• Efficient traffic management during incident management.
• Maximizing traffic throughput on the highway
The objective of ATMS envisaged by the Authority to make road travel efficient and sustainable by
enabling rapid clearance of traffic congestion with efficient incident detection & management,
provide real-time valuable travel advisories and enhancing traveller journey experience, and
provide Stress-free travel by supporting effective and reliable accident / incident management,
reliable enforcement, and useful travel advisories.
The ATMS system has been designed to assist the Authority in substantial reduction in accidents
due to early incident detection and warning, saving of human lives within the ‘Golden hour’. The
ATMS system shall assist in reduction of traffic congestion incidents there by improvement in
average travel time (within speed limit) by 20-30% and high level of enforcement leads to
significant reduction in over-speeding.
The basis of selection of Sub-systems & placement of Key ATMS Components shall be based on the
multiple site surveys that shall be conducted by the EPC Contractor with Authority Engineer and
Authority team in coordination with the concerned Police department and other stakeholders.
Black-spots shall be identified during the surveys and crucial sub-systems to monitor & alert the
users shall be proposed.
The system shall intelligently monitor the entire stretch of the expressway with the help of PTZ
surveillance cameras and video incident detection system. The system shall automatically detect
any incident on the highways/expressways and alert the route patrol team/rescue team about the
incident, hence the incident management module of the system shall be able to reduce the response
time and help the rescue team to provide the required assistance to the accident victims within the
Golden hour. Early detection of incident shall enable the rescue teams in providing appropriate
warnings to the road users about the incident and early action to clear the obstacles from roads to
prevent further incidents and reduce congestion due to the incidents.
The work shall include Design, Supply, Installation, Testing, Commissioning, Configuration, System
Integration and Maintenance of Advance Traffic Management System (ATMS) on the National
Highway.
The project shall be a complete turnkey solution with provision of skilled resources at all locations
for operations.

Page 274 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
This Document describes functional requirements envisaged by Authority. In addition, the
minimum technical specifications have been prescribed in this document, wherever indispensable.
The EPC Contractor is responsible for the design of complete project and the system architecture
as per the best industry practices, to deliver state-of-the-art solution to Authority. Any
consideration affecting safety, security, redundancy, and compliance to stipulated provision
prescribed by government authorities is the responsibility of the EPC Contractor and shall be duly
taken care of to ensure adherence to minimum functional and technical requirement stipulated in
this document as well as the SLA parameters.
2. Scope of work
a. The ‘EPC Contractor’ hereafter may be called as ‘Contractor’ or ‘System Integrator' shall
conduct the field survey, preparation of design drawings and supply of ATMS equipment and
materials, spare parts, test equipment, tools and materials, factory inspection (inspection of
equipment & materials upon delivery), training, transportation and site delivery, construction
and installation, preparation of as-built drawings, testing and commissioning, Operations and
Maintenance of the ATMS project.
b. The scope of the works under this Docuemnt is deployment of Advance Traffic Management
System (ATMS) including the Digital Transmission System, on Turnkey basis by the EPC
Contractor and Manitenance for a period as specified in the Contract Agreement.
c. The EPC Contractor shall set up the control center and sub-centres in the space provided by
Authority for the same. The control center and sub-centres, having minimum 250 sqm plinth
area, shall include Operation room (suitable to accommodate the video wall and ATMS
operators workstations such that the minimum distance between video wall and first row of
workstation is minimum 3 meters), Server room, UPS room, Spare room, Incharge cabin,
Authority cabin, Authority Engineer cabin, pantry, toilet, etc of suitable size to accommodate
the equipment and staff requried for the project. The scope of civil works, interior works, MEP
works, for construction and setting up the Control centre and sub-centres, including all related
electrical, lighting, electrical connection, DG set, power backup, HVAC works, access control,
building CCTV, PTZ cameras outside building, firefighting system, alarm, fire extinguishers,
raised floor, housekeeping, building cleaning, maintenance, reccuring charges including
electricty bills, telephone bills, DG fuel, servicing, security, etc. shall be decided by the EPC
Contractor.
d. The EPC Contractor shall also undertake the works that are not specifically mentioned in this
Document and in the reference Drawings but essential for the efficient implementation and
operations of the ATMS.
e. The requirements stated herein shall be construed as minimum requirement and meeting the
respective requirements shall not relieve the EPC Contractor from the responsibility of
supplying the ATMS that functions efficiently as a system and carry out its Maintenance for a
period as stipulated in the Contract Agreement.
f. The EPC Contractor shall check and review the design and this document prepared by the
Authority, and execute the supplemental and/or additional and/or detailed design work as
necessary at the EPC Contractor’s cost and time, so that the EPC Contractor will supply and
deliver the workable Advanced Traffic Management System (ATMS) which will suit the
intended purpose when completed. The EPC Contractor shall promptly notify the Authority
and the Authority Engineer (appointed by Authority for supervision of the ITS/ATMS works),
of any error, omission, fault or any other defect in the design of or this Document for the Works
which he discovers when reviewing the Contract Documents or in the process of execution of
the Works or during the Operation & Maintenance Phase.
g. The EPC Contractor shall provide the entire system and facilities on a “single responsibility”
basis such that the Contract Price covers all EPC Contractor’s obligations mentioned in or to
be reasonably inferred from this documents in respect of the design, manufacture,
procurement, construction, installation, adjustment and testing of the Works and remedying
any defect therein. This includes all requirements under the EPC Contractor’s responsibilities
for testing and commissioning of the systems and facilities, and where required by this
document, the acquisition of all permits, approvals and license, etc.; the training services and
such other items and services as may be specified in this document.
h. The EPC Contractor shall be responsible for Integration of ATMS system and sub-systems with
the Authority Mobile App for the road users as per the requirement raised from time to time
by the IT Divison of the Authority or its authorized agency.

Page 275 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
i. The EPC Contractor shall be responsible for Integration of ATMS system and sub-systems
with the Authority Command and Control Centre at Authority HQ, RO, PIU, ATMS
TMC/Control Cetnre of other NH/SH projects connected to the project, 1033 control
centre, Dial 112/100, Smart City ICCC, Disater Management Centres, Police Control room,
NIC ITMS, Vahan database, Enforcement Agency, etc. for seemless flow and excahnge of
data and information from project to Authority offices / control centres/ command
centres as per the requirement raised from time to time by the IT/Electronics division of
Authority or its authorized agency.
j. The component systems comprising ATMS to be constructed under the Contract shall
include but not be limited to the following component systems:
Section 01 General Requirements
Section 02 Design Requirements
Section 03 Central Processing System (CPS)
Section 04 Traffic Monitor Camera System (TMCS)
Section 05 Video Incident Detection System (VIDS)
Section 06 Vehicle Speed Detection System (VSDS)
Section 07 Adaptive Traffic Signal Control System (ATSC)
Section 08 Power and Other Cables, Power conditioning equipment
Section 09 Digital Transmission System (DTS)
Section 10 Facility Monitoring System (FMS)
3. Work Demarcation between ATMS works and Civil works
a. Work Demarcation between ATMS works and Civil works are the following.
b. The EPC Contractor shall coordinate with civil contractor and shall consider detail
demarcation.
I. Highway
Civil
Item ATMS Project
Project
Power Cable Cable, Conduit and Manhole at equipment location ROW
1. Cable and Conduit to Equipment from Handhole/ Manhole
OF Cable 2. Conduit and Handhole/ Manhole along with Highway/ ROW
Expressway
1. Foundation
Equipment ROW
2. Earthing at each location
II. Buildings
Item ATMS Project Civil Project
Suitable space for setting up
the Control Center and Sub-
Centre on the project
stretch.
(In case the building
Civil works
suitable for setting up the
control center/sub-centre is
Traffic provided by the Civil, the
Management scope of ATMS shall be
Centre/ Sub- reduced accordingly)
Centre Electrical, HVAC, DG set, Access Control, Surveillance
System, Fire Fighting System, Building Management
- Scope shall be
System, Power backup, Control console, Technical
decided by the EPC
Furniture including all necessary racks and housings for
Contractor.
ATMS system for Traffic Management Centre and Sub-
- Nil, in case of work
Centre (as applicable), housekeeping, building cleaning,
awarded by Authority.
maintenance, recuring charges including electricty bills,
telephone bills, security, etc.

Page 276 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Item ATMS Project Civil Project
Raised floor for Control/Server room Not Applicable
Complete Control Room Interior works, lighting,
Not Applicable
Distribution board Power socket, Earthing, etc.
Network system and telephone exchanges / intercom at
Not Applicable
Traffic Management Centre

Cable duct for ATMS Cable and power cable Not Applicable

4. Standards
a. All equipment’s of the EPC Contractor (included by the EPC Contractor in the proposal),
supplies shall be new and subject to the Factory Acceptance Test (FAT) to the satisfaction of
the Authority Engineer. Unless other standards are specifically required to be complied with
herein or in the Contract, all materials and components used under the Contract and all design
calculations and tests shall be performed in accordance with Indian standards.
b. In the absence of such standards in India, relevant clauses of international standards including
but not limited to International Electro technical Commission (IEC), Institute of Electrical and
Electronic Engineers (IEEE), International Organization for Standardization (ISO),
International Telecommunication Union Telecommunication Standardization Sector (ITU-T)
shall be applied.
c. In the absence of such standards in India and the international standards mentioned above,
industry standards generally accepted and approved in one of the major industrialized
countries such as Great Britain, U.S.A, and Germany shall be applicable.
d. Whenever in this Document reference is made to the British Standards (BS), American
Association of State Highway Transportation Officials (AASHTO) standards, American Society
for Testing and Materials (ASTM) standards, and American National Standards Institute
(ANSI) standards, and the like, it shall be understood that equivalent internationally
acknowledged standards will be accepted.
e. If EPC Contractor offers materials, equipment, design calculations or tests which conform to
the standards other than those specified standards, full details of the differences between the
proposed standard and the specified standards shall be submitted when required by the
Authority Engineer.
4.1 Digital Transmission System
The following standards or de-facto standards shall apply to the digital transmission system:
No. Item Standards
1. BER/CER/DER ISO/IEC 8825-1:1995 Information technology - ASN.1 encoding rule - Part 2:
Specification of Basic Encoding Rules (BER), Canonical Encoding Rules (CER)
and Distinguished Encoding Rules (DER)
2. Ethernet 8802-3:1995(ISO/IEC) [ANSI/IEEE Std 802.3, 1995 Edition] Information
technology -- Telecommunications and information exchange between
systems -- Local and metropolitan area networks -- Specific requirement --
Part 3: Carrier sense multiple access with collision detection (CSMA/CD)
access method and physical layer specifications.
8802-3:1996(ISO/IEC) [ANSI/IEEE Std 802.3, 1996 Edition] Information
technology -- Telecommunications and information exchange between
system -- Local and Metropolitan area networks -- Specific requirement --
Part 3: Carrier sense multiple access with collision detection (CSMA/CD)
access method and physical layer specifications.
EIA/TIA568B (AT and T-258A) Commercial Building Telecommunications
Wiring Standard, 1991
3. Fast Ethernet IEEE 802.3u-1995 IEEE Standards for Local and metropolitan area networks:
Supplement to Carrier sense multiple access with collision detection
(CSMA/CD) access method and physical layer specifications: Media access
control (MAC) Parameters, Physical Layer, Medium Attachment Units, and
Repeater for 100Mb/s Operation, Type 100BaseT (Clauses 21-30) (ANSI)
EIA/TIA568B (AT and T-258A) Commercial Building Telecommunications
Wiring Standard, 1991

Page 277 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
No. Item Standards
4. FDDI ANSI X3.166-1989 (R1995) Fibre Distributed Data Interface (FDDI) Physical
Layer Medium Dependent (PMD)
ANSI X3.148-1988 (R1994) Information Systems - Fibre Distributed Data
Interface (FDDI) - Token Ring Physical Layer Protocol (PHY)
ANSI X3.139-1987 (R1997) Information Systems - Fibre Distributed Data
Interface (FDDI) - Token Ring Media Access Control (MAC)
ISO/IEC 9314-3:1990 Information Processing systems - Fibre distributed Data
Interface (FDDI) - Part 3: Physical Layer Medium Department (PMD)
ISO 9314-2:1989 Information processing systems - Fibre Distributed Data
Interface (FDDI) - Part 2: Token Ring Media Access Control (MAC)
ISO 9314-1:1989 Information processing systems - Fibre Distributed Data
Interface (FDDI) - Part 1: Token Ring Physical Layer Protocol (PHY)
5. FTP RFC 959 File Transfer Protocol, J. Postel, J.K. Reynolds, Oct-01-1985
6. Giga Ethernet IEEE 802.3ab: Physical coding sublayer (PCS), physical medium attachment
(PMA) sublayer and baseband medium, type 1000BASE-T
IEEE 802.3z: Media Access Control(MAC) Parameters, Physical Layer, Repeater
and Management Parameters for 1000 Mb/s Operation
7. G.703a TTC JT-G703-a Leased Line Secondary Rate User-Network Interface Layer1
8. HTTP RFC 1945 Hypertext Transfer Protocol -- HTTP/1.0. R. Fielding, H. Frystyk, T.
Berners-Lee, May 1996
RFC 2068 Hypertext Transfer Protocol -- HTTP/1.1. R. Fielding, J. Gettys, J. Mogul,
H. Frystyk, T. Berners-Lee, January 1997 (Status: PROPOSED STANDARD)
RFC 2616 Hypertext Transfer Protocol /1.1 June 1999
RFC 2617 HTTP Authentication: Basic and Digest Access Authentication, June
1999
9. H.261 ITU-T Recommendation H.261 (1993), Video codec for audio-visual services at p
x 64kbit/s
10. IP RFC 791 Internet Protocol. J. Postel. Sep-01-1981
11. I.430 TTC JT-I430 ISDN Basic User-Network Interface Layer1
12. I.431 TTC JT-I431-a ISDN Primary-Rate User-Network Interface Layer1
13. MPEG 2 ISO/IEC 13818-1:1996 Information technology - Generic coding of moving
pictures and associated audio information: Systems
ISO/IEC 13818-2:1996 Information technology - Generic coding of moving
pictures and associated audio information: Video
ISO/IEC 13818-3:1998 Information technology - Generic coding of moving
pictures and associated audio information - Part 3: Audio
ITU-T Recommendation H.222.0(07/95) - Information technology - Generic of
moving pictures and associated audio information: Systems
ITU-T Recommendation H.262(07/95) - Information technology - Generic of
moving pictures and associated audio information: Video
14. MPEG 4 ISO/IEC 14496-1:2010 Information technology – Coding of audio-visual objects
–Part 1: Systems
ISO/IEC 14496-2:2004 Information technology – Coding of audio-visual objects
–Part 2: Visual
ISO/IEC 14496-3:2009 Information technology – Coding of audio-visual objects
–Part 3: Audio
15. PER ISO/IEC 8825-2:1996 Information technology - ASN.1 encoding rule - Part 2:
Specification of Packed Encoding Rules (PER)
16. PPP RFC 1661 The Point-to-Point Protocol (PPP), W. Simpson, July 1994
17. SNMP RFC 1157 Simple Network Management Protocol (SNMP), J.D. Case, M. Fedor,
M.L. Schoffstall, C. Davin, May-01-1990
18. TCP RFC 793 Transmission Control Protocol. J. Postel. Sep-01-1981
19. TFTP RFC 1350 The TFTP Protocol (Revision 2), K. Sollins, July 1992
20. UDP RFC 768 User Datagram Protocol. J. Postel. Aug-28-1980
21. V.24/V.28 ITU-T Recommendation V.24(10/96) - List of definitions for interchange circuits
between data terminal equipment (DTE) and data circuit - terminating
equipment (DCE)
ITU-T Recommendation V.28(03/93) - Electrical characteristics for unbalanced

Page 278 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
No. Item Standards
double - current interchange circuits
22. X.21 ITU-T Recommendation X.21(09/92) - Interface between Data Terminal
Equipment Data Circuit - terminating Equipment for synchronous operation
on public data network
4.2 Local Area Network
The following standards shall apply to the local area network:
No. Item Standards
1 ANSI/TIA/EIA-568B Commercial Building Telecommunications Cabling Standard
4.3 ATMS System / Sub System
The ATMS systems / sub-systems implementation on the Project shall meet the applicable latest
versions of the international/national standards, included herein:
Certified to
No. Sub-system Items Designed to conform
standard
CCTV Fixed PAL, BS EN 62676 1-2,
Video Surveillance Camera ONVIF specifications
EN 61000,
System (CCTV) profile
EN 60529(IP66)
/TMCS / S & G,
BIS, UL, RoHS
1 Video Incident PTZ Camera BS EN 62676-2-2,
Detection BS EN 62676-2-3
System (VIDS)/ Road-side Housing
BS EN 12767
VSDS Camera and Support EN 60529 (IP56)
Structure
EN 12966
Display
EN 60529 (IP56)
2 VADS Road-side Housing
and Support BS EN 12767 EN 60529 (IP56)
Structure
EN 50132-7, Relevant
NTCIP
standards, IEC 12207
ATMS Control
3 Ergonomic design of Control ISO 11064
Centre ISO 11064
rooms
Ingress design of the projection of
IEC-60529
Graphics display
4.4 Cable Installation Work
The following standards shall apply to the cable installation work:
Item Standards
BS 2484 Specification for straight concrete and clay ware cable covers
BS 4121 Specification for mechanical glands for rubber and plastic insulated cables
BS 6121 Mechanical cable glands
BS CP 1013 Code of practice for maintenance of electrical switchgear and control gear for voltage up to
and including 1 KV.
BS EN 12613 Plastic warning device for underground cables and pipelines with visual characteristics
ISO/IEC Information Technology: Implementation and operation of customer premises cabling
14763
Note: If EPC Contractor offers materials, equipment, design calculations or tests which conform to
the standards other than specified standards, full details of the differences between the
proposed standard and the specified standards shall be submitted when required by the
Authority.
4.5 Other Standards
The following standards shall apply as and where applicable:
No. Standard Relevant to
1 IS/ IEC 61508 Functional Safety

Page 279 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
No. Standard Relevant to
2 IS 14700, EMC Compatibility / EMC Emission compliance / EMC
CENELEC EN 50081-1, immunity
CENELEC EN 50082-1,
3 BIS 732 / BS 7671 Electrical wiring installation / wiring regulations (BS 7671)
4 IS 2309 Lighting protection
5 IS 3043 Electrical Earthing
6 IS 5216 Safety procedures and practices in Electrical works
7 IS 7689 Control of undesirable static electricity
8 IS 694, IS 1554 PVC installed cables
9 EN 61280-4-1 Fibre-optic test related
10 IS 14927 Cable trunking and ducting systems
11 EN 50173 Generic/ structured cabling
12 IEC 60529 Degrees of protection provided by Enclosures
13 IS 9000 Part XIV Sect. II Change of temperature test
14 IEC-571; IS: 9000 Part-III Sect. Dry heat test
3
15 IS: 9000 Part II Sect. III Cold test
16 IS: 9000 Part V Sect. 2 Variant Damp heat test (Cyclic)
1
17 IS: 9000 Part IV Damp heat test (Steady state storage)
18 IS: 9000 Part XI procedure 3 Salt mist test
19 IS 9000 Part XII Dust test
20 IEC 61643-1 Anti-lightning and surge protection
21 OHSAS 18001:2007 OEM compliance for health and safety measurement system
22 14001: 2015 OEM compliance for environmental management
23 ISO 27001 OEM compliance for information security standard
24 IRC:SP:110:2017 ITS System for Urban Roads
25 IRC: 93-1986 Guidelines on Design and Installation of Road Traffic Signals
26 IRC: 103-2012 Guidelines for Pedestrian Facilities
5. Project Management
5.1 EPC Contractor’s Personnel and Their Responsibilities
a. The EPC Contractor shall provide all personnel necessary for the execution of the Works, such
as the Project Manager and senior personnel to fulfil the EPC Contractor’s obligations under
the Contract. These personnel shall be able to read, write and converse in English.
b. The EPC Contractor shall form a multi-disciplinary team for undertaking this assignment. The
agency shall be fully responsible to deploy its resources / personnel whose qualifications and
experience fully commensurate with the task/responsibilities assigned and to achieve the
objectives of this Contract. The Personnel deployed should be experienced enough and should
have proficiency in the requisite techniques / skills so as to provide practical, realistic, and
actionable service.
c. The EPC Contractor will make available technical person who is adequately skilled enough to
independently resolve any operational issues in the complete system and regularly interact
with Authority. Aadhar enabled Biometric Fingerprint machine shall be installed at each
location / TMC unit by the EPC Contractor for daily attendance management of the Project and
O&M staff.
d. The EPC Contractor shall submit the attendance record with each service invoice and
Authority Engineer shall have the access to the logs of biometric attendance management
system for verification of the actual manpower working days in a month.
e. The Manpower proposed shall be dedicated for the project and shall not be proposed for any
other project or assigned any other project. The resource cannot be change for at least two
years. In case of any variation or change in the manpower / person proposed in the Technical
Proposal and manpower / person deployed upon successful award of the works, minimum
20% remuneration of the proposed role for the total contract period shall be deducted. The
substitute proposed by the Contractor must have more experience than the proposed
candidate in all respect (no. of years of relevant experience, no. of similar projects executed,
qualification of the replacement candidate, etc.).

Page 280 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
f. Detailed requirement of technical resources for control centre organisation and staffing is
mentioned below.
5.2 Senior Personnel
The EPC Contractor shall assign one (1) Project Engineer (ATMS) and one (1) O&M Manager
(Operation and Maintenance, Installation Engineering) with minimum 10 years of relevent
experience in same filed as a full time participant to the Project during the course of the Works.
They may be stationed at the Project site. The senior engineer shall be involved in technical
discussions and shall conduct the training courses and all testing procedures. The senior engineer
shall also be involved in the installation works as necessary.
They shall be Graduate (BE/ B/Tech or higher) in the field of traffic engineering, electrical
engineering, electronics, computer, IT, instrumentation, telecommunication, or communication.
5.2.1 Project Meeting
The EPC Contractor shall be available for progress meetings which will be called for by the
Authority. The notice of such meetings shall be given by the Authority in writing and delivered to
the EPC Contractor via email at least two (2) days in advance of the planned meeting date.
5.2.2 Progress Report
The EPC Contractor shall prepare three (03) copies of monthly progress report every month and
submit to the Authority. The format of the report shall be agreed upon by the Authority and the
EPC Contractor.
5.2.3 Maintenance Personnel
The EPC Contractor shall provide adequately skilled technical and maintenance personnel during
the Maintenance phase for maintaining the ATMS system and sub-systems, as listed in operations
and maintenance section of the RFP.
a. The personnel shall address any down time/ trouble shooting as and when required at
any location of service.
b. The resources shall be available on full time basis 365 days in the year at control centres.
c. Final deployment of the skilled technical resources shall be subject to interview or
concurrence the Authority Engineer.
5.2.4 Curriculum Vitae
Within a month after the date of the Contract execution, the EPC Contractor shall submit to the
Authority, detailed written statements including the names, duties, curriculum vitae of all foreign
and local personnel candidates to be employed. Where subsequent changes or additions in foreign
personnel are proposed, these replacements or additions shall have at least equivalent experience
and qualifications, and detailed written statements of their experience and qualifications shall be
submitted to the Authority prior to their assignment.
5.2.5 Removal and/or Replacement of Personnel
a. Except as Authority/ Authority Engineer may otherwise agree, no changes shall be made
in the above Key Personnel. If, for any reason beyond the reasonable control of the EPC
Contractor, it becomes necessary to replace any of the Personnel, the Service Provider
shall forthwith provide as a replacement a person of equivalent or better qualifications.
b. If Authority/ Authority Engineer (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action, or (ii) has
reasonable cause to be dissatisfied with the performance of any of the Personnel, then the
Service Provider shall, at the written request specifying the grounds therefore, forthwith
provide as a replacement a person with qualifications and experience acceptable to the
Authority Engineer.
5.2.6 Sub-Contracting / Assignment
a. If any activity / services / infrastructure and / or any obligations in whole or in part under
this project is required to be / subcontracted/ outsourced by the EPC Contractor, the EPC
Contractor shall inform and seek approval of the same from the Authority Engineer
including the terms and condition set-forth by the EPC Contractor in its sub-contracting
agreement. For avoidance of any doubt the EPC Contractor shall remain solely responsible
for all the works / delivery of services to Authority under the scope of this project.
Page 281 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
b. The EPC Contractor shall inform and seek approval of the same from the Authority
Engineer to sub-contract the non-key services such as civil works, interior and furnishing
of control centre to any agencies specialised to do such work.
5.2.7 Performance standards
a. The EPC Contractor shall undertake to perform the services with the highest standards of
professional and ethical competence and integrity.
b. Keeping in view the sensitivity involved, the personnel deployed should maintain
confidentiality / integrity at all times and work in a professional manner to protect the
interest of Authority. The firm shall promptly replace any personnel assigned under this
project that Authority/ Authority Engineer considers unsatisfactory.
6. Time Schedule
1. System Design : within 1.5 months from the date of signing of the Contract
2. Procurement : within 3 months from the date of approval of the System Design
3. Installation : 3 months from the start of delivery of material at site
4. Testing & Commissioning : 1 month from the date of Installation of the system
5. Trial run : 1 month from the date of commissioning
6. O&M period : 60 months from the date of issue of Commissioning Certificate
7. Liquidated damages/ Penalties
7.1 Delays in setting up the system
Failure by the Contractor to complete the works or completion of punch points of SIT/SAT within
30 days of issuance of notice by the Authority Engineer or delay in completion of work for any of
the milestones i.e. beyond the stipulated time as mentioned in the above Time Schedule and in case
of any failure to have remedied all reported defects within the time prescribed by the Authority
Engineer / Authority, i.e. as per the cure period of up to 15 days shall result in the application of
the penalties for delays. The penalty will be applicable @ 0.5% of the total contract value of the
ATMS per week of delay in system commissioning or delay in completion any of the above six
milestones (system design, etc.) up to a maximum of 10% of the Contract value of ATMS.
1. Once the liquidated damages reach maximum limit, Authority shall consider termination of
the contract and forfeiture of the performance bank guarantee. Authority shall also debar the
Contractor from further participation in Authority’s subsequent tenders / projects due to its
non-performance for a period decided by it.
2. Upon termination of the Agreement due to service defaults, Authority may choose to allocate
the said site to any other Contractor, at its sole discretion and at the risk and cost of the
defaulting Contractor.
3. In case of delay due to reasons beyond the control of the Contractor, upon such request from
the Contractor and recommendation from the Authority Engineer, Authority may, in its sole
discretion, consider suitable extension of time (EOT) without imposing any liquidated
damages upon the Contractor. However, the Contractor shall submit such request at least 30
days before the completion schedule / timeline/ milestone. In case of the delay in submission
of the request for EOT, the penalty will be applied @ 0.5% of the total contract value of the
ATMS per week of delay in submission of request for EOT.
7.2 Non-Compliance to Safety Standards at site
Failure by the EPC Contractor’s personnel in maintaining the safety standards at the site at any
time shall attract penalty on every instance noticed by the Authority Engineer / Authority.
1. Staff working without safety gears, etc. – penalty of INR 1,00,000 per instance. In case of
repeated instance by the same staff member of the EPC Contractor, the penalty shall be
doubled per instance. The EPC Contractor shall have to replace the repeated offenders / sub-
EPC Contractor (safety lapses more than 3 times) with immediate effect.
2. Improper safety measures at site / safety hazard to the commuters due to poor workmanship,
etc., / EPC Contractor’s vehicle wrongly parked at site / EPC Contractor’s vehicle moving in
wrong direction / working during low visibility hours or at night time without proper safety
measures warning signages and lighting/ improper traffic diversion / non-standard warning

Page 282 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
signages etc. / unauthorised lane closure / traffic rule violation/ etc. – minimum penalty of
INR 10,00,000 per instance shall be imposed on recommendation of the Authority Engineer.
In case of repeated instance, the penalty shall be doubled per instance. The EPC Contractor
shall have to replace the repeated offenders / sub-EPC Contractor (safety lapses more than 2
times) with immediate effect. Authority shall also take legal action against the errant staff /
sub-EPC Contractor / EPC Contractor, as such safety lapses may lead to major safety concern
/ hazard for the road users as well as the workers.
7.3 Penalty for Delay in Staff Mobilisation
Delay in submission of detailed written statements and/or mobilization of aforesaid Key Personnel
shall attract penalty @ INR 1,00,000/- (Rupees One Lacs) per day per Key Personnel. In case the
delay is more than 3 weeks, Authority reserves the right to encash the Bid Security and PBG
towards the aforesaid penalty and may proceed with the revocation of LOA or termination of the
project, as the case may be.
7.4 Other Penalties
Penalty of INR 10,000 to INR 1,00,000 shall be levied on the Contractor for delay of each working
day from the due date of submission / expiry: i) the insurance policy documents, ii) design
documents, iii) manuals, iv) monthly /periodic reports, v) Bank Guarantee, vi) Schedule, vii)
testing, viii) any other documents report directed by Authority/Authority Engineer, to be
submitted during the entire period of the Contract, etc.
8. Selection of ATMS Sub-Contractor and OEM
1. The firm as determined non-performing or having been terminated from any project
during last three years by Ministry of Road Transport & Highways, Government of India
or its executing agencies like Authority, NHIDCL etc. or any other Ministry / PSU / State /
Central Government or its Department/ Enforcement agencies/ Autonomous Body etc.
will not be eligible.
2. A Company will not be eligible for ATMS works, in case the penalty for SLA/SLR non-
compliance during O&M period have reached the maximum penalty limit on any
ATMS/ITMS/ITS project.
3. The firm must have experience of successfully executing the Project having similar nature
of work during last 10 financial years
Similar works: Establishment of state-of-the-art ITS/ ATMS/ HTMS/ ITMS system with at
least 1 Traffic Management Centre/ Integrated Command and Control Centre on the
National/State/Urban Highway or Expressway or stretch of equal to of more than 40%
length of this Project involving at least 5 key activities that have been satisfactorily
completed within last 10 years as a prime contractor (single entity or JV member) under
reputed PSUs / Central Government or its Department/ Enforcement agencies/
Autonomous Body etc.
i. Traffic Monitoring Camera System
ii. Vehicle Speed Detection System
iii. Automatic Number Plate Recognition System
iv. Video based Incident / Violation Detection System
v. RLVD (Red Light Violation Detection) System
vi. Adaptive Traffic Signal Control System
vii. Digital Transmission System with OFC Connectivity
viii. Central Processing System
ix. Video Analytics / Management System
4. The OEM of each component/ equipment should have direct presence in India from last
10 years having own service and support offices to ensure smooth after sales service
support on site.
1. The EPC Contractor must submit the datasheet of each component in the Technical
Submission as part of the Technical proposal and design document, clearly
mentioning the make, model, country of origin, and end of life of each component/

Page 283 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
equipment in the MAC.
2. To ensure seamless integration, the Contractor shall deploy equipment of same OEM
having seamless interoperability for each categories of the solution components as
mentioned below:
i. Computing – Workstations, Servers and storage
ii. Network – Router and switches
iii. Graphics Display, its Controller and Software
iv. Surveillance & Access Control – Cameras, VRS, Video Analytics & Management
Software, Box Camera Housing etc.
v. Security – Firewalls and any other security solution
vi. Interior works and technical furniture at control centres
3. The EPC Contractor must submit the documentary proof for the above-mentioned
requirement and non-compliance matrix for the Functional and Technical
Specifications in the Technical Submission as part of the Technical proposal and
design document.
4. Subcontractors/manufacturers for the sub-systems and major items of supply or
services must meet the following minimum criteria:
i. Subcontractor and manufacturers shall have at least two similar contract
experiences within 10 years.
ii. Subcontractor and manufacturers shall be Indian OEM/ Manufacturers or Class-
I local supplier as per DPIIT Order no. P-45021/2/2017-PP (BE-II) dated
04.06.2020 (revised “Public Procurement (Preference to Make in India) Order
2017”.
iii. Subcontractor and manufacturers shall have direct presence in India having own
service and support offices to ensure smooth on-site after sales service support.
5. The requirement mentioned in the ToR / Technical Specification document are the
minimum requirement. The Contractor shall provide the latest standards or higher
specification to meet the functional and technical requirement. In case any specification
mentioned in the document are obsolete, he shall provide the latest equipment of higher
specification, fully meeting the functional and technical requirement. The Contractor must
promptly highlight the compatibility issues in the Non-Compliance Matrix in the technical
proposal and design document. Any Non-Compliance or Compatibility issue raised by the
Contractor after the award of the Work shall not be acceptable in any circumstances. The
Contractor must take prior written approval from the Authority before supplying any
alternate solution proposed for any obsolete /end of life component, by submitting the
proof and undertaking from the OEM proposed in the Technical proposal and design
document.
6. Undertaking for Country of Origin: The EPC Contractor shall ensure that none of the key
component or its sub-component such as PTZ / TMCS Cameras, VIDS system, Vehicle
Speed Detection System, Control Centre / Command Centre / TMC equipment including
security devices are procured / sourced from the OEM from any of the region and / or
company barred / banned / blacklisted / having territory dispute / threat to sovereignty
and integrity / restricted by the any of the Defense Department / any of the Government
Department / Authority / PSU / Ministries etc. in India. The technical proposal and design
document shall be considered as non-compliance in case this requirement is not fully met
by the EPC Contractor. The EPC Contractor shall submit an undertaking fully complying to
this requirement.
7. The EPC Contractor must comply with the Office Memorandum no. F. No. NH-
35014/20/2020-H, Government of India, Ministry of Road Transport & Highways
dated 04.08.2020, regarding Department of Expenditure (DoE), Ministry of Finance,
Govt. of India O.M. No. 6/18/2019-PPD dated 23.07.2020, vide which Rule 144 of the
general Financial Rules 2017 entitled “Fundamental principles of public buying’ has
been amended by inserting sub-rule 144 (xi) in the General Financial Rules (GFRs),
2017. As per the new rule “Any bidder from a country which shares a land border with
India will be eligible to bid in any procurement whether of goods, services (including

Page 284 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
consultancy services and non-consultancy services) or works (including turnkey projects)
only if the bidder is registered with the Competent Authority.” This condition shall also be
applicable on sub-contracting of any works / goods / services, etc.
The EPC Contractor shall furnish the registration status of the sub-contractor/ supplier
with Competent Authority (for the items / goods proposed to be procured from any
country which shares a land border with India).
8. Preference shall be given to Indian OEM/ Manufacturers and “Make in India” as per
DPIIT Order no. P-45021/2/2017-PP (BE-II) dated 04.06.2020 (revised “Public
Procurement (Preference to Make in India) Order 2017”. All ATMS/ITS equipment
shall be procured from Indian OEM/ Manufacturers and preference shall be given to
“Make in India” preferably to “Class-I local supplier” as defined in the revised order by
DPIIT. The Contractor shall submit the proof of non-availability of the products/ items/
goods/ services in India which are proposed to be procured from Non-Local supplier or
imported.
9. Factory Tests, Inspection and Certification
9.1 General
All equipment, components, spare parts, and software to be delivered or installed under this
Contract shall be tested, inspected, and certified prior to delivery in accordance with these
specifications.
9.2 Test Procedures
a. For off-the-shelf or routinely manufactured equipment or components, a test or inspection
certificate shall accompany each delivery and no Factory acceptance test (FAT) shall be
required. The EPC Contractor shall submit the factory’s routine testing procedures for each
key component.
b. The FAT for equipment, components or software requiring special order, tooling or
development is mandatory and shall be conducted by the Authority Engineer at the
factory/manufacturing unit. The EPC Contractor shall submit to the Authority Engineer
proposed factory test items and test procedures for review as soon as the System Detailed
Design is accepted. The test items shall include as a minimum the following:
1) Functional tests (all equipment and software)
2) Power supply tests (all equipment)
3) Input voltage fluctuation (Sampling test)
4) Instantaneous interruption (Sampling test)
5) Environmental tests for temperature and humidity ranges as specified (sampling test)
6) Insulation resistance (sampling test)
7) Dielectric strength (sampling test)
8) Rainproof test for field equipment (sampling test)
9) Equipment Interface Tests -- Equipment interface tests shall be conducted for all servers,
database, network switches, network adapters, toll collection equipment and
communication equipment in the factory.
These tests shall be executed by interfacing as many different kinds of equipment as possible
so as to ascertain their suitability as system components. Where there is no appropriate
equipment at that particular time to connect to certain equipment, the test shall be executed
by connecting to a simulator.
c. Mandatory Factory Acceptance Tests
Due to the high number of equipment estimated for the project and stringent performance
requirements, only the customised equipment (special order), fabricated items, and ATMS
software shall undergo Factory Acceptance tests in presence of Authority Engineer, Authority
personnel and / or Authority’s representatives.
d. The EPC Contractor shall notify the Authority at least 07 days in advance of each factory
acceptance test to be undertaken and shall make arrangements for the Authority to attend the
tests if requested. The EPC Contractor shall also bear all expenses of such tests including travel
Page 285 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(including any travel abroad), boarding and lodging expenses of Authority Engineer and up to
4 Authority personnel and / or their representatives.
e. In case of equipment other than those identified under c) above, should Authority Engineer
decide not to attend any of the tests, the tests shall be carried out by the Contractor, and the
duly certified copies of the test results shall be submitted by the Contractor.
f. If the Authority Engineer is satisfied with the test results, he shall notify the EPC Contractor in
writing to that effect, and the EPC Contractor may then ship the equipment. If the Authority
Engineer decides that equipment is defective or produced not in accordance with the Contract,
he may reject the equipment, and will inform the EPC Contractor of the reasons in writing
within 30 days.
9.3 Defects
Should a defect be detected during one of the tests, the cause of the defect shall be ascertained and
documented. For minor defects which do not require re-design of the equipment, the defect shall
be rectified, and the test be repeated. If a design change is required, the Authority Engineer shall
be so informed, and the revised design shall be submitted to the Authority Engineer for review and
approval.
9.4 Test Certificate
Test certificates will be issued only for the actual equipment that has passed the tests. For sampling
test of equipment, if any defect is detected in any one sample, the entire lot shall be tested, and the
results shall be reported to the Authority Engineer for his review.
9.5 System Integration Test (SIT)
a. The SIT shall also incorporate the network-manageable portions of the ATMS system including
the ATMS system interface to the TMC, sub-centres and Authority HQ Command centre.
b. The SIT shall begin after earlier stages of testing have been successfully completed (i.e. FAT
and SAT) and accepted by the Authority Engineer. When possible, the SIT shall be conducted
during the harshest environment period deemed for that particular equipment. The duration
of the SIT will be agreed with the Authority Engineer prior to starting.
c. In the event of a system, subsystem, ATMS equipment, or ancillary component failure, with the
exception of consumable items such as fuses, the Project shall be shut down for purposes of
testing and correcting identified deficiencies (System Shutdown). System Shutdown is defined
as any condition which, due to work performed by the EPC Contractor, results in the Project,
or any system, subsystem, ATMS equipment, or ancillary component thereof to cease
operation.
d. The SIT shall be re-started after the identified deficiency has been corrected.
e. If the total number of System Shutdowns exceeds three (3) due to the same system or
subsystem, ATMS equipment, or ancillary component.
(i) The system, subsystem, ATMS equipment, or ancillary component shall be removed and
replaced with a new and unused unit.
(ii) All applicable FAT and SAT, as deemed necessary by the Authority Engineer shall be
performed and the SIT shall be restarted upon written approval from the Authority
Engineer
f. Time extensions shall not be granted to perform the SIT due to any failures. Failures during
the SIT shall be rectified at no additional cost to the Authority.
g. Upon the successful completion of the SIT and all the required submittals, testing, training, and
documentation have been successfully submitted to and approved by the Authority Engineer,
the Authority Engineer shall provide written notice of Final Acceptance.
h. The notice of Final Acceptance implies that the system is ready for commercial operation
subject to adequate training provided to the Operations and Maintenance personnel.
9.6 Inspection
All equipment shall be inspected before delivery and upon arrival at the site. The inspection shall
be performed on the following items:
1) Painted surfaces and colour

Page 286 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
2) Condition of assembly
3) Design and dimensions
4) Parts arrangement
9.7 Cost of Test and Inspection
The testing cost as allowed, shall cover full cost of providing all facilities, labour, consumable parts,
and appliances required in connection with all inspection and tests of completion on the site or on
the manufacturer’s premises, and all other expenses as may be required by the Authority or
Authority Engineer to attend the test.
9.8 Tests on Completion
9.8.1 General
The EPC Contractor shall keep a clear record of all tests conducted. The record shall include time,
place, equipment, procedure, functions, persons attending, and faults or problems encountered.
The test results, even if they are not satisfactory, shall be documented and submitted to the
Authority Engineer and Authority for review.
9.9 Tests on Completion for a Portion of Works
9.9.1 Procedure
a. The EPC Contractor shall give due notice to the Authority Engineer and Authority of atleast
seven (7) days in advance of the proposed date and contents of the Tests on Completion
for a Portion of Works.
b. Tests on Completion shall be performed for the portion of Works completed in the
previous one-month period.
c. When the Authority Engineer has received satisfactory test results, he shall notify the EPC
Contractor in writing that the equipment is ready for trial operations. If the Authority
Engineer decides the equipment is not in accordance with the Contract, he may reject the
equipment, and he shall inform the EPC Contractor as to the reasons why the equipment
was rejected in writing within a reasonable time.
9.9.2 Test Items
a. After the delivery and installation of the equipment at the site, tests on completion for that
portion of Works shall be conducted for each of equipment.
b. Appearance of the equipment and required operations in standalone mode shall be
examined in this test. Test items to be tested at Tests on completion are specified in the
section of component systems in these specifications.
9.9.3 Testing apparatus
a. Each equipment shall be provided with indicator, lamp, monitor or other means to confirm
normal operation of the equipment.
b. Alternatively, the EPC Contractor shall supply suitable number of portable testing
apparatus or computer as part of equipment. Control of monitoring the equipment shall
be possible through the testing apparatus.
c. All test equipment shall have a valid calibration certification from certified government
lab.
9.10 Tests on Completion for the Whole of Works
9.10.1 General
During the Test on Completion, all the functions of the equipment required under the Contract
shall be tested. The test shall be conducted with the attendance of the Authority and Authority
Engineer.
9.10.2 Procedure
a. The EPC Contractor shall submit, at least 14 days in advance, to Authority Engineer the
date(s) on which the Tests on Completion for the Whole Works are to be undertaken.
b. The EPC Contractor shall forward to the Authority Engineer duly certified copies of the
test results when the tests have been successfully completed. When the Authority
Page 287 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Engineer has received the test document and is satisfied with the test results for trial
operations, he will notify the EPC Contractor in writing that the whole works are ready for
trial operations.
c. If major defects are uncovered in the tests, the EPC Contractor shall prepare and submit
to the Authority Engineer for review and approval a proposal to remedy the defects. The
EPC Contractor shall not take corrective actions before the proposed remedies have
received the Authority Engineer’s approval. Minor faults and defects detected during the
Tests on Completion may be corrected during the trial operation period.
9.11 Test Conditions and parameters
The following conditions and parameters shall be applicable for each stage of testing i.e. FAT, SAT,
SIT, and Additional tests:
a. The acceptance of each stage of testing does not imply that testing is complete at that stage. If
problems are found at a later date or stage of testing, it may be necessary to return to an earlier
stage of testing after repairs have been made to the system. If at a later stage of testing, an item
of equipment is replaced, repaired, or significantly modified, the equipment shall be retested
to the level necessary to isolate any problem and establish a course of action to remedy the
situation.
b. The Authority Engineer shall sign the trial test documents as proof of a successful trial test for
each item of ATMS equipment and ancillary components. If the test trial is unsuccessful, the
Authority Engineer shall be given minimum seven (7) full business days’ prior notification
before rescheduling another test trial.
c. ATMS Equipment that fails to conform to the requirements of any test will be considered
defective and the equipment will be rejected by the Authority Engineer. In the event a defect
is determined, it shall be determined whether it is limited to a specific unit or could be
potential problems in all such units. Equipment rejected because of problems limited to the
specific unit may be offered again for re-test provided all issues of non-compliance have been
corrected and re-tested and evidence thereof submitted to the Authority Engineer. The
evidence thereof shall include as a minimum a technical report detailing the investigation that
has been undertaken to determine the cause of the failure. The report shall detail, as a
minimum, the symptoms, cause and what action was required to remedy the failure. This
report shall be submitted and approved by the Authority Engineer and Authority prior to a
new test date being scheduled.
d. In the event, the ATMS equipment malfunctions during the test period, the Authority Engineer
may declare a defect and require replacement of all equipment at no additional cost. When a
defect is declared, the test and test period shall be restarted from the beginning for that specific
ATMS equipment.
e. If ATMS equipment has been modified or replaced as a result of a defect, a report shall be
prepared and delivered to the Authority Engineer for acceptance. The report shall describe the
nature of the failure and the corrective action(s) taken. If a failure pattern, as defined by the
Authority Engineer, develops, the Authority Engineer may direct that design and construction
modifications be made to all similar units without additional cost to the Authority. In the case
of problems common to many units, all units shall be modified at no additional cost to the
Authority.
f. The Test procedures and guidelines mentioned in the RFP are the minimum requirement to
be fulfilled by the EPC Contractor. In addition to the minimum tests prescribed in the RFP, the
Authority Engineer shall instruct the EPC Contractor to conduct the test he deems relevant for
any subsection at the Factory and / or at site, as applicable.
g. Time extensions shall not be granted to perform the FAT/ SAT / SIT / Additional tests due to
any failures. Failures during any test shall be resolved by the EPC Contractor at no additional
cost to the Authority.
h. The SAT shall be conducted for each and every piece of ATMS equipment and ancillary
components.
i. If any ATMS equipment or ancillary component fails to pass its test more than twice, it shall be
replaced with new ATMS equipment or ancillary component of same make and model and the
entire test shall be repeated until proven successful.
j. The ATMS equipment provider shall ensure that the required testing equipment, including a

Page 288 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
portable computer and test software is provided for the SAT.
k. Equipment installation shall be inspected to confirm compliance to equipment manufacturer’s
installation good practice recommendations.
l. The quality of equipment and its installation shall be judged and verified to ensure compliance
to relevant standards outlining operational safety, Ingress protection, Surge/ lightning
protection and Radio interference.
m. The FAT / SAT test shall exercise all standalone (non-network) functional operations of the
ATMS equipment and ancillary components installed and shall demonstrate conformance with
the requirements described in the detailed project design specifications, relevant standards
and manufacturer specifications.
10. Defects Liability Period (DLP)
1. Any minor defects in the system identified by the Authority Engineer and provided to the EPC
Contractor in the form of a written notice during the Final Acceptance above shall be rectified
during the Defects Liability Period. The above defects list shall also include any defects that
surface during the DLP, which shall also be rectified by the Service Provider during the
defined DLP itself
2. Suitable tests for confirming the rectification of defects shall be performed by the EPC
Contractor to the satisfaction of the Authority Engineer.
3. The DLP shall be in force for a period specified in the Contract Agreement succeeding the
Completion Certificate.
11. Power Supply
a. Provision for power supply and DG sets (excluding UPS) at the TMC (Traffic Management
Centre) and Sub-centres shall be in the scope of the EPC Contractor. However, recurring costs
towards operations of power supply and DG sets (electricity/DG set fuel bills etc.) shall be
borne by Authority as mentioned in the Contract Agreement. The EPC Contractor shall
examine the power supply status during the site survey and submit the additional requirement
to Authority along with the proposal in case of any additional requirement. The additional
power and DG requirement shall be finalised within the design phase. Any additional
requirement raised by the EPC Contractor post design approval may not be considered and
the EPC Contractor shall be responsible to make the arrangement at its own cost.
b. The EPC Contractor shall perform all the necessary application procedures to the Power
Company required for the power to be supplied for the field equipment. All the expenses
charged by Power Companies regarding such applications shall be borne by Authority. The
work to be undertaken by Power Companies shall be up to the boundary of property and the
responsibility shall lie between the EPC Contractor and Power Companies and the same shall
be deemed to be included in the scope of the EPC Contractor.
c. The EPC Contractor shall make all necessary arrangements for the electricity requirement for
the execution of the Works including Maintenance for the field equipment being used by the
EPC Contractor for implementation of work.
d. The fixed charges, installation charges, recurring charges, electricity bill, DG set fuel,
maintenance etc. for each field equipment, EPC Contractor’s site office, or any other facility
being used by the EPC Contractor for execution of the scope of the Contract shall be completely
in the scope of the EPC Contractor for the entire Contract period i.e. Design phase,
procurement, installation, testing, trail-run, commissioning and maintenance period. The
Authority shall - be responsible only for for power supply during for operations of the facility
as defined in the Contract Agreement.
e. All UPS required for ATMS system for TMC, sub-centres, field equipment shall be in the scope
of the EPC Contractor.
12. Work Area Safety and Traffic Control
12.1 General
a. Obstructions and excavations in the work areas shall be adequately fenced and guarded at all
times and proper traffic control devices shall be installed to protect the workers and the public.
Particular attention shall be paid to the positioning of traffic barriers and traffic cones.
Unnecessary blocking of traffic lanes shall not be permitted. Roads and sidewalks shall not be

Page 289 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
used for the unnecessary storage of materials.
b. Adequate traffic control devices shall be in place before work begins and all such devices shall
be removed immediately when the work is completed. As work progresses, warning devices
which were appropriate at one time but are no longer applicable shall be removed
immediately.
c. Signs, lights, barriers and other traffic control devices shall be maintained in good order and
in the correct position during the day and night. Signs shall be neat, clear and legible at all
times.
d. Compensation for meeting the requirements of this section shall be included in the various bid
items and no separate payments will be made, therefore.
e. Penalties shall be applicable as prescribed in the Penalty clause above, in case of any non-
compliance or safety violation.
12.2 Highway Lane Closure
No lane closure shall be permitted on any road during peak hours except with prior approval of
the Authority. During non-peak hours, one or several traffic lanes may be closed provided that at
least one lane in each direction is open for traffic at all times. On two-way, two-lane roads, any lane
closure shall be first approved by the Authority. Notwithstanding the provisions above, the
Authority and the police shall have the power to order the lane closure removed or to require
better traffic control measures.
12.3 Warning Signs
a. All work area warning signs shall conform to the requirements in the relevant regulations in
India.
b. A "LANE CLOSED AHEAD” and a “LANE CLOSED” sign shall be placed upstream of the lane
closure site at a distance of approximately 100 meters and 50 meters respectively when one
lane of the roadway is closed. These signs shall be placed further upstream of the work area if
more than one lane of the roadway is closed.
c. All work area warning signs shall be made of reflective sheet or material if the signs are to
remain in place during hours of darkness.
d. The design, specifications, quantity, location, placement of the Signages shall fully comply with
latest version of IRC 67 2012, IRC SP 99:2013 and/ or applicable latest international and IRC
codes.
12.4 Temporary Warning Flashers
Temporary warning flashers of Amber/red colour LED and minimum 500mm dia shall be used
during the hours of darkness if traffic cones, barricades or other barriers are to remain in position
at night. Lamps shall be kept alight at all times during the hours of darkness. The flashers shall
clearly mark the site of obstructions and delineate the transition zone. Minimum 4 nos. waring
flashers shall be kept alight at each such location.
12.5 Traffic Cones and barriers
Traffic cones and water filled barriers shall be placed on the roadway in advance of the work site
to form a transition taper. The length of the transition taper shall be at least 30 meters so as to
guide traffic smoothly from the full width section to the narrowed down section. Spacing between
the cones shall be no more than 10 meters.
12.6 Plant and Equipment
a. In all cases where traffic is permitted to use the whole or a portion of the existing road before
the work is completed, all plant items and similar obstructions shall be removed from the road
at night, if at all possible. Otherwise, they shall be delineated at night if they stay within 2
meters of the edge of the roadway by two red lights suspended vertically from the point of
obstruction nearest to the roadway. The lights may be omitted in cases where there is
permanent obstruction, such as trees being less than 2 meters from the edge of roadway and
the plant or equipment are not closer to the road than the permanent obstruction.
b. During the day, a red flag shall be projected beyond the extremity of all plant items (other than
vehicles) adjacent to the traffic lane.
c. The Contractor shall take all the safety measures as per the site requirement and prescribed
Page 290 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
by Authority/ Authority Engineer.
12.7 Vehicles
Vehicles which are used to carry out operations on the roadway and which are required to travel
slowly or to stop frequently shall be made as conspicuous as possible. This shall he achieved by
painting them in a distinctive colour or painting the rear portion with diagonal stripes of a
contrasting colour or providing flashing lights on the top of the vehicle. They shall also have a plate
of sufficient size on the rear side with the words "Slow Moving" and shall be visible from 100
meters.
13. Documentation
13.1 General
a. The documentation shall contain complete details of how the System was actually built, and
how it works, together with complete operating and maintenance information. The
documentation shall consist of the following manuals and drawings:
1) System design manual
2) Software manual
3) Hardware manual
4) Installation manual
5) Operator’s manual
6) Maintenance manual
7) Product ‘End of Life’ Plan
8) As built drawing
b. The documentation shall be a detailed presentation with text and illustrations. All
documentation shall be in English and shall be subject to the approval by the Authority
Engineer.
c. The documentation process shall include the preparation, editing, submittal for approval,
publication, delivery and acceptance of the documentation in accordance with the
requirements of the Contract.
d. Documentation shall use SI units in accordance with ISO 80000-1
e. Detailed design drawings and structural calculations for each type of pole, gantry or structure
(including foundations) used to mount ATMS equipment shall be submitted to the Authority
Engineer for approval after due certification by a Licensed Structural Engineer. The design
calculations shall be carried out in accordance with relevant MoRTH/IRC standards where
applicable.
f. The drawings shall show materials specification and finishes for each item of equipment
proposed for use. All weld types and sizes shall be identified on the design and construction
drawings.
g. Power schematic diagrams for all ATMS installations shall be submitted to the Authority
Engineer for approval.
h. Telecommunications schematic diagram shall be submitted to the Authority Engineer for
approval. The telecommunications diagram shall include all systems, subsystems and
components, including connections to modems, devices and the telecommunications access
and backbone network.
i. As-built record drawings shall include longitude and latitude data accurate to within two (2)
metres for each of the ATMS equipment and infrastructure installed.
j. Documentation should be organized so that unnecessary repetition is avoided. Topics likely to
be frequently referenced by the EPC Contractor (e.g. operating and maintenance instructions)
should be given prominence. As it is recognized that the volume of the documentation and
drawings to be provided will vary considerably with the complexity of the equipment being
supplied (ranging from one ring binder to several volumes), the Authority Engineer should be
consulted for its agreement on the presentation and layout of the documents to be provided.
k. Installation instructions to be included in the package of any item of equipment likely to be
Page 291 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
installed separately or in conjunction with the ATMS equipment, shall be in the form of a leaflet
or similar. It shall have sufficient information (with diagrams) for the item concerned to be
correctly installed in position and connected and describe any necessary set-up procedure.
l. Maintenance information cards or booklets, one set of which is to be secured within each
equipment enclosure or cabinet shall be encapsulated in a durable weatherproof format. They
shall show the general layout of equipment and component modules and references in
schematic form, and set-up addresses for on-site replacement of component modules.
m. The format and extent of electronic media and/or hardcopy presentation of technical
documents shall be agreed upon by the Authority Engineer before final versions are produced.
13.2 Submittals
a. All ATMS equipment shall, as a minimum, meet all the requirements listed in these
specifications. Future technological advances may allow for ATMS equipment to be provided
that exceed the minimum requirements in these Specifications.
b. Systems and subsystems that minimizes the possibility of either the failure of any single
component or the complete module failure shall be provided by the EPC Contractor in
Technical Proposal and later in Design Document. Failure of one component or module shall
not cause the failure of any other component or module.
c. Product data, design and construction drawings for all of the components shall be submitted
to the Authority Engineer for approval.
d. Heat-load calculation sheets accompanied by related manufacturer's data sheets to support
justification of proposed cooling systems shall be submitted to the Authority Engineer for
approval. Power consumption calculations to support proposed power distribution type and
size shall also be submitted.
13.3 Presentation of Documentation
a. All documentation shall be prepared in a clear, concise manner with appropriate illustrations.
Except otherwise specified by the Authority Engineer / Authority, all documentation except
drawings shall be double side printed on A4 size sheets. All documentation shall carry an
issue number, revision number and date. A uniform style and format shall be followed as
much as possible.
b. The draft of all the reports and documents shall be submitted to the Authority Engineer in
electronic form (PDF) only, for review and approval before submission of printed copies.
c. Three (3) printed copies (double side printed) and three (3) sets of electronic files on CD-
ROM or DVD of all documentation, manuals and drawings of as built conditions shall be
submitted. Electronic file shall be in the latest version of portable document format. In
addition, as-built drawing in the latest version of AutoCAD at the time of submission of
Technical Proposal must be included on CD-ROM or DVD.
d. In order to maintain liaison between parts of the EPC Contractor and the Authority,
documentation concerning each part of the Contract shall be produced as part of each
component job and not left until the preparation of the final manuals. Effort may be saved,
and familiarity with the presentation of information will be maintained by writing the
documentation during the Contract in a form suitable for inclusion in the relevant final
manuals.
e. All system manuals shall be available at the beginning of classroom training. Re-issues shall
be provided if site commissioning and testing makes this necessary.
f. If changes or modifications are required in any of the documents previously submitted, the
EPC Contractor shall fully describe the changes or modifications, and immediately submit
them to the Authority Engineer for approval.
13.4 Standard Documentation
Standard documentation shall be provided for the computer and peripherals (hardware and
software), programming manuals including the languages to be used, transmission equipment, air
conditioner, power supplies, and other standard products to be supplied under the Contract.
13.5 System Design Manual
a. The intent of the system design manual is to give an overall description of the ATMS including

Page 292 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
the digital transmission system and associated systems supplied under the Contract. The
manual may be divided into sections to cover all and every aspect of the systems. The
description shall be plain, and the detail of operation shall be left to other manuals with
adequate reference to them. The manual should provide cross references to the appropriate
manuals of the system when necessary to do so.
b. The system design manual shall completely define all functions, inputs, and outputs including
methods of entering inputs, methods of obtaining outputs, data structure and content, format,
sequence, and timing. The system structure and organization shall be described including all
the data flow paths through the system and all the data files in the system. This description
shall clearly present the functional relationship of the computer program modules with one
another and with all peripheral, monitor display, control desks, central controllers,
transmission equipment, detector, control centre equipment, office equipment, field
equipment or other equipment. An overall system flow diagram shall be provided.
13.6 Software Manual
The software manual shall be project oriented. The software manual shall therefore include the
application programs and database details.
13.6.1 Structure
The manual shall describe the overall software structure with particular attention to the points at
which further user programs can be interfaced. It is essential that the relationship of program
modules, their priority, and their calling sequences are explained in such a manner that it may be
clearly understood, especially by any competent programmer who wishes to specify or interface a
new program into the system.
13.6.2 Program Logic/Function
Operational objectives for each program shall be described. All logic and transformations on the
input data in order to generate output data and accomplish system functions shall be described,
together with their interaction, sequencing and time requirements. Derivations of any
mathematical equations shall be stated if appropriate.
13.6.3 Flowcharts
Each major section of the programming logic as described above shall be presented in greater
detail. The detail shall be developed into a format of flowcharts or other graphical methods using
statement and decision blocks to show the flow of information. Within each statement and decision
block sufficient information shall be presented to describe what is being accomplished.
Mathematical or engineering terminology and equations shall be incorporated when necessary to
fully describe the operations to be performed.
13.6.4 Output Formats
Sample output formats both printout and monitor display shall be provided from actual printer
output and monitor display with explanation for each item on the output format.
13.6.5 Data File in Database
The format of all data in the database shall be given together with the structure, type, format,
length, default value, and range of allowable value, if any. For constant file that contains system
parameters and constant, their value shall also be shown.
13.7 Hardware Manual
a. This manual shall provide a complete description of the hardware of all the system equipment
and components to be supplied under the Contract. Documents regarding component systems
shall be bound in separate volume for convenience of use.
b. The following information shall be provided for each applicable equipment or component:
13.7.1 Functional Descriptions
All information necessary to fully explain the basic function or use of the equipment shall be
provided. It shall include a block diagram presentation of the equipment.

13.7.2 Operating Procedure


a. The operating procedure shall be fully described in a simple and clear language. Appropriate
Page 293 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
illustrations shall be provided. Explanation and use shall be given to all the keys and switches.
Meaning of all meters and indicators shall also be explained.
b. A list of applicable test instruments and tools required to perform necessary measurements
shall be included. Setup tests and calibration procedures shall also be described if applicable.
13.8 Installation Manual
a. This manual shall provide a complete description of the installation procedures of all the
system equipment and components to be supplied under the Contract. Documents regarding
component systems shall be bound in separate volume for convenience of use.
b. The following information shall be provided for each applicable equipment or component:
13.8.1 Installation instructions
Comprehensive instructions (including drawings for site assembly) for correct installation and
connection of all parts of the Equipment, to be retained for reference purposes.
Instructions relating to each item of equipment likely to be installed separately.
13.8.2 Commissioning instructions
Set-up details of addresses, operating parameters, control ranges and limits, etc. Commissioning
procedures and tests.
13.9 Operator’s Manual
a. This manual shall comprise a concise set of procedures, the system operator may require
operating the system with a minimum of detailed technical description of the internal working
of the various parts of the system. Cross references to the appropriate manuals for detailed
technical descriptions however shall be provided.
b. The manual shall list specific procedures to be followed for both hardware and software
operations, which may have to be followed either by programmers or hardware engineers.
Instructions shall therefore be basic and detailed. A step by step procedure shall be given for
switching on and off power, controlling the equipment and for starting up and shutting down
the system. This shall include loading of the operating programs, checking that they are
running correctly, operation of variable message signs, TMCS camera, monitor display, graphic
display, and use of utility programs through keyboard and monitor display.
c. In addition to the routine operation, procedures shall be given for fault diagnosis. Typical
symptoms shall be listed, with corresponding corrective or emergency action to be taken.
13.10 Maintenance Manual
This manual shall describe both preventive and corrective maintenance procedures in such detail
that maintenance personnel can perform the proper maintenance work by reading this manual.
13.10.1 Preventive Maintenance
The manufacturer’s recommended procedures for proper preventive maintenance shall be
indicated to ensure reliable equipment operation. Specifications including defined tolerances for
all electrical, mechanical and other applicable measurements and adjustments shall be listed.
Periodical repainting servicing shall also be described. List of parts that require periodic
replacement shall be included.
13.10.2 Corrective Maintenance
a. This section shall provide the information necessary for isolation and repair of failure and
malfunctions. Accuracies, limitations and tolerances for all electrical, physical and other
applicable measurements shall be described. Instructions for disassembly, overhaul and
reassembly, including workshop performance requirements shall be provided.
b. Fully detailed step by step instructions shall be given where a failure to follow special
procedures would endanger the life of the operating or maintenance personnel, damage to the
equipment, improper operation, etc. Instructions and specifications shall be included for such
maintenance work that may be accomplished by specialized technicians and engineers in a
modern electro-mechanical workshop. Instructions concerning special test set up, component
fabrication, use of special tools, jigs and test equipment shall be included.
c. Maintenance procedures shall cover the diagnosis of faults, testing and setting up adjustments,
replacements of units and operation of test equipment.
Page 294 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
13.11 Product ‘End of Life’ Plan
a. Instructions for dismantling the equipment without causing damage
b. Details of re-usable/recyclable components, materials and the coding system used to identify
them,
c. Details of any precious metals
d. Details of any hazardous substances, heavy metals or other pollutants with instructions on
their safe handling and disposal.
13.12 As-Built Drawings for Whole Works
a. The EPC Contractor shall submit three (3) copies of as-built plans and drawings to the
Authority within reasonable time after the Tests on Completion for the Whole Works but not
later than three (3) months prior to the Completion. As-built plans and drawings to be
submitted by the EPC Contractor shall include but not be limited to:
1) Detail drawings of all equipment,
2) Variable message sign support, TMCS camera pole, detector pole (if any), etc. with fittings
(civil structure plans and drawings),
3) Equipment layout,
4) Communication cable network diagram, fibre assignment diagram and final BOQ for the
cable work
5) Conduit route diagram, handhole, manhole layout and final BOQ for the conduit work
6) Traffic Management Centre operator room and machine room layout,
7) Data cable connection diagram at Traffic Management Centre and other ,
8) Power distribution diagram,
9) Traffic Management Centre and sub-centre building,
b. These plans and drawings shall incorporate changes made during the installation and training.
A uniform legend shall be used throughout the documentation.
13.13 Programs on CD Disk
As part of the documentation, The EPC Contractor shall provide a copy of all source programs
which have been coded for this system on a CD-ROM or DVD ready for compilation. The source
programs shall be written in English and compatible with the flowcharts and program listings. In
addition, a copy of the operating system, utility programs and other programs used in the CPU shall
be provided on a CD-ROM or DVD which can be readily loaded.
14. Quality Assurance
a. The ATMS equipment provider shall have in place a quality system complying with ISO 9001,
for the activities of design, development and production of the ATMS equipment to be supplied
unless otherwise agreed by the Authority Engineer. The quality system shall cover each and
every location where such activities are undertaken.
b. The Authority Engineer shall audit the potential supplier's quality system and test facilities
before approving use of the proposed supplier. Authority reserves the right for the same.
c. The following requirements must also be considered:
i. The design and installation of Electrical Installations shall comply with the requirements
of the Bureau of Indian Standards.
ii. The EPC Contractor shall be required to provide, at their own expense, samples of the
proposed equipment and all associated approvals, test reports and schedules to verify that
the equipment meets all of the Authority’s requirements.
15. On-line Access Facility during the Operations & Maintenance phase
a. The systems commissioned by the EPC Contractor shall provide, during the entire period of
the Contract, adequate remote access (via-internet) to the Authority Engineer and Authority
for on-line evaluation of the functioning of each equipment / sub-system, including all field
equipment. The EPC Contractor shall also provide the Authority Engineer and Authority a

Page 295 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
suitable tool for the same. In the case of TMCS, VIDS, ANPR Cameras, this tool shall also support
the facility of observing real-time images from each camera by remote operation of the Pan-
Tilt-Zoom facility. Authority reserves the right to include the results of any such examination
by Authority and / or Authority Engineer in the achieved service levels for the period under
evaluation.
b. The toll shall also provide the real-time access of the ATMS Dashboard, GIS Map, NMS, FMS,
Report module for entire stretch as well as each sub-centre, etc.
c. For the purpose of enabling the above on-line access facility, each of the equipment / sub-
systems shall be Internet Protocol (IP) based supporting the Simple Network Management
Protocol (SNMP).
d. The above tool shall also include a feature by which the Authority and Authority Engineer can
generate detailed performance, violation, event, incident, operation and maintenance reports
without the need for any support / intervention from the EPC Contractor’s personnel.
e. The tool shall also provide the feature to playback any video without affecting the Control
Room operations.
f. The limited access shall also be provided in the Police Control Rooms, Dial 112, and City ICCC.
The access shall be provided to other enforcement agency also only upon approval of
Authority. The agencies shall be able to view ATMS dashboard, GIS Map, live and recorded feed
from all the cameras, reports relevant to the department. The reports to be provided shall be
finalised in consultation with Authority Engineer and concerned agency and shall be approved
by Authority. The Police and enforcement department shall have the option to search any
vehicle details by entering the vehicle number, along with date time location filters, as
applicable. The authorised users shall also have the option to download / save any video
recording, image, relevant report (as per the permission), etc.
g. The ATMS central processing system shall keep the logs of each and every activity of the users
on the On-line Access Facility, included IP address, username, data access, downloaded video
/ clip logs, etc.
16. Integration
a. Integration activities of the ATMS project shall be coordinated and undertaken such that all
systems, subsystems, ATMS equipment and ancillary components are integrated with the
ATMS Control Centre hardware and in accordance with the detailed project design
specifications.
b. All integration activates shall be coordinated with the Authority Engineer prior to
commencement of any integration activities and shall be agreed in accordance with the project
program.
c. Integration activities shall include the telecommunication nodes (i.e. Managed Ethernet
Switches) with the existing and/or proposed fibre optic Ethernet telecommunications
network for the design and connectivity of the ATMS Project.
d. All ATMS equipment shall be managed and operated by the ATMS Control Centre. The ATMS
equipment shall be integrated as identified in the design drawings and/or specifications, into
the ATMS Control Centre.
e. The ATMS System shall be integrated with the AFS (ANPR cum FASTag System) deployed by
Authority under a separate contract for user fee collection system on the project / NH Stretch.
f. EPC Contractor shall integrate the VIDS system installed on the project / NH stretch by
Authority under a separate contract for blackspot monitoring.
g. The ATMS System shall be integrated with the RO Control Centre (RCC), Incident Management
System (IMS) deployed at PIU, and ITS Command Centre (ICC) at Authority HQ for seamless
streaming of data / video of all cameras installed on the project by the EPC Contractor, incident
monitoring / management, facility management system at each of these locations, as per the
requirement of Authority.

17. Training
17.1 General

Page 296 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
a. A training program as specified herein shall be provided for the management, operation, and
maintenance of the Highway/expressway management system, digital transmission system
and associated systems. All training shall be conducted either in Project City or at site.
b. The objectives of the training are for the Authority Engineer and Authority officials to
understand the functions and the operation of the various systems, and to make them familiar
with the proper use of the equipment, software supplied, traffic management operation under
the contract.
c. The EPC Contractor shall develop all materials required for training in English and furnish
three (03) copies of each manual, class note, visual aid, and other instructional materials to the
Authority Engineer and Authority for distribution to the attendants. The manuals, instructions,
and training notes shall be in loose-leaf binder form.
d. The outline of the lectures or demonstrations and a sample or description of all training aids
shall be submitted to the Engineer for review at least thirty (30) days prior to their proposed
presentation or use. Written approval by the Authority Engineer of these materials shall be
required prior to the scheduling of training sessions and/or the production in quantity of any
training materials.
e. The minimum content and duration (contact hours) of classroom training sessions shall be as
specified herein, plus such other topics as are necessary, to ensure effective training.
Notwithstanding the contact hours specified herein, all training shall be effective and shall be
completed by the EPC Contractor to the satisfaction of the Authority Engineer and the
Authority.
17.2 Management and Operations Training
a. The management and operations training shall include classroom instructions, on site
demonstrations, and follow-up reviews. The training shall be designed for the Engineers and
control centre operators (up to 20 persons) and shall cover all operating procedures and
database management of all equipment comprising the ATMS.
b. The initial classroom instructions and on-site demonstrations shall be completed during trial
operation for whole works and the follow-up reviews shall be completed during the first two
(2) months of the guarantee period. The contents of this training shall include as a minimum
the following:
17.2.1 Training program - System Management (Minimum of 12 contact hours)
1) System operation
2) Operations overview
3) Data requests and data displays
4) Functions and duties of control centre personnel
17.2.2 Training program - Control Procedures (Minimum of 24 contact hours)
1) Server, operator console and peripheral equipment operations
2) Orderly start-up and shut-down
3) Use of diagnostic programs and procedures
4) Response to alarms, errors and faults
5) Interpretation of alarms and fault messages
6) Operation of TMCS equipment
7) Operation of the VIDS equipment
8) Operation of the ATCC application
9) Operation of the TTMS application
10) Operation of the Probe data system
11) Operation of the VSDS equipment
12) Operation of Graphic Display and monitor display
17.2.3 Training Program - Analyst Procedures (Minimum of 24 contact hours)

Page 297 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
1) Data requests and data displays of operator console
2) Data base management
3) Coding input
4) Edit checks
5) Insertion, deletion and alteration of data
6) Modifications
7) Addition, deletion or alteration of default values and parameters
8) Interpretation of displays and reports
17.2.4 Training program - Maintenance Training
a. The maintenance training shall cover trouble shooting and maintenance procedures for all
newly installed equipment and the use of maintenance tools, equipment, and test instruments.
It shall be completed within six (6) months of the issuance of the Certificate of Completion for
the Whole Works.
b. The training shall include at least 80 contact hours of classroom instructions and hands-on
workshop sessions, and on-the-job training:
c. The classroom lectures shall cover at least the following:
17.2.5 Training program - Traffic Management Centre
1) Central Processing System Server and operator console
2) Peripherals
3) Graphic Display
4) Data gathering processor
5) TMC server
6) ATMS Software
7) ATCC application
8) TTMS application
9) Probe data system
10) VSDS server
11) Communications and Ethernet
12) Layer switch, router, and hub if applicable
13) Wireless communication system
14) Facility monitoring central controller
15) Metallic and optical fibre cable
16) Power supply and distribution
17.2.6 Field equipment
1) TMCS equipment
2) VIDS equipment
3) VSDS equipment
4) Facility monitoring equipment
17.2.7 Workshop
A workshop shall be conducted on
1) Test equipment
2) Test procedures
3) Repair procedures

Page 298 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Further,
a. Hands-on training shall focus on the diagnosis of the fault and malfunction and include but not
be limited to the following:
1) Diagnosis of TMCS
2) Diagnosis of VIDS
3) Diagnosis of ATCC application
4) Diagnosis of TTMS application
5) Diagnosis of VSDS
6) Diagnosis of Ethernet
7) Diagnosis of data transmission system
8) Diagnosis of facility monitoring system
b. On-the-job operation and maintenance training shall be provided for Authority operation and
maintenance staff or staff of contractor (up to 15 persons) and shall commence on the
conclusion of the classroom and workshop training sessions and continue until Taking Over
Certificate of the Works. Indian counterpart staff will be designated for this purpose. Salaries
overtime pay and cost of allowances of these staff will not be the responsibility of the EPC
Contractor, but the EPC Contractor shall be fully responsible for providing all necessary
instructions, manuals and tools, and for all other non-salary related cost. The EPC Contractor
shall specify the equipment, tools, and other items to be provided in the Technical Proposal.
17.2.8 Training program – Operations
1) Introduction to the Operations and Maintenance procedures for the highway (based on the
O&M manual)
2) Routine monitoring of the Highway
3) Incident Management procedures
4) Incident detection and validation
5) Incident logging
6) The use of checklists for fail-safe incident management
7) Communication with other stakeholders of incident management
8) Active monitoring of Incident management
9) System performance monitoring
10) Routine monitoring
11) Logging failures / events
12) Communication with maintenance engineers
18. System Operation and Maintenance
a. The EPC Contractor shall perform System Maintenance (O&M) for a period mentioned in the
Contract Agreement meeting the requirements provided in the relevant Schedules.
b. The EPC Contractor shall deploy adequate number of trained personnel at site and at their
back office to ensure that the above requirements are met. The EPC Contractor shall submit,
to the Authority Engineer and Authority, weekly reports on their Maintenance.
19. Information Security
a. The EPC Contractor is required to ensure that the system being provided operates in a secure
manner. The solutions offered shall be in accordance with Information Technology
(Reasonable security practices and procedures and sensitive personal data or information)
Rules, 2011 published vide Government of India Notification No. G.S.R. 313(E) dated 11th April
2011.
b. The EPC Contractor is required to ensure that the system being provided shall adhere to the
model framework of cyber security requirements set for Smart City (K-15016/61/2016-SC-1,
Government of India, Ministry of Urban Development).
Page 299 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
c. The EPC Contractor shall have familiarly with ISO 27001 or procure the necessary expertise
in developing and delivering solutions in line with information system security best practice.
At least one of the System Maintenance Engineer/ Manager deployed at site shall have
relevant information security certification from any renowned institute.
20. Spares, Consumables and Maintenance Equipment
20.1 General
The EPC Contractor shall furnish the specific spare parts, consumables and maintenance
equipment as indicated in the Tender Schedule.
20.2 Recommended Spare Parts and Maintenance Equipment
a. The EPC Contractor shall provide in his Technical Proposal detailed information on spare parts
and consumables necessary for the continuous operation and maintenance of the equipment
to be installed under this Contract through the guarantee period and five (05) additional years
following the system acceptance. The information shall include identification, source of supply,
and availability for the next 10 years. Recommended quantities for five years of maintenance
for these spare parts and consumables shall be listed in the Technical Proposal “Spare Parts
and Maintenance Equipment”.
b. The EPC Contractor shall also identify maintenance equipment, tools, testers, and measuring
apparatus which will be required to effectively maintain the highway/expressway
management system and provide all necessary details in his Technical Proposal. The costs of
furnishing the equipment shall be quoted in the "Proposed Rates and prices of Recommended
Spare Parts and Maintenance Equipment.” The recommended maintenance equipment should
include, among others, the following:
1) Maintenance computer (workstation type)
2) Field maintenance computer (Industrial Grade Laptops)
3) Digital multi meter
4) Level meter
5) Insulation resistant meter
6) Dielectric strength meter
7) Ground resistance meter
8) Oscilloscope
9) Network analyser
c. Operation, simulation and diagnosis software developed specifically to the equipment to be
supplied under the CONTRACT shall be supplied in CD-ROM or DVD. They shall be also
installed in the maintenance computer.
d. The Authority reserves the option to require the EPC Contractor to furnish any or all of the
recommended spare parts, consumables, and maintenance equipment.
20.3 Parts Supply Guarantee
a. The EPC Contractor (EPC Contractor), his legitimate successor or his designate, shall
guarantee for a period of seven (7) years from the date of commencement of the O&M period
and that he will supply promptly upon the written request from the Authority any parts,
components or equipment incorporated in the System even after completion of the Contract
period. This Clause shall not necessarily be construed to read that the EPC Contractor be
required to maintain the inventory to cover the entire items for anticipated requirement for
such purpose through the 7 years’ period. Because of discontinuation of production of such
particular items or because of any reasons beyond his control, if the EPC Contractor fails to
supply the requested parts, components or equipment, he shall satisfy the need of the
Authority by whatever appropriate substitutes available with consent and approval of the
Authority, but always in such a manner and outcome that the substitutes can maintain or
improve the Works’ performance or capabilities as a whole.
b. The EPC Contractor shall be paid as per the rates mentioned in the Indicative list of key
components or as determined by the Authority, for supply of parts requested by Authority
after completion of the Contract period.

Page 300 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 301 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Section 02 Design Requirements
1. General
a. The EPC Contractor shall undertake the detailed design of Advance Traffic Management
System (ATMS), Digital Transmission System and associated facilities and works, hereinafter
collectively referred to as ATMS. The ATMS shall meet all the design criteria stipulated in the
System Specifications. The component systems comprising ATMS to be constructed under the
Contract shall include but not be limited to the component systems:
b. All systems to be installed under this Contract shall be capable of continuous, unattended, 24
hours a day, 7 days a week operation under the environmental conditions prevailing on the
Project Highway. Should the design require periodic replacement of any equipment or
component, the replacement schedules of such equipment or component shall be described in
the Technical Proposal and in the maintenance manual.
2. Technical Proposal
The Civil Contractor may shortlist the ATMS Sub-Contractor and shall submit the Technical
Proposal of the ATMS Sun-Contractor to Authority for review and approval of the Authority
Engineer before awarding the work.
The technical proposal shall comprise of the following:
a. The EPC Contractor shall describe the proposed works in sufficient detail in his Technical
Proposal to enable the Authority to evaluate the technical adequacy of the proposed system.
The Technical Proposal shall include the statement of compliance with the Specifications
indicating whether the proposed equipment comply with the specified requirements. If the
proposed system does not comply with the Specifications, the details of differences shall be
described together with the alternative features of facilities offered. The Authority may reject
the non-compliant proposal.
b. The EPC Contractor shall propose and describe in detail in his Technical Proposal the
approach, methodology, technology and procedure of the detailed design of the expressway
management system, traffic management system, digital transmission system and associated
works. Expected output of the detailed design shall be described together with the submission
schedule for review and approval by the Authority.
c. For the items for which type, procedure, method, or configuration is left to the supplier’s
design, The EPC Contractor shall clearly indicate in the proposal the type, procedure, method
or configuration he chooses with reason.
d. The Technical Proposal shall describe in detail how the system requirements defined in the
Tender Documents will be achieved with block diagram, data flow, and timing chart.
e. The EPC Contractor shall not submit an alternative proposal. Authority shall reject such
alternative proposal.
f. The Technical Proposal shall be written in the same sequence as the Specifications. Where the
supporting documents are provided, a cross reference shall be prepared. The Technical
Proposal shall be written in English.
g. The Technical Proposal shall include the description of system as a whole and equipment
comprising the System. The description shall include how the requirements of the
Specifications are achieved. If necessary, block diagram, flowchart, timing chart or other
explanatory documents shall be attached.
h. Equipment comprising the system shall be defined. For each equipment, the following items
shall be stated:
1) Electrical and/or mechanical specifications
2) Specifications of interface with other equipment
3) Human-machine interface, if applicable
4) Environmental conditions
5) Physical dimensions
6) Power consumption
7) Operation console layout
Page 302 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
8) Brand, make, model, and/or type (only one for each component)*
9) Catalogue, brochure, or other supporting document (if any)
*Technical proposal with more than one make/model for each component shall be
rejected.
i. The EPC Contractor shall submit the layout plan of the Operation Room in the Technical
Proposal for reference
j. The EPC Contractor shall include in the Technical Proposal the software quality assurance
program that he intends to adopt in developing the software.
k. The EPC Contractor shall propose in the Technical Proposal the feasibility and ease with which
such applications (additional software packages to run concurrently with the software
provided under the Contract) might be implemented using the Advance Traffic Management
System proposed by him and shall advise the spare memory capacity and processing power
which could be available, but not necessarily provided, within the proposed computer to allow
such applications to be implemented.
l. The EPC Contractor shall state in the Technical Proposal, the third-party software that he
proposes. If the EPC Contractor proposes the third-party program that is of limited use, he
shall explain the reason for using it in the Technical.
m. Systems and subsystems that minimize the possibility of either the failure of any single
component or the module which may cause total system failure shall be provided by the EPC
Contractor in Technical Proposal and later in Design Document. Failure of one component or
module shall not cause the failure of any other component or module.
n. The EPC Contractor shall describe in his Technical Proposal application software to be
provided to the servers and workstation in the Traffic Management Centre required
hereunder.
1) Graphical presentation of module and components comprising application of servers and
workstation.
2) Data processing flow in the form of class diagram, use case diagram, sequence diagram, or
data flow diagram
3) Scale or size of the module and components, and programming language used
4) Extent of the development required for the Project
o. Attested copy of the Certifications, test reports, etc. specified in this Document.
p. Any other item / document / information specified in this Document for submission in
Technical Proposal/ design document or sought by the Authority/ Authority Engineer.
3. Detailed Design
3.1 Design Briefing
Within 15 days of commencement date of the Works, the EPC Contractor shall conduct a design
briefing session in the development centre of the EPC Contractor. The design briefing shall cover
all the system components and civil works included in the Contract. The main objective of the
briefing is to acquaint the Authority Engineer and Authority with the design concept and outlines
of the proposed systems, and to allow them to examine whether or not the EPC Contractor’s design
complies with the Contract.
3.2 Design Review and Approval
a. Within 1.5 months of commencement date of the Works, the EPC Contractor shall submit a
Final System Detailed Design to the Authority Engineer for his review and approval. The
System Detailed Design shall provide detailed information of the proposed system, including
system configuration, block diagrams, input and output, flow charts, interface, inter-
connections, design calculation and manufacturer’s specification sheets for all systems and
shall cover all necessary hardware, software, database and operating procedures.
b. The EPC Contractor shall submit System Detailed Design for each component system as it is
completed. The EPC Contractor shall further focus on completing the design of all components
to expedite the project implementation. If design change is necessary for the portion of the
detailed design that has been submitted and approved due to the design of other portions,

Page 303 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
revised detailed design shall be submitted with the modification noted for approval.
c. The EPC Contractor shall not, without specific approval in writing by the Authority Engineer,
place any material, part or component on order, nor commence manufacturing of any
equipment or software coding until the System Detailed Design has been approved by the
Authority Engineer. The EPC Contractor shall not implement any changes on the approved
system design without prior approval of the Authority Engineer.
d. The approval of the System Detailed Design by the Authority Engineer, however, does not
relieve the EPC Contractor from delivering a fully operational and reliable system.
3.3 Hardware System Design
The hardware portion of the System’s detailed design shall include among others the following:
1) Functional and physical system block diagram of each component system.
2) Connection and interface between the blocks in the block diagram.
3) Functions, capacity, input, output, and method of operation.
4) Response time, delay, allowance, attenuation, loss and other figures as appropriate for
applicable equipment.
5) Environmental and physical design specifications of the equipment. Manufacturer’s product
specification sheets may be accepted for standard products.
6) Power consumption of each equipment.
7) Cable network diagram.
8) Cable work plane plan.
9) Conduit line plan.
10) Equipment layout in the machine room at the Traffic Management Centre, at Service Area, and
Toll Plaza Office.
11) Layout in the control room at the Traffic Management Centre including civil works, interior
works and lighting plan.
12) Manner of installation.
3.4 Software System Design
Software portion of the System Detailed Design shall include, as a minimum, description of module,
identification of tasks, priority level, execution schedule, input and output, algorithms and
parameters, database structure and contents, parameter update procedures, data flow, calling
sequences, error detection, backup and recovery and programming languages.
Structure of software shall be simple and straightforward. Interdependency and interaction
between modules shall be clear and kept to minimum to prevent defect in one module from
affecting many modules. Data and parameters shall be separate from the program and kept in the
database.
3.5 Operating Procedures
Operating procedures for all systems and equipment of ATMS shall be identified and described in
detail in the System Detailed Design. Frequently used operating sequences shall be described in a
step by step manner.
Full proof mechanism shall be incorporated in the operation procedure to prevent any inadvertent
mistake to cause serious damage to the system, highway/expressway operation and driver’s safety.
4. System Configuration
The EPC Contractor may adopt a system configuration as long as the functionality and performance
of the system meet the system requirements specified herein. It is the EPC Contractor’s obligation
to show that the proposed system will satisfy all the requirements in the system specifications.
4.1 Traffic Management Centre System Network
It is required that the Traffic Management Centre server system employs an open network
architecture consisting of several servers, operator consoles and central controllers connected
through a standard local area network based on TCP/IP. To ensure a high level of reliability and

Page 304 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
operational flexibility, it is required that the operator console connected to the network shall
complement each other and shall not be dedicated to a specific function. Breakdown of an operator
console shall not affect the normal operation of the system and in any aspect. Database server shall
have a redundant configuration of RAID system or similar highly reliable configuration.
4.2 Component Systems
1. The ATMS to be constructed on this highway/expressway composes of many component
systems as described above. Some of them are closely integrated with other systems, while
others are stand-alone system with no data exchange with other systems. All of them shall be
designed with a consistent design policy and concept to achieve the overall objectives of the
total system. Functional and performance requirements for each component system are
defined in these specifications. The EPC Contractor shall undertake the detailed design of each
system in such a way that the total system is efficient, reliable and user friendly in operation.
The system design shall incorporate the latest technology in each field but propriety
technology available from a single vendor only shall be avoided.
2. All ATMS equipment shall work 24 hours a day on all days of the year.
3. All type of cameras shall support ONVIF profile S/G and shall be FCC Class A, UL, CE, BIS
certified. The cameras shall be provided with minimum 128GB internal/local storage (Class
10 or better SD card).
4. All Servers, Storage, Computing, LPU, Networking, Security devices etc. shall be BIS certified.
5. The MAC (Machine Authentication Code) address of all the equipment shall only be registered
in the OEM’s name.
6. All modules except ATMS CPS application shall be third-party COTS (Commercially available
off-the-shelf) enterprise edition software and only third-party COTS enterprises edition
software shall be provided for the software/ solution/ application / module specified as COTS
in the ToR/BOQ and no customised or proprietary software/ module of the Contractor shall
be provided for applications such as NMS, VMS/VAMS, GIS, etc., as approved by
Authority/Authority Engineer.
4.3 Reliability
1. Each type of ATMS equipment shall be designed to operate continuously for a period of time
as specified in the relevant section of this document, when used in the ATMS project
environment.
2. Generally, each item of ATMS equipment shall have a Mean-Time-to-Repair (MTTR) (time to
full normal operation following a failure) specified under required service levels in the
associated Service Level Agreement contract. Equipment failure and MTTR metrics will be
monitored and recorded through an exclusive ATMS Facility Management system (FMS) that
shall be continuously maintained for audit by Authority or its authorized representative.
4.4 Digital Transmission System
Digital transmission system for data exchange between field equipment and central equipment
shall use IP based transmission system complying with the established international standards
such as ITU/ IEEE. All data transfer between the central equipment and the field equipment
including video streaming and image shall be made in digital format except the section between
local controller and the terminal device. Internet based and wireless transmission system shall
also
In addition, the ATMS shall support communication with Internet of Things (IOT) equipment/
systems utilizing the associated standard protocols like MQTT
4.5 Traffic Management System
The Traffic Management System shall have high reliability, accuracy and security in design.
Stoppage of the total system shall not be allowed under any circumstances. Redundant hardware
configuration shall be adopted for key components to ensure continuous operation. Data backup
mechanism shall be used to prevent data loss. Operation log shall be kept to allow tracing of
operation in case of any dubious event. Mechanism shall be incorporated in the system design to
prevent illegal or fraudulent activities by the Control room operators.
5. Space for ATMS Facility
Suitable space for the Control Centre (i.e. Traffic Management Centre) and Sub-Centres, having

Page 305 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
minimum plinth area of 250 sqm will be provided by the Civil Contractor for setting up of the
Control Centre and Sub-Centres. The building shall be designed by the Civil Contractor in
consultation with the Authority Engineer such that it is sufficient to accommodate the entire
system along with further scope for extension.
5.1 Traffic Management Centre and Sub-Centres
A Traffic Management Centre shall be constructed at the site near the Highway on the top floor of
the Toll Plaza Control Building or any other suitable building on the project stretch with sufficient
space for setting up TMC. All central equipment including server network, multi-screen wall map,
data communication system, voice communication system and associated equipment will be
accommodated in the office. System operator will station at the office and manage the traffic on the
highway. One TMC shall be provided for each project stretch. Sub-Centre shall be provided at every
toll plaza other than the Toll Plaza that accommodates TMC, such that entire stretch is
proportionately divided in sections of up to 80 kms between the TMC and sub-centres.
In case toll plaza building is not available, the TMC and sub-centre (as applicable) shall be
constructed by the EPC Contractor on the project stretch to fulfil the above requirement.
6. Power Supply
a. The input power supply of any equipment shall not be connected to any electric components
except arresters without connecting first through fuses, power switches and circuit breakers.
b. All equipment shall be provided with a clearly visible label indicating the input power supply
type (AC or DC) and voltage. All equipment shall operate with the power supply of 230V plus
or minus 10 percent, and 50 Hertz plus or minus 3 percent. All field equipment shall operate
normally under instantaneous power supply interruption of 20 millisecond or shorter.
c. The power supply voltage available in the field will be 230V AC. Unless specified otherwise or
with the approval of the Authority, all field equipment shall be designed to operate directly on
230 V AC. The EPC Contractor shall be responsible for arranging the terminal devices
necessary to receive the power supply.
d. System enclosures shall include a power distribution subsystem for supplying power to each
component within the enclosure and related / inter- connected equipment. The circuit
breakers shall be properly sized according to the expected loads of the concerned equipment
and to meet relevant electrical code requirements.
e. All electrical equipment and cabling shall be provided in accordance with relevant BIS
standards. In case there no relevant BIS standard exists the BS 7671 standard shall be
applicable.
f. The power distribution panel shall be directly fed by the main circuit breaker at the electrical
point of service. The power distribution assembly shall include an interface and connection to
the UPS (where provided). The power assembly shall be connected to the earthing system.
g. The enclosure shall be earthed in accordance with the relevant BIS and NBC 2016 regulations.
h. The enclosure shall include a 230Vac 15 Amps 3-pin dual socket power outlet conforming to
BIS standard.
i. The power sockets shall be installed in accordance with relevant BIS standard.
j. Surge Protection Devices (SPDs) shall be provided at main’s entry level (LT Panel level /
Entry panel – 230/400 V AC or at UPS level) for each external cable (related to power supply,
signal, data or any other), connection which is terminated at any item of exposed external
equipment, or routed through an outdoor area at equipment location and building. The SPD
shall be rated in accordance with IEC 61643-11 and NBC 2016, the latest and valid standards.
It shall be non-exhausting metal encapsulated, spark gap-based technology. The SPD shall be
tested as per IEC 61643-11:2011 (or equivalent EN 61643-11:2012) from KEMA or VDE
international independent test labs. The SPD shall be rated for 255 V. It shall be capable to
discharge Lightning current (10/ 350 µs) of 25 kA for L-N and 100 KA for N-E. The device shall
have voltage protection level of device shall be ≤ 1.5 KV including inbuilt fuse. The SPD shall
have current extinguishing capability [L-N]/[N-PE] : 100 KArms / 100 Arms. The device shall
have followed current limitation/Selectivity resulting in no tripping of a 35 A gL/gG fuse up to
50 KArms. The device shall have built in fuse and operation of SPD shall be independent of
Line current. No requirement of additional overcurrent protection. The device shall have
mechanical indication-based health indication for L-N and N-PE SPD along with the common

Page 306 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
potential free contact / changeover contact for remote monitoring.
k. Network Surge Protection Device (SPD): The different components of system shall be
installed with surge protection device in accordance with IS/IEC 62305-4, the
selection/location shall be decided depending upon the criticality of the application. The
communication interfaces shall be installed with suitable SPD. SPD for POE shall meet the
latest standards and suitable SPD for 12V DC supply and 5V DC supply, as applicable and
complying to IEC 61643-21 / EN 61643-21 shall be installed and shall be UL approved.
7. Design Life
All components and materials used in this Contract, excluding consumable items such as lamps,
shall be of a design life of 10 years or longer, used for ATMS, and unless specifically stated
otherwise in the System Specifications. The Authority may approve components with a shorter
design life if they are easily replaceable and a 10-year design life is generally considered infeasible
or uneconomical. The replacement of such equipment shall be possible without displacing other
component.
8. Environmental Conditions
8.1 General
All equipment shall be designed to operate properly under the environmental conditions normally
encountered at the site of the equipment and shall conform to the minimum requirements
specified herein.
8.2 Environmental Conditions
a. Unless specified otherwise, indoor equipment shall be designed to operate in the temperature
range of 0 to 35 degree Celsius, and the relative humidity range of 5 to 85 percent, whereas
outdoor equipment shall operate in the ambient temperature and relative humidity ranges of
-10 to +55 degrees Celsius and 40 to 90 percent non-condensing humidity, respectively.
Adequate protection from moisture condensation, fungus, rust, insects, rodents, and dust shall
be provided.
b. All equipment shall be adequately treated to prevent rust and corrosion due to high humidity
or moisture condensation. All galvanized steel surface shall have a minimum plated zinc
amount of 350 g/m2. Any signs of rust or corrosion occurring within the guarantee period
shall be deemed a defect and the EPC Contractor shall be responsible for correcting, at his own
expense, the defect to the satisfaction of the Authority.
8.3 Wind
All outdoor equipment and their support, individually and fully assembled and installed as a whole,
shall withstand an instantaneous wind velocity of at least 30 m/sec. or the wind velocity recorded
on the Project Stretch till date, whichever is higher. The EPC Contractor shall also obtain the
certificate from the concerned Metrological Department regarding the maximum recorded wind
velocity on the highway/expressway stretch.
9. Cabling and Wiring
All cables and wires shall be of good quality, conforming to normally accepted industry standards,
and shall be of the proper type and have sufficient ratings for the particular application.
a. All exposed ends of unconnected cables and wires shall be coated with watertight sealing
compound or sealing tape to avoid damage to conductors. All communication cables used
shall have a clearly marked label securely fixed near each end in accordance with the cable
network diagram.
b. All cables and wires shall be adequately protected from the edges of equipment housing or
other surrounding objects. All of the cables and wires shall be neatly arranged and securely
placed in such a way that all terminals are relieved of the weight of the cables. Terminals shall
be coded, identified and labelled according to wiring diagrams. Live metal shall be recessed
or protected to avoid accidental contact.
10. Grounding
a. All exposed metal not forming part of the electrical circuitry, including equipment enclosures,
cable supports, structure and pole shall be grounded to the earth.
b. Equipment which is supplied with voltages of 100 volt or more shall be provided with

Page 307 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
grounding terminals insulated from their frames. Control centre equipment shall be equipped
with a grounding terminal of earth resistance of 10 ohms or less. Field equipment shall be
equipped with a grounding terminal of earth resistance of 100 ohms or less.
c. Compensation for furnishing and installing grounding equipment shall be included in the
prices of various BOQ items and no separate payment shall be made, therefore.
11. Protection against Lightning
a. All outdoor equipment shall incorporate gap arresters or other suitable device approved by
the Authority Engineer to prevent lightning damages which may enter through input AC lines,
communication cables, signal cables, detector feeder cables or other metallic elements
exposed to the open air.
b. Compensation for furnishing and installing lightning protection equipment shall be included
in the prices of various BOQ items and no separate payment shall be made, therefore.
c. Earthing of all equipment shall be made by using UL listed 3-meter copper bonded rod
(minimum 250 micron) with 17 mm dia, complying with NBC 2016, IS 3043 and IS/IEC
62305-1/2/3&4 standards. The resistance value shall be as low as possible in every case.
Above ground metal piping in the process/valve area (subject to non-Cathodic protected) shall
be Earthed.
d. From the viewpoint of lightning protection, a single integrated structure earth-termination
system is preferable and is suitable for all purposes (i.e. lightning protection, power systems
and telecommunication systems). The earthing system of a number of structures shall be
interconnected so that a meshed earthing system is obtained. This will give low impedance
between buildings and has significant lightning electromagnetic pulse (LEMP) protection
advantages. Thus, different earthing systems like lightning protection earthing, electrical
earthing, safety earthing, electronics earthing etc shall be interconnected.
e. Isolating spark gaps (ISG) shall comply to IEC 62561-3, used at the places where direct
interconnection is non-permissible to create equi-potential bonding throughout the earthing
system at the event of lightning with lightning impulse current (10/350 µsec / Iimp) up to 100
kA and rated impulse sparkover voltage of ≤1.25 KV with IP 67 degree of protection.
12. Cabinets
a. All equipment cabinets for outdoor uses shall be of rainproof and rustproof construction with
smooth exterior and adequate protection against moisture condensation and shall be made of
high-quality steel or stainless-steel plates of adequate thickness. Steel plate cabinets shall be
treated with sand blast before painting or equivalent rustproof measures.
b. Past experience has indicated that condensation may develop inside a completely enclosed
outdoor cabinet connected with underground conduit due to breathing effect which is caused
by a change in ambient temperature even when the conduit is sealed by foamed sealant. The
EPC Contractor shall state in his Technical Proposal how he will overcome this problem.
c. Cabinet doors shall permit complete access to the interior of the cabinet and shall encompass
essentially the whole area of the front surface of the cabinet. All door hinge pins shall be of
stainless-steel construction.
d. All outdoor equipment cabinets shall be equipped with a build-in lock and door open alarm
integrated with the Control centres. All cabinets for the same type of equipment shall have an
identical lock. The specified number of keys for each type of cabinet shall be furnished to
Authority Engineer.
13. Pole
a. 12-meter poles shall be used to mount TMCS and VIDS cameras.
b. Pole cross section shall either be circular with a typical outer diameter of 150 mm or square
cross section.
c. The joint(s) shall be seam welded.
d. The fully fabricated pole column shall be of stainless steel/galvanized /Enamel
Painted/powder-coated to an appropriate minimum coating thickness.
e. The poles shall incorporate suitably designed holes on the sides to allow for electrical cables
to enter or exit the pole undamaged.

Page 308 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
f. The bottom portion of the pole shall be treated for corrosion resistance in accordance to the
installation site.
g. The structural design shall conform to relevant standards and shall be certified by a statutory
Authority for structural integrity and maximum allowable vibration (typically caused by Wind
forces and other external stimuli) to ensure a stable image at full optical zoom of the camera
mounted on it.
h. An access door at the bottom of the pole shall be provided at a typical height of 0.5 meters from
the base for the termination panel. The typical door dimensions shall be 125mm wide by 500
mm high. The access door shall of sliding type, top to bottom direction, so that it remains closed
even when the clamp /hook to hold it is removed. The sliding rail shall be welded inside the
pole.
i. Deflection due to wind shall not exceed 0.1 degrees at a wind speed of at least 28m/s with the
equipment mounted on the pole.
j. Suitably sized powder coated terminal box and terminal block assembly shall be provided and
be treated as a part of the pole. It shall be installed on the pole near the bottom end and the
joint, cable entry/exit points (or glands) shall be sealed using a waterproof sealant to avoid
water ingress into the box or the pole base.
14. Mounting Arrangements
a. All mounting arrangements for ATMS equipment shall comply with the requirements of that
equipment as detailed in this specification.
b. The foundation and the foundation bolts for Ground mounted enclosures, poles etc. shall be
fabricated using a suitable (site specific grade of steel) material. The assembly shall be
galvanized to a minimum coating thickness of 100 microns for poles, plates etc and up to 55
microns for the bolts and other accessories.
c. Galvanized Nuts, locknuts, locking pins washers etc. shall be supplied as a part of the
foundation.
d. Fixing templates with a placement accuracy of at least +/- 1mm shall be provided to allow for
the correct orientation and installation of the steel foundation on to the concrete base.
e. The strength of the foundation assembly shall be suitable to hold the Enclosure/Pole while
withstanding weather conditions of the site for a period of at least 25 years.
15. Ground Mounted Equipment Enclosures and Poles
15.1 Ground mounted enclosures
a. The ground mounted enclosure shall house telecommunications equipment, power and other
related equipment necessary for the operation of ATMS equipment
b. The equipment must continue to work within its normal operating parameters in this
environment, regardless of location.
c. The ground mounted enclosure shall be weather resistant and conform to BIS requirements
with an ingress rating of IP65, as a minimum. Where the ground mounted enclosure needs to
be penetrated, such as to facilitate installation of cables, provisions must be made to the
penetration(s) in order to maintain the enclosure rating.
d. The enclosure shall include a secure locking mechanism to make it tamper-proof. Further
there shall be a provision to generate automatically an electronic signal on any attempted
tampering that can be used to generate an audio-visual alarm at the control centre.
e. Each enclosure door shall be equipped with an adjustable doorstop to hold the door open.
f. Warning labels shall be provided for all electrical panels in accordance with BIS or BS 7671.
Asset identification information shall be provided on the outside of the enclosure and shall be
weather resistant.
g. All internal connectors, components and wire terminations installed in the enclosure shall be
labelled in accordance with the design drawings.
h. Racks and shelves shall be provided in the enclosure to mount equipment as needed, including
telecommunications devices and power assemblies. The rack shall comply with:
(i) BIS requirements (or approved equivalent international standard).
Page 309 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
i. The rack shelves shall be capable of sustaining a constant 10 kg load. For all enclosures
utilizing telecommunications services from a telecommunications network provider, a
nominal mounting space of 200mm x 300mm x 75mm shall be provided for interface modules
used by the service provider. The enclosure shall provide an additional fused or breaker
protected, UPS-powered receptacle for related power requirement.
j. The ground mounted enclosure shall include an LED lighting fixture, minimum rating 5 watts,
complete with lens or shield and high-efficiency LED lamp driver.
k. Ground mounted enclosures shall be mounted on a concrete foundation of the concrete class
and dimensions shown in the detailed project design drawings. A cabinet riser shall be
included when the cabinet is located below grade to protect against water incursion.
16. Heating, Ventilation and Air Conditioning (HVAC) Subsystem
a. Where required, the ground mounted enclosure shall include an air conditioning system. The
air conditioning system can be either passive or active. The design shall be submitted to the
Authority Engineer for approval.
b. Where a cooling system involving air conditioner or other heat-exchanger is used, the cooling
system shall be mounted next to or on the exterior of the ATMS enclosure. Where the enclosure
needs to be penetrated, such as to facilitate installation of pipes for coolant supply and return
lines, provisions shall be made to the penetration(s) in order to maintain the enclosure rating.
17. Installation
a. The ground mounted enclosure shall be installed according to appropriate good engineering
practices. All internal components and UPS (if required) shall be securely mounted.
b. For ground mounted enclosure installation, UV-resistant caulking material shall be applied
along the joints of the enclosure. For mounting under a camera lowering system, the enclosure
shall be positioned away from the space directly below related camera.
c. Provisions shall be made for all ducts (i.e. power, telecommunications, etc.), in accordance
with the design drawings and/or specifications, that will facilitate the connection between the
enclosure and the ATMS equipment.
d. Where cables enter the ground mounted enclosure, they shall be fixed and secured against
movement and to relieve stress on the cable termination. All penetrations to the enclosure
shall be sealed with silicone sealant to impede entry of gas, dust and water.
e. All wires/cables within the enclosure shall be secured and labelled. Earth wires from all
electrical devices, including surge suppressors, shall be terminated directly to the dedicated
earth terminal in the enclosure. Earth conductors shall not be daisy-chained from device to
device.
f. All conductors carrying electricity at 60Vac or higher shall be segregated from all
telecommunications, signal conductors and conductor carrying electricity lower than 60Vac.
A minimum of 75mm shall be provided between these two conductor groups. Where
conductors belonging to these two groups need to cross each other at distances closer than
75mm, the installer must ensure the conductors are at a 90-degree angle (perpendicular) to
each other.
g. Each wire shall be identified on both ends of the wire with heat shrink, thermal transfer tube
type wire markers in English. Adhesive labels are not acceptable. The wire markers shall be
white with black lettering. Hand marking of the label is not acceptable.
18. Radio Interference
All data processing and transmission equipment shall be designed to prevent radio interference
with the satisfactory operation of other equipment regardless of whether the interference be due
to radiation, induction or conduction.
19. Metering
All electrical and electronic equipment shall be provided with waveforms and voltage test points
or voltage meters as necessary for indicating circuit conditions.

Page 310 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Section 03 Central Processing System
1. General
a. The ATMS for the Project is composed of many components systems. These systems are
expected to perform their functions to achieve overall objective for the efficient, safe and
smooth traffic on the Highway/Expressway.
b. The EPC Contractor shall provide and construct a central server system that manages various
systems comprising the Highway/expressway-traffic surveillance and control system in an
efficient manner, provides user-friendly human machine interface for the operator and
records all events and incidents related to the Highway/expressway.
c. System shall be expandable to account for increase in field installed devices. Minimum 25%
spare capacity (rounded off to the nearest higher whole number) should already be part of the
quoted system.
d. All the supplied equipment shall operate on 230 V, 50 Hz single -phase power supply. Power
for all the equipment will be conditioned using on-line UPS with minimum 4 hours or more
back up. If any equipment operates on any voltage other than the supply voltage and supply
frequency, necessary conversion/correction device for supply shall be supplied along with the
equipment.
e. All the control equipment e.g. fileservers, database servers, video recording server,
SAN/NAS/Raid backup device, decoders, networking equipment etc. shall be provided in
standard Racks.
f. System shall have WAN connectivity for remote monitoring.
g. Online backup should be maintained to protect against storage failure.
h. EPC Contractor shall provide all technical details regarding data formats, communication
protocols, packet formats, etc. to enable Authority Engineer and Authority to formulate
national standards on successful implementation of the highway stretch.
i. All the modules supplied (CCTV, Speed display, Roadside Communication etc.) shall deliver
data and reports that are safety-centric (fatal collations in a given stretch, violation of
regulation etc.), enforcement-centric (number of tickets issued, comparison of violations on
monthly basis etc.) as well as equipment-centric (failed packets, number of repairs carried out
on field devices, down time on account of major faults etc.)
j. The system shall provide detailed reports related to the System Operations (including the
actions of various stakeholders during Incident Management) and Maintenance. The format
for the same shall be finalized by the service provider in consultation with Authority Engineer.
Maintenance reports, at the minimum, shall include the current operational status of each
equipment, actual events of Down-times of each equipment, actual events of Mean time to
Repair of each equipment and actual events of Meantime between failure of each equipment
and the preventive & repair maintenance log.
k. The system shall also provide a method to log and report road highway incidents. Data used
for logging and reporting shall be ‘picked-up’ automatically from the road-side and other
sensors to the maximum extent possible.
l. Further the system shall provide a facility of generating user-formatted reports that can, for
example, bring together the occurrence of highway incidents, values of various sensors and
the operational status of various equipment on a common timeline / scale.
2. Main Function
a. The central server system shall constantly monitor the operation of component systems and
their subsystems. It shall be possible through the supervisory server to define/ modify the
system configuration and add/remove any device connected to one of the component systems.
It shall also be possible to change any system parameters defined and stored in the database.
b. Provision shall be made with preventive measures against inadequate change to the system
parameters. Access to the system configuration function must be restricted to the authorized
personnel and error check function shall be incorporated as much as possible. The
configuration and parameters of the system shall be backed up to allow recovery.
c. Seamless data exchange (including incident/event management/ monitoring, video streaming
of all cameras, access to reporting modules, facility management system, NMS etc.) between

Page 311 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
TMC, RCC at Authority Regional Office, IMS at Authority PIU, and ITS Command centre at
Authority HQ.
3. Equipment Location
a. The EPC Contractor shall design the layout of the Operations Room and Server Room in the
Traffic Management Centre. The Operations Room is the room where Graphic Display, TMCS
monitor display, and console will be placed, and the operation of the Project will be monitored.
The Server Room will be the place where the server, network equipment and other devices
will be installed.
b. The layout shall be designed taking into consideration the function of the server and
workstations to be placed in the room, the role of the staff and operators stationed in the room,
position of Graphic Display and TMCS monitor screen, cable routes, viewing by visitors and
other factors to establish a functional Operations Room and Server Room. The layout shall be
approved by the Authority Engineer.
c. The EPC Contractor shall submit the layout plan of the Operation Room in the Technical
Proposal for reference.
4. System Functions
4.1 Event input and management
The central processing unit must have at least the following system and functions:
4.1.1. Basic concept of event management
Considering further information reuse for the Traffic Management and Traffic Information
Provisioning, the system shall provide function to allow input and register the traffic data/events
with location information in the specified management unit.
And also taking the actual O&M into account, the system shall cover all items which should be
managed as traffic events.
4.1.2. Event generation
a. Judgment of traffic situation
i. Automatic event generation
1) Using the traffic data measured by appropriate field systems like ANPR data in real
time, and live video data from VIDS and ANPR, the system shall be able to detect
traffic jam situation automatically by using a user specified velocity parameter.
e.g. Judged as traffic jam in case of traffic velocity less than 20km/h.
2) Using the live video data monitored by VIDS in real time, the system shall be able to
detect an abnormal situation (e.g. car incident) automatically.
3) Using the live video data from VIDS, TMCS, and ANPR data analysis, the system shall
be able to detect the traffic violations (eg. Over speeding, wrong direction driving,
wrong lane driving – bus/truck driving in car lane or car continously deriving in
overtaking lane/truck lane, zig zag driving, dangerous driving, etc.) automatically.
4) Using the live video data from VIDS, TMCS, and ANPR data analysis, the system shall
be able to detect the Faulty / non-standard number plate of the vehicles.
5) Using the live video data from VIDS, TMCS, and ANPR data analysis, the system shall
be able to detect the faulty tail light (when the rear of the vehicle is within the
viewing zone of the camera) and head light of the vehicles.
6) Automoatic validation request generation and E-Challan geration for above
voilations post validation by the operator.
ii. Manual event registration
After confirming events by the following method, the operator shall be able to register
events manually.
1) Incident reported by Highway emergency call (e.g. 1033)
2) Incident reported by Patrol vehicle
3) Incident found in camera for TMCS, VIDS, ANPR, VSDS, etc.
Page 312 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
4) Incident reported by other sources, etc.
iii. Priority management of event (Seriousness and Distance)
Based on the pre-defined seriousness of events and the distance between event location,
the system shall have function to prioritize information to be provided automatically.
iv. Association (connection) function
The system shall have function to associate the traffic situation and the causal traffic
event automatically.
e.g. “Traffic Jam” caused by “Car Accident”
v. Complementing of missing data
The system shall provide function to the operator who is monitoring TMCS in O&M
centre, for manual complementing/correction of the missing data or odd traffic
information.
e.g. Even if the traffic jam was not detected by system, the operator shall be able to
register as traffic jam by his own judgment.
b. Tuning of setting
For the above-mentioned event generation, threshold parameter shall be adjustable (i.e. can
be tuned) for the daily operation.
e.g. Threshold velocity for traffic jam detection (20km/h → 30km/h)
e.g. Information delivery distance for non-serious event (within 5km → within 10km)
Note: For any / all of the above related to Event generation the ATMS service provider may
utilise relevant Artificial Intelligence and / or Machine Learning algorithms built into
the ATMS system. The EPC Contractor shall indicate these features in the Technical
Proposal.
4.1.3. Event management method
1) Event entry and release
The system shall have the function to associate the location (Up/Down lane), the event type,
and the event detection time with TMCS camera which detect event. And it also shall provide
event management method to register and release traffic events.
e.g. Register and Release events by pull down operation, specifying the type of event and the
number of cameras which detected the event.
2) Supporting function
In general, the events (e.g. car incident) are supposed to be released by the operator manually.
But to prevent neglecting release of events, the system shall provide notification function to
ask confirmation of operator for events which keeps ongoing after specified time period.
e.g. Alarm is raised for the event which keeps ongoing more than 30 min
4.1.4. Relationship with another agency
1) Integration on related information of another agency
Supposing that the same level traffic information as Project in the future from the connected
roads, traffic information status both for Project and the connected roads shall be integrated
as one seamless traffic information.
e.g. Traffic jam which begins from other projects and ends in Project shall be merged into one
information.
2) Increased capacity of connecting roads
The system shall be prepared for the expansion of the connected roads and information service
area.
4.1.5. Call recording
Conversation of all Emergency calls including the call transferred to other telephone shall be
automatically recorded in the storage device of the Emergency Telephone Console workstation

Page 313 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
with time stamp and operator details. It shall be possible to assign type of call for each record and
search the recorded messages with type of call, date, operator, and location.
4.2 Internet Server and Project website
a. Information of road and traffic condition will be disseminated to the public via Internet. A
website of Highway/expressway-traffic-information will be set up and the EPC Contractor
shall design the website layout and prepare the contents.
b. The site shall present the Highway/expressway graphically and the existing events such as
congestion, maintenance work, lane closure and others that affect normal operation. They
shall be indicated on the map by icons and colour. The map shall be updated, when there is
any change in the event status without delay.
c. The highway map shall show also camera-icon at the installation points of TMCS camera. If a
camera-icon is clicked, the site shall be designed to display in another window, live video taken
by the selected camera with clicking. Resolution and frame rate of live video shall be variable
to reduce the bandwidth required to access the site.
d. The Website shall be hosted on the NIC only and the link of this website shall be provided on
the Authority and MoRTH websites. The EPC Contractor shall be responsible for coordinating
with the concerned agencies and the cost of hosting and development charges shall be in the
scope of the EPC Contractor.
e. At least following information (Road and Traffic condition) shall be provided via Internet:
1) GIS Map
2) Live Video from TMCS camera
3) Traffic Condition like congestion
4) Traffic Event using Image Icon (Type and Location)
5) Traffic Violation details with an option to search by vehicle number
6) Traffic guidance in the form of alternate routes
f. SMS Server shall be set up for sending the SMS alerts to the road users and violators. The
mobile number of the user shall be obtained from the NPCI FASTag Mapper and/ or Vaahan
database. In case the mobile number is available / fetched from both mapper and database,
the number obtained from NPCI FASTag Mapper shall be preferred. All the messages sent shall
contain the emergency helpline number ‘1033’ and other details specific for the project. The
EPC Contractor shall coordinate with the telecom service providers for sending the welcome
message to the commuters entering the project stretch. The format shall be finalised in
consultant with the Authority and Authority Engineer.
4.3 Information Exchange with Another agencies
Traffic information must be created including road traffic condition of other agencies. For that
purpose, EPC Contractor must introduce dedicated device to make information exchange with
other organizations. Moreover, the system must include conversion/integration functions of data
formats in order to recognize exchanged data as of continuous roads for the integrated traffic
information provision.
5. Software
5.1 General
a. The ATMS software integrates the field equipment like CCTV cameras, VIDS with the
Integrated Traffic Management (ITM) console to ensure the availability of an effective system
for Traffic monitoring & incident / accident management. In addition, it shall also have the
capability to integrate and exchange data (using standard protocols) with multiple IoT
(Internet of Things) devices that have been temporarily / permanently located on the project
highway for Traffic study / Traffic management / Road safety purposes.
b. The ATMS software shall be based on a modern architecture and shall optimally execute on
the ITM workstation and the ATMS server to ensure that
i. The system response time should be instantaneous to support effective Traffic
Management (i.e. Traffic monitoring and incident / accident management) actions on
the ITM workstation.

Page 314 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
ii. No information (data, video stream & audio stream) from any source is lost. Further all
such information is made available on the Integrated Traffic Terminal, with no delay,
precisely at the time they are required.
iii. Effective integration with the CCTV system, VIDS system, and other relevant ATMS
equipment is carried out in a seamless manner with no disruption of / disturbance to
the Traffic management function (i.e. Traffic monitoring and incident / accident
management). For such integration, standard interfaces (e.g. NTCIP) shall be used
wherever available.
iv. All information (Data, video and audio streams) collected from various sources shall be
archived in the ATMS server for quick retrieval by authorized personnel. However, the
performance of the ATMS software in terms of response times shall not be affected
during such a retrieval process.
c. The ATMS software shall be a modular system comprising of at least the following modules:
i. Data acquisition module for acquiring data, video streams and audio streams from field
equipment
ii. Highway Traffic Monitoring module
iii. Incident / Accident Management Module
iv. Integrated audio communication module
v. Report generation module
vi. System Administration module
vii. Road surface / condition monitoring module
viii. Communication module for authorized access by external systems (e.g. Authority’s
Regional control centre & the HQ ITS command centre)
d. The EPC Contractor shall provide a set of software to operate on the servers, workstations,
terminal equipment, and other components and devices to be provided under the Contract.
The software shall function as a system to provide end results required in the Contract.
e. The software will be either the software that the EPC Contractor has, modification of the
existing software, or the new software to be developed for the Project. The copyright of the
software specifically developed for the project shall remain with the EPC Contractor.
f. The set of the software to be provided shall consist of those provided by third party and those
specifically developed for the project. All third-party software shall be legally licensed and
there shall be no restriction on the use in the Advanced Traffic Management System. They shall
be registered under the name of Authority and any supports and services provided by the
software developer including update and revision shall be available to the Authority.
g. The software to be specifically developed for the Project shall be fully tested and shall be free
from bugs. The EPC Contractor shall include in the Technical Proposal and design document
the software quality assurance program that he intends to adopt in developing the software.
h. The programming of the applications shall be arranged in such a way that maximum flexibility
is afforded by the design to allow the Authority to implement modifications or additional
equipment which may become available or desirable during the working life of the system.
Such future modifications or changes shall not be the part of the current scope of the contract
and shall be estimated and paid time to time by the Authority if required but comprehensive
documentation of the software and source codes shall be provided under the Contract to allow
such changes to be implemented by the Authority without recourse to the EPC Contractor.
i. The Authority may wish to implement additional software packages to run concurrently with
the software provided under the Contract. These packages may include but will not be limited
to the following:
1) Programs allowing the TMC system to operate with other systems such as Toll
Management System / ETC/ HES / AFS interfaced to the data network and involving bi-
directional transfer of files.
2) Analytical and statistical program to process the data collected by the system.
3) Software that offers new service to the road users through Internet.

Page 315 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
j. The EPC Contractor shall propose in the Technical Proposal the feasibility and ease with which
such applications might be implemented using the Advance Traffic Management System
proposed by him and shall advise the spare memory capacity and processing power which
could be available, but not necessarily provided, within the proposed computer to allow such
applications to be implemented.
k. The EPC Contractor shall be responsible for Integration of ATMS system and sub-systems with
the Authority Mobile App for the road users as per the requirement raised from time to time
by the ITS department of Authority or its authorized agency.
l. The EPC Contractor shall be responsible for Integration of ATMS system and sub-systems with
the Authority Command Centre in Authority HQ as per the requirement raised from time to
time by the Electronics department of Authority or its authorized agency.
m. The video steam captured and displayed at any location under this project shall be
authenticated through Digital Watermarking containing Authority logo with date and time
stamping. The purpose of Digital Watermarking is to ensure following:
1) Copyright protection
2) Source tracking
3) Broadcast monitoring
4) Video authentication
5.2 Third Party Software
a. The third-party COTS software to be provided shall include but not be limited to the following:
1) Server operating system
2) Storage device operating system
3) Client operating system
4) Database management software
5) Video Management and Analytics Software
6) Firewall and antivirus program
7) Network Management System
8) GIS enterprise edition platform
9) Facility Management System
10) Network Video Management Software
11) Microsoft office Pro 2016 or latest license for all workstations
b. All third-party programs to be provided shall be widely used and suitable for the application
of Advanced traffic management system in terms of functions, capacity, speed, and interface
with other software, maintenance and user friendliness. The EPC Contractor shall state in the
Technical Proposal of the Tender, the third-party software that he proposes. If the EPC
Contractor proposes the third-party program that is of limited use, he shall explain the reason
for using it in the Technical Proposal of the Tender.
c. If the third-party software is provided in CD or DVD, the original CD or DVD shall be submitted
as part of documentation. The requirement is not applicable to the software preinstalled in the
server or workstation.
d. If the cost of the operating system is included in the Server and Workstation hardware price,
the same may not be mentioned in the BOQ/commercial proposal/ schedule of prices.
5.3 Advance Traffic Management Centre software
a. The EPC Contractor shall develop new software or modify the existing software to provide the
Advance traffic management system functions specified herein and as per the General
Technical Specifications and Particular Technical Specifications.
b. The software to be provided as Advance traffic management system software shall include but
not be limited to the following:
1) Core Advance Traffic Management Centre software
Page 316 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
2) Utility software
3) Maintenance activity tracking and logging software
4) Integration with Enterprise web enabled GIS and Image Processing module
5) Integration with other third party COTS modules
6) Road condition monitoring module
c. The actual configuration of software modules may not be limited to as listed above; but it shall
fulfil the General Technical Specifications and Particular Technical Specifications.
d. All software shall be of modular construction and the interaction between the modules shall
be kept minimum. They shall be designed to operate continuously, and no periodical
maintenance of the software shall be required.
e. All the display on the display monitor and printed report shall be in English.
f. The utility software shall include but not be limited to the system backup and restoration,
database backup and restoration, and access control and operation log functions. Usage of the
server and workstations shall be controlled by log in/out procedure and different levels of
access control shall be provided to restrict the use of certain software by unauthorized
persons. All operations shall be recorded as log together with staff identification number.
g. The software that interacts with the system operator shall be provided with fault tolerant
functions and access control functions. They shall be designed in such a way that any operation
error shall not cause damage to the system, loss of data or system shut down.
h. All software shall be tested under the different conditions and cases including incorrect
operation by the system operator and erroneous data to verify the sturdiness of the software.
The software testing shall also include appropriate load and stress testing.
n. The ATMS software shall be a modular system comprising of at least the following modules:
1) Data acquisition module for acquiring data, video streams and audio streams from field
equipment
2) Highway Traffic Monitoring module
3) Incident / Accident Management Module
4) Integrated audio communication module
5) Report generation module
6) System Administration module
7) Road Condition Monitoring module
8) Communication module for authorized access by external systems (e.g. Authority’s
Regional control centre & the Main control centre)
Data Acquisition module
a) The Data Acquisition enables the acquiring of data from the various field equipment in the
form of data strings, video streams and audio streams. Examples include
• Data strings from VID system, VSDS system
• Video Streams from TMCS Camera, VID Camera
• Audio Streams related to conversations on the 1033 Emergency Telephone, Road-side
Emergency Telephone
b) The module allows the user to configure the acquisition conditions as follows:
• At regular intervals of time with the interval being user
• On the occurrence of Traffic related events in the field (e.g. data from the VID system,
instances of calls from Emergency helpline number and 1033)
• On demand (e.g. Video stream from a Camera)
• On the occurrence of system related events like equipment failure and restoration, user
login / logout

Page 317 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
c) The above information thus acquired shall be stored in the ATMS server using an established
database package like Oracle and MS SQL.
Highway Traffic Management module
a) This module shall support effective Traffic monitoring on the highway including the display of
the road on the Large display and Integrated Traffic Management (ITM) workstation, in the
form of animated screens including Graphic User interfaces specified under Clause 816.1 to
816.17 of Specifications for Road and Bridge Works of MoRTH and including locations of all
ATMS field devices on a GIS map with the ability to display alongside the current information
(e.g. CCTV video Images, etc.) relevant for each field device, either permanently or on selecting
the device with a mouse. The details of the project-specific composition of the GUI will be
finalized during the project execution phase between the EPC Contractor and Authority
Engineer in consultant with Authority.
b) The module shall display the events acquired by the system (Traffic related, and system
related) on a window at the bottom of the ITM / Graphic display, with the window size in terms
of the number of events displayed being user configurable. Further the system shall provide a
feature for the user to acknowledge such events and subsequently shall display the same.
c) In addition to the above, the module shall also display the related event (where relevant e.g. a
road-side emergency helpline call, VIDS event) on the GIS map using suitable animated icons.
The animation shall suitably change when the event has been acknowledged and when the
condition causing the event has disappeared.
Incident / Accident Management module
This module shall support Incident / Accident Management by
a) Allowing the Traffic Management console operator to locate and mark (with a mouse) an
accident / incident on the GIS map of the highway and initiate the Incident management
actions.
b) Displaying a contextual on-line checklist for the operator to follow in sequence. Further the
clicking on each item of the checklist shall automatically activate the related ATMS equipment
to aid in the management viz.,
i) seamless audio connection for the Traffic Management console operator, via the
integrated audio communication unit, irrespective of the communication media (Mobile
radio, Mobile phone/landline, road-side Emergency telephone), to the ambulance, Trauma
Care Centres, Patrol & other O&M vehicles
ii) automatic Pan, Tilt and Zoom of the nearby camera to view the accident
iii) Bringing on the message edit screen to create and dispatch messages to mobile apps of
registered road users. The checklist itself shall be derived from the relevant Traffic
Management and rescue procedures captured either in the Operation (O&M) manual of
the highway or based on world-class practices relevant for the highway.
c) Logging the timestamp of the operator, who is operating each element of the checklist to aid
in ‘post-mortem’ analysis of the operator’s performance towards establishing his /her
efficiency and further training needs.
d) Automatically performing pre-defined actions related to each of the above elements (e.g.
Identification of the accident spot on the road, further shall control the nearby cameras to
‘look’ in the direction of the accident spot)
e) Aiding on-line tracking (via GPS) of the various O&M vehicles like the Ambulance, Tow-vehicle
and the Patrol vehicle supported with dynamic display of information like shortest route,
travel time to the accident spot, Trauma Care Centre etc.
f) Providing a user-programmable facility, as an aid, for the automatic generation of messages
depending on incidents based on e.g. information measured by the cameras and sensors
installed on the highway (e.g. the generation of a Visibility Alert signal in the event of visibility
going below 1 km). This module shall alert the operator on generating the message which shall
then be deployed on the operator’s approval.
Integrated audio communication module
This module shall interface with and control the integrated audio communication unit to aid the
operator seamlessly, communicate with various stakeholders via a host of communication media

Page 318 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
like telephone landlines, mobile telephony, mobile wireless etc.
The Integrated Audio communication unit enables the Traffic Manager / operator to communicate
with all stakeholders in a seamless manner irrespective of the medium of communications. Using
a hardware like a digital telephone exchange that supports software control, this unit allows the
Traffic manager wearing a headset with a microphone ( or a handset) to seamlessly communicate
with the stakeholders in traffic operations using various audio communication media like Mobile
wireless radios, Mobile (GSM) telephones, Telephone landlines as well as the road-side Emergency
Telephone. The communication is initiated on selection of a context sensitive checklist element or
by selection of suitable icons on the ITM workstation screen during the Traffic monitoring or
accident / incident management. This unit shall support communication between the Traffic
manager and a single stake holder or a group of stakeholders. As a back-up option this unit shall
also enable such communication via physical pushbuttons located on the unit.
Report generation module
a. This module shall generate periodic as well as on-demand statistical reports using data
received from WIM, Automatic Traffic counter cum Classifier and Met sensors for traffic
planning and management, accurate forecasting. There shall also be a provision to generate
reports to aid planning and strategizing enforcement.
b. The module shall provide a range of reports on demand including those
• related to the acquired data,
• Messages edited and sent,
• Equipment availability,
• System related events including those related to
- System malfunction and restoration
- User login – logout
- VIDS events detected
- Mobile App messages received
c. The module shall further provide detailed performance reports on all aspects ranging from
detection of incidents, through the field Operations team (Patrol vehicles, Break-down cranes
and Ambulances) actions, Traffic Management Console operator and other ATMS Control
Centre operator actions.
d. Detailed formats of each report shall be provided by the Authority Engineer during Detail
Design Phase.
System Administration module
This module shall essentially enable the definition and maintenance of user accounts.
Road Condition Monitoring module
a. This module shall be capable of detection and monitoring of the road condition, potholes, etc
using the cameras installed on the Highway and Route patrolling / maintenance vehicles.
b. This module shall generate periodic as well as on-demand statistical reports using data
received from cameras and sensors for planning, management, and forecasting. There shall
also be a provision to generate reports to aid planning and strategizing road maintenance
activities.
c. The module shall generate alert as soon as any bad road conditions such as cracks, potholes,
damaged surface, road furniture, fencing, signage, plantation, dead animal, etc. are detected by
the system.
d. The Module shall further provide the feature to manually logging/reporting the road condition
at the control centres or through mobile app and website.
Communication module
This module will manage authorized access to the ATMS system by
1. Authorized Authority personnel / representatives / Authority Engineer

Page 319 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
2. Other authorized Authority systems like the Regional office Control Centre ATMS system and
the Main Control centre ATMS system
3. Any other system authorized by Authority
Based on requests from the above entities the communication module shall provide the
following information to the requesting entity:
i. Video Streams (Live and Archived)
ii. Audio streams (Live and Archived)
iii. Data strings and Data elements (Live and Archived)
The standard data exchange protocols for the above will be shared by Authority with the
successful EPC Contractor.
i. Enterprise web enabled GIS and Image Processing module shall be deployed at the
TMC and sub-centres that shall form the part of the Dashboard and shall have following
functionalities:
a. Map analysis of ATMS planning and operations.
b. Asset Management of ATMS like TMCS, VIDS, VSDS, Route Patrol, Maintenance,
Recovery vehicle location, and Route to reach the incident spot.
c. Identify surrounding development by other Authorities or illegal development which
can potentially be a hazardous to road using temporal satellite imagery for example
detection of queue length at the toll plazas, detecting the changes around highway like
unauthorised structure built nearby highway or unauthorised occupancy on
ROW/buffer area, nearby water body analysis, agriculture land and green belt
analysis etc. This will help the Authority to identify gaps and improve those by
implementing various strategies like position of barricading at unauthorised access
points, identifying the congestion at toll plazas, identifying water logging probability,
removal of illegal encroachment, positioning of CCTV surveillance etc.
d. Demarking area of highway which is more susceptible to potential hinderances on
highway like by cattle, wildlife, prohibited vehicle entry from etc. from nearby
inhabitancies.
e. Road condition analysis on Map and satellite imagery for regular monitoring,
improvement planning and implementation. Along with monitoring of
implementation / upgradation works.
f. GIS based road maintenance planning and monitoring by marking them on Map and
monitoring the activity through GIS enabled mobile app by tagging location and
photographs of respective location of road asset and work in progress.
g. GIS enabled planning of diversions for safety of vehicle movement on maintenance
area, installation area, and work in progress. This feature shall be made available by
the EPC Contractor to Authority and Authority Engineer before the start of the
installation of roadside equipment at the site, for planning of the diversion and
monitoring of the work in progress.
h. The Software should have capability of visualising GIS layers, attribute integration
and analysis of layers.
i. The software should support GPS data for showing emergency and maintenance
vehicle on Map
j. The web module should have out of box standard GIS functions like: Pan, Zoom,
Identify, Measurement (Line, Area), Search, query, etc.
k. The software should have tool for creation of topology. Symbology tools for
visualizing the spatial data as per the defined colour scheme and annotation tools
facility for visualizing the spatial data as per defined label placements or placing the
labels from attribute table.
l. Software should have facility of advanced rule base labelling for dynamic placement
of labels as per the extent, defined position and priority of layers by defining the
different classes and should have the option to set the scale labels at specified scale.

Page 320 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
m. Geo-Processing feature and functions like Buffer, Union, Intersection, Identity,
Update, Eliminate, Dissolve, Clip/Erase, Convex Hull, Thiessen, Merge, simplify should
be available.
n. It should have CAD tools for 2D & 3D GIS data conversion, CAD tool for Raster to vector
(R2V) and topology creation.
o. The software CAD functionality should support native drawing file formats like DWG,
DXF, DGN and should have capability to render photo-realistic 3D rendering.
p. The software should be COTS based and OGC certified.
q. It should have Image processing capability georeferencing, visual interpretation of the
satellite imagery and classification tools to helps in classifying images in user defined
classes. image enhancement algorithm such as Linear, Logarithmic, Histogram
Equalize, Histogram Matching, Density Slice, Gaussian, Squire root, Tone Balancing,
and Raster Vector Analysis,
r. The software should have image filtering, vegetation indices calculation, linear
algebraic combination, band Math, change detection, image extraction, mosaicking,
image visualization, filtering, georeferencing, atmospheric correction, transformation
tools, change management, feature extraction, classification etc.
s. The software should support all type of Standard GIS Data format, Imagery formats,
and RDBMS.
t. GIS Tools functionalities such as Data creation, Import/Export tools, Transformation
Techniques, Theme management, Geometric correction.
u. The software should have feature to identify and query/question various spatial Data.
v. The software should have Map composer, report module and Map print layout
functionality.
5.3.1 ATCC and TTMS Modules of ATMS Control centre software
ATCC and TTMS modules shall be provided with ATMS Control centre software. The ATCC
functionality shall be provided for collection of traffic data and TTMS functionality shall be
provided for estimation and calculation of traffic data. No additional hardware or field equipment
shall be installed on the Project for ATCC and TTMS functionalities. The ATMS Software shall
processes the data from ANPR and VIDS cameras for traffic counting and classification, and travel
time estimation.
5.3.1.1 Automatic Traffic Counter and Classifier (ATCC) Module
The ATCC module shall be provided in the ATMS Software for automatic traffic counting and
classification of vehicle class, based on the data collected through ANPR camera and VIDS camera.
The system shall identify and record all types of vehicles on the highway for effective monitoring
and data collection at ATMS Control Centre. Besides, the system shall be capable of classifying any
other vehicle category as per user needs. Vehicle classification should be user selectable based on
length of vehicle and / or detuning of the loop inductivity. The software module shall be robust and
be capable of operating with minimum maintenance.
Software and manuals to analyse the data from output of vehicle counts, classifications speeds and
headways shall be provided. Capability of graphic/tabular presentation of analysed data shall also
be offered.
System Accuracy Requirements
Parameter Accuracy Conditions
Average Speed 10 percent There are at least 25 vehicles in the group, individual vehicle
speeds are between 10 kmph and 195 kmph and the vehicles
conform to normal highway driving behavior.
Average 10 percent There are at least 25 vehicles in the group, individual vehicle
Headway speeds are between 10 kmph and 195 kmph, individual vehicle
headways are between 1 and 10 seconds and the vehicles
conform to normal highway driving behavior.
Flows 5 percent There are at least 100 vehicles of each category in group and
vehicles conform to normal highway driving behavior.

Page 321 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Parameter Accuracy Conditions
Vehicle 5 percent Out of a group of 100 vehicles, conforming to normal highway
classification driving behavior, at least 95 shall be accurately classified as per
the classification scheme as per MoRTH guidelines.
Occupancy 10 percent There are at least 25 vehicles in the group, individual vehicle
speeds are between 10 kmph and 195 kmph, individual vehicle
headway are between 1 and 10 seconds and the vehicles conform
to normal highway driving behavior.
The ATCC module shall be able to cross-verify the vehicle class, fetched by the VSDS system
integrated with the Vahan Database. In case of any discrepancy, such transactions shall be audited
by the operator using the ANPR image / video available in the ATCC central system.
The data shall be segregated and provided in the report format on the bases of Section-wise,
direction-wise, class-wise, etc. as approved by the Authority Engineer.
5.3.1.2 Travel Time Measurement System (TTMS) Module
Travel Time Measurement System (TTMS) module shall be provided for measuring required
travelling time between major section of the project. The ANPR cameras shall be installed at VSDS
locations on the entire stretch. TTMS shall use these ANPR data to detect the current vehicle
location. Using this location data, TTMS module shall calculate the actual travelling time per section
for each vehicle and derive the average travelling time by the statistics process.
The ANPR cameras will capture the image of each vehicle crossing the VSDS location and shall
extract the vehicle number. The image and vehicle number shall be stamped with time and location
for the purpose of section speed calculation of each vehicle. The same data shall be used for travel
time estimation.
TTMS module shall calculate the actual travel time and velocity (speed) of each vehicle between
every checkpoint (VSDS location). Speed data from all vehicles shall be processed statistically by
TTMS module to calculate the average travel time between two consecutive check points (VSDS
location), to calculate the average speed and average travel time for each section and the entire
project stretch in both the directions. Route Travel Time Estimation Models in IRC:SP:110-2017
shall be referred for estimation of travel time.
5.4 Integration with Vahan Database, NPCI FASTag Mapper, Police Control Rooms, Dial 112,
Smart City ICCC
The ATMS Software shall be integrated with Vahan Database and NPCI FASTag Mapper for fetching
the Vehicle owner contact details of errant commuters detected by the ATMS System (ANPR, VIDS,
TMCS, etc.) or reported by the route patrolling team with an evidence under violation of any traffic
and safety rule / law on the project stretch.
In case the incident/ violation is reported manually, the evidence received from the ground staff /
enforcement agency shall be verified by the control room manager and upon authentication from
manager, the operator shall create and event in the ATMS application.
The data fetched from the Vahan database or NPCI FASTag Mapper shall be done only at the
backend through the ATMS software and only the relevant fetched result shall be displayed on the
operator screen or in the reports. The ATMS software shall fetch the data for events generated and
audited by the operator. The vehicle numbers shall be audited by the operator by matching the
system generated vehicle number with the vehicle number on the image captured by the camera.
The operator shall have the option to edit the vehicle number. The logs shall be maintained for
each such correction done by the operator and shall be 100% audited by the manager for each
operator to minimize human and system errors.
Following actions shall be taken automatically by the ATMS Software after the violation is detected
and audited.
i) Generate e-challan
ii) Send SMS regarding violation on the registered mobile number of the vehicle fetched from
Vahan database and NPCI FASTag mapper.
iii) Email the daily e-challan report to the concerned enforcement agency(ies) as applicable for
each state, district, etc. the project crosses through, so the e-challans shall be sent accordingly
to the concerned enforcement agency under whose jurisdiction the incident / violation
detection point / spot / section falls.

Page 322 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
iv) To avoid any discrepancy in section based overspeed enforcement, the VSDS (ANPR camera)
location shall be selected such that any one section is not falling in jurisdiction of two different
agencies. In case if the same can’t be avoided, the section based overspeed e-challan shall be
sent to the agency under which the end point/2nd checkpoint of the section falls.
The formats of e-challan, warning/ information messages (SMS), emails, etc shall be finalised in
consultation with Authority Engineer / Authority and concerned enforcement agency.
ATMS Software shall be integrated with police control rooms of the state, district as applicable, as
well as the ICCC of smart city projects (as applicable), and National Disaster Management Authority
(NDMA), State Disaster Management Authority (SDMA), the District Disaster Management
Authority (DDMA), etc.
The police control room shall be provided with the limited access of the ATMS application through
On-line Access Facility and shall be able to perform the functions are described in the On-line
Access Facility section. The functions specified there are the minimum requirement and the
application shall be designed to meet the actual requirement of the Police and Enforcement
agencies in consultation with Authority Engineer and the concerned agency and any additional
information shall be approved by the Authority.
5.5 Outline of TMC Software
The EPC Contractor shall describe in his Technical Proposal, application software to be provided
to the servers and workstation in the Traffic Management Centre required hereunder.
1) Graphical presentation of module and components comprising application of servers and
workstation.
2) Data processing flow in the form of class diagram, use case diagram, sequence diagram, or data
flow diagram
3) GIS and Image Processing module
4) Scale or size of the module and components, and programming language used
5) Extent of the development required for the Project.
6. Advance Driver Advisory System (ADAS)
Advance Driver Advisory System (ADAS) shall be provided in each patrol, ambulance, and
maintenance vehicle.
The ADAS system shall consist of following components fitted in each vehicle:
i. GPS tracker,
ii. Industrial grade rugged (Waterproof) dashboard mounted 10" Tablet,
iii. Dashcam (dual camera) with video calling and inbuilt recording feature,
iv. Body cam 1 nos. for each vehicle,
v. Front view varifocal cameras (mounted on vehicle),
vi. Rear view varifocal cameras (mounted on vehicle),
vii. LPU with Storage mounted in vehicle,
viii. UPS,
ix. High speed wireless connectivity
x. Buzzer for call / incident alert
The ADAS shall provide real time connectivity of TMC and sub-centres with the patrol and
maintenance vehicles. Separate high speed multi operator embedded SIM shall be provided for GPS
tracker, industrial grade rugged waterproof 10” tablet, Dashcam, body cam, and LPU.
The LUP and storage shall be compact in size and only fan-less industrial grade controller shall be
provided.
The system shall provide live monitoring of all cameras installed in patrol and maintenance
vehicles (including body cam) from TMC & sub-centres.
The ADAS shall aid the TMC/Sub-centre in disseminating the required information to the patrolling
/ maintenance team in real-time. The tablet shall have GPS map to assist the driver in identifying
Page 323 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
the incident location with estimated travel time, route, alternate route, etc.
The ADAS shall also provide the option to the driver of one vehicle to connect with other
emergency / maintenance services vehicles of the stretch and also provide option to conduct video
conference call among them and with TMC/Sub-centre.
The vehicle staff shall be able to log the incident/event details through the tablet.
The vehicle staff shall have the option to select any and all of the cameras simultaneously to view
in the tablet.
The ADAS application on the tablet shall be locked and the users shall not be able to access other
features/applications of the tablet.
The tablet shall go in sleep mode when not in use to save the battery and optimize the usage.
The LPU shall sound an alert / alarm in the TMC & Sub-centre in case any of the component is
turned off / removed / disconnected / low battery / faulty / etc.
The Dashcam and other cameras shall be ON at all the time and recording shall be stored in local
storage of the camera as well as the LPU for a minimum period of 30 days. The TMS & Sub-centre
shall have the option to retrieve any video from the LPU wirelessly and the live feed of all the
cameras of all the vehicles shall be available in realtime. There shall be option to record the live
video of all the cameras in the TMC and Sub-Centres.
The cameras shall be integrated with Road Condition Monitoring module for collection of road
condition data and statistics.
6.1 ADAS Camera Specifications
6.1.1. General
a. The IP camera shall be POE/POE+ powered bullet type with inbuilt IR of 60 meters.
b. The Camera shall have inbuilt SD card slot and shall be provided with at least 128 GB class 10
SD card.
c. The shutter speed of the camera shall be 1/4 second to 1/100000 seconds for capturing the
motion detection even during low light condition and provide proper image.
d. The face detection function shall be activated as soon as the motion detection is triggered.
e. The camera shall detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
6.1.2. Lens
2 MP Full HD motorized varifocal lens with minimum 5-45 mm motorized auto-focus function
having optical defog feature and auto focus covering suitable range of focal length shall be provided
and mounted on the camera. The range of the camera shall be minimum 60 meters. The resolution
shall be full HD at 60 FPS.
6.1.3. Night vision capability
Cameras shall have inbuilt IR illuminator of 60 meters for night vision functionality. External IR
illuminator shall be acceptable in case of box cameras, however inbuilt IR shall be preferred. The
minimum illumination shall be of 0.01 lux for colour image with automatic gain control on in auto/
manual mode. The camera shall be capable of recording black and white video even in 0.001 lux
with IR up to a distance of 60 meters.
6.1.4. Image enhancement capability
Camera shall have hue light compensation, back light compensation, and three-dimensional digital
noise reduction features. The camera shall support true wide dynamic range of minimum 120 dB.
6.1.5. Camera Housing
The camera shall be housed in a suitable housing to protect them from solar radiation, UV, dust
and rain. The field of view of the camera shall not be obstructed by the housing. Picture quality or
optical performance shall not be degraded by the housing. The Housing shall have IP-67 or higher
rating for Weather-proof, and NEMA 4X-rating or IK10 or higher rating for Vandal-proof.

Page 324 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
6.2 ADAS LPU and Cabinet
a. ADAS LPU shall be a fan-less industrial grade rugged compact CPU housed in a compact cabinet
together with power supply and network equipment. The cabinet shall be suitable for
mounting in the vehicle.
b. The cabinet shall be electrically and mechanically isolated and shall have a degree of
protection of IP 55 or higher specified in IEC 60529. If necessary, the cabinet may be provided
with a ventilation fan for controlling internal temperature, but the protection code
requirements shall be met.
c. A right hinged door shall be provided on the front to realize easy maintenance work.
d. The turning direction of the handle shall be counter-clockwise.
e. The power supply unit shall be provided with a circuit breaker.
f. The anti-lightning and surge protection complying with the IEC 61643-1 shall be provided.
g. The cabinet shall be finished with the anticorrosive treatment.
h. The EPC Contractor shall state the details of the anticorrosive treatment and painting.
i. The Cabinet shall have door open alert feature and alarm to be sounded locally as well as the
Central Control Centre.
j. The Cabinet shall have suitable built with appropriate locking arrangements to protection
from theft, vandalism etc.
k. The cabinet shall be of suitable size to accommodate the equipment to be housed in the cabinet
and shall be designed to meet the environmental conditions at the site and cooling, heating,
ventilation requirement for the equipment, etc.
7. Incident Monitoring System (IMS)
Incident Monitoring System (IMS) shall be deployed at each PIU office and RO office (as applicable)
of the project.
The IMS shall include following minimum components:
1. Workstation (1 nos. at each location),
2. All-in-one color A4 printer,
3. 100" 4K UHD LED display (commercial grade),
4. UPS as per site requirement,
5. Networking devices, switches,
6. Connectivity with TMC & Sub-centres,
7. CCTV camera,
8. DG of suitable ratting as per site requirement,
9. MPLS etc.
The EPC Contractor shall establish seamless connectivity between IMS and TMC & sub-centres
such that the PIU officials are able to monitor the TMC and ATMS system in whole. The IMS shall
be customised as per the requirement raised by the PIU/Authority/ Authority Engineer from time
to time.
The IMS shall provide function to monitor any camera of the stretch. It shall provide access to the
reporting modules, NMS, FMS, SLA monitoring, GIS, ADAS, etc.
The standard / default screen of the IMS display shall be the live view of the TMC / sub-centre
(option to select / toggle automatically) Graphic display screen content being displayed at the TMC
/ Sub-centre and shall be configurable without any requirement of support from EPC Contractor.
The incident / event pop-up and alerts shall be configurable as per the PIU requirement.
IMS system shall be manned by the EPC Contractor’s operator during the O&M period as per the
working hours of PIU/RO office.

Page 325 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
8. Video Analytics and Management System (VAMS)
a. The Video Analytics and Management System (VAMS) software shall be provided to view live
and recorded video from all the cameras connected to local and wide area network.
b. The VAMS software shall have a client/server-based architecture that can be configured as a
standalone VAMS system with the client software running on the server hardware and/or the
client server running on any network-connected TCP/IP workstation. It shall support all major
operating systems (windows, Linux, Mac). It shall support web client interface and shall
operate without requirement of installation of any software.
c. The contractor shall obtain the license for the total number of cameras to be provided for the
project based on the MAC address of each NIC. The VAMS shall have a single page that displays
the status of all servers and cameras currently connected. This page shall display any alarms,
events, MAC addresses, camera configuration, format and frame rate from each individual
camera.
d. The VAMS system shall have the ability to record an audit trail of when users login, which
futher shows what changes they have made, what video they have viewed and what they have
exported.
e. The VAMS shall allow for the configuration of what drives to use for recording video. Those
drives may be local drives, direct attached storage drives or iSCSI drives.
f. VAMS shall support the mobile application for both iOS and Android platform capable of
viewing multiple simultaneous live video streams and playing a recorded video stream.
g. The VAMS software shall have an open architecture supporting IP cameras and encoders from
multiple manufacturers providing high-resolution megapixel features.
h. Multiple control room consoles/workstations shall be able to simultaneously view live video
and audio and/or recorded video and audio from the storage/video server. All storage / video
servers shall also be able to simultaneously provide live and/or recorded video to one or more
consoles. Its operator shall be able to push the video to another operator console seamlessly.
i. The VAMS software shall be able to send a predefined email based on an event trigger. The
VAMS software shall also support SSL and TLS connections for transmissions of the mail.
j. The VAMS shall be capable of multi streaming on all connected workstations/ consoles in the
entire network of the project stretch as well as minimum 20 remote users simultaneously. The
remote users shall have full functionalities as are available for the control centre operators.
k. It shall be possible to configure multiple monitors on one workstation / console i.e. multiple
VAMS application simultaneously on one workstation.
l. Recording of all video transmitted to the VAMS shall be continuous, uninterrupted and
unattended.
m. The VAMS system shall have video motion detection recording, such that video is recorded
when the VAMS detects motion within a region of camera’s view.
n. VAMS shall have Suspect Tracking feature to configure camera links between cameras, to
follow a suspect between different camera scenes.
o. Inactivity timeout feature shall be provided to save the bandwidth
p. Archive bookmarks feature shall be available to specifically archive bookmarked video and
create a second copy of important video.
q. VAMS shall automatically generate alarm / alert in case of any video loss or failure and shall
have failover/redundancy feature without any manual intervention.
r. The VAMS software shall be used to connect different types of events, such as input triggers,
to a desired action such as recording video or triggering an alarm. The VAMS software shall
recognize the following event types: video motion, video loss, input trigger, health monitoring,
IP camera connection, software trigger and analytics, camera preview style, hovering, server
disconnect, archive alarm - failure on archiving target, such as bad mount point. The VAMS
shall provide the search and display analytic meta data when searching analytic event linkages
etc.
s. The VAMS shall be integrated with Road Condition Monitoring module for collection of road
condition data and statistics.
Page 326 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
9. Emergency Telephone console
a. There shall be a Control System with a Control Software to receive all Emergency
Communication from the Authority 24X7 National Highways helpline and Route Patrol.
b. All the Calls coming on Authority 24x7 helpline for this section shall be automatically routed
to the TMC. The required integration with the telecom operator and 1033 helpline services
shall be in the scope of the EPC Contractor.
c. The Software shall be integrated with all the Telecom operators for obtaining live location of
the caller and the same shall be plotted automatically on the GIS Map, so that the location of
the caller can be identified automatically for providing required service. This will also enable
the software to identify the fake callers and the caller calling outside the Highway ROW.
d. The software shall operate on open architecture and integrate with other subsystem software
that are installed to manage Cameras, and Speed Display, apart from the Traffic Management
module (where applicable) etc.
e. The software shall store configuration Emergency call ID, Location on the highway stretch etc.
of each Emergency call received. There shall be options to generate reports of stored device
configuration.
f. The system shall record all calls on to a dedicated server with adequate indexing to retrieve
the same on a later date.
g. The help desk will be manned by call managers / operators. The administrator should be able
to create, add, edit & delete users (call managers/ operators). He should be able to administer
access rights of the entire highway or a section thereof.
h. The administrator should be able to place call managers in a hierarchy. The higher priority
manager should inherit the rights of a lower priority manager automatically when he is taking
overriding control of Emergency calls, which are already being controlled by a lower priority
manager. There should be minimum 3 hierarchical levels of security for providing user level
log in.
i. The system shall provide activity log (audit trail) with user id, time stamp, and action
performed, etc.
j. The system shall perform communication health check (link quality check) on all the
connected communication devices and report errors if any on the administrator console.
k. ATMS Control Centre will have dedicated workstations for Call management. For monitoring
purposes, Video monitors shall be setup and should show the location of originating calls
clearly on GIS map sections of the highway.
l. The user shall have the facility to request for control of any section of highway outside his
rights for a reservation period. Control of the said section is released after the reservation
period (Request enhanced control rights for a short duration).
m. ATMS Control Centre may have one or more Operators simultaneously logged in to the
communication software to manage their respective sections of the highway.
n. Each workstation and the associated software should allow up to nine calls to be maintained
on hold while the current call is being serviced.
o. Call manager/operator logoff shall be allowed only when no call is in progress or on hold.
p. System should ensure that once recorded, the audio cannot be altered; ensuring the audit trail
is intact for evidential purposes.
q. System shall provide sufficient storage of all call recordings for the entire Contract period or
more.
r. The call manager/operator shall have the facility to call back the caller.
s. The call manager/ operator shall also have the facility to patch any call on Emergency helpline
to an external telephone line (fixed and mobile), local intercom at the ATMS Control Centre,
sub-centre, and the local mobile radio network (if applicable).
t. The call manager/operator shall have the facility to initiate communication health check on
any device within his section of the highway.
u. It shall be possible to switch calls. That is, if a call # 1 is in progress, the call manager can open
Page 327 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
any other call that is in hold status. Call # 1 shall go hold status.
v. The offered system shall have facility to retrieve/export/ backup (on CD, DVD or Blu-ray
recorders) the desired portion of call record (from a desired date/time to another desired
date/time) through the search functionality of the application software.
w. It shall be possible to archive old call records and logs on CD, DVD, Blu-ray recorders, or RAID
backup devices. Log of any such activity should be maintained by the system for audit
purposes.
x. Database Server shall keep track of all configurations, error data, configuration events, usage
events and error events.
y. All the workstations shall be provided with software to play recordings, archive and manage
calls. However, managers would require sufficient access rights to use play and archive
modules.
10. Probe Data System
a. A probe car system is envisaged that receives and processes location data from the project
vehicles equipped with GPS device and show the location of GPS devices attached to patrol
vehicle or another management vehicle as one of the components of ATMS.
b. The system will use the vehicle location data of maintenance, patrol and emergency vehicles
fitted with GPS device and deployed on the project.
c. The probe data system shall utilize the date from the GPS devices fitted on the vehicles by the
vehicle operator as well the sub-components of ADAS system provided by the EPC Contractor.
d. The supply and installation of GPS devices is not under the scope of this Contract except for
the maintenance vehicles to be provided by the EPC Contractor on the project during
Maintenance period of this Contract. The EPC Contractor shall only be required to establish
the data communication system between vehicles and Probe Data System console in TMC
under the scope of work of this Contract.
e. However, the EPC Contractor shall provide the GPS devices for the vehicles provided by the
EPC Contractor.
f. It shall be the responsibility of the EPC Contractor to furnish all necessary hardware, software
and database, install equipment at the specified location, provide necessary cabling, integrate
all system components, and deliver a complete operational system including such works as
required for the transmission of the probe data on 24/7 basis.
g. The probe car system will be prepared for generating traffic condition information and
utilising the cumulated data as statistics for the measures on transport such as traffic
management etc.
h. It collects vehicle location information dynamically. A probe sensor installed in vehicle
consists of Global Positioning System (GPS) unit, processor unit, communication unit and
power supply unit.
i. The satellites send time signals. The time signals are received by the GPS unit on the earth. The
GPS unit receives the signals from several satellites and identifies its location on the earth.
j. The accuracy of the location generally ranges 10 to 100 m, depending on such factors as quality
of GPS unit, high-rise buildings around etc. The probe sensor periodically sends the recorded
data such as vehicle location in terms of longitude/latitude and recording time to the TMC.
k. The vehicle locations shall be displayed on the GIS map in real-time in TMS and all sub-centres.
l. The probe data will be received periodically at the TMC and shall be analysed to show the
location of maintenance vehicle on the road network of digital road map.
m. The analysed data is converted into traffic congestion information and provided to the road
users. The cumulated probe data is processed as historical data for higher accuracy of
congestion information.
n. Data List - The vehicle location data shall be generated at an interval of 10 seconds in each
GPS device on board vehicle. The probe car system shall receive all vehicle location data as
they are sent from vehicles. The data includes the following items:
1) Device ID

Page 328 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
2) Vehicle type
3) Location (Longitude and Latitude)
4) Date & time of data
5) More detailed structure of the GPS data will be provided to the EPC Contractor.
o. Data validation: The system shall scrutinize the data received and any abnormal data such as
data without time stamp, data value outside of the range, and data with longitude and latitude
outside of the vehicle coverage area shall be removed from the data.
p. Map matching: The system shall have map matching function to project the location of vehicle
onto the nearest point along the vehicle route. If the distance between original point and
projected point is longer than the pre-set threshold, the data shall be disregarded.
q. Data storage and retrieval function
i. All data shall be recorded and stored in the probe car server for analysis and future
usage. The raw vehicle location data sent from GPS device and processed location data
after map matching shall be kept for three (3) months.
ii. Data retrieval and presentation software shall be provided that shows the original
location data, location data after map matching.
r. Screen Display Functions
i. The information display shall be schematic map-based interface and as well in the form
of a list. The schematic map-based display shall cover the entire Project and be able to
enlarge individual locations on the map when selected. The enlarged view shall be able
to display the details for each selected location.
s. Reporting functions
i. Probe Data System Server shall publish/print as a minimum the reports listed below.
The reports shall be produced as pre-scheduled or on-demand by system operator. It
shall be possible to produce the reports in a portable file format.
ii. Operation and error log List of roadside equipment, which are operational or
malfunctioned
iii. Error record
t. Communication Network
i. The data transmission of vehicle tracking data shall be made through IP based network
provided by communication provider. The network equipment of the system shall have
highly reliable and secured connectivity.
u. All the third-party GPS on board Unit shall be subjected to test before Acceptance test, during
installation work and upon completion depending on the test item.
v. Three types of test, i.e. function test, performance test and general test shall be conducted.
They include (as a minimum):
i. Communication and performance of GPS On Board Unit.
ii. Probe Data System Server application and reports.
iii. Locating function on map.
iv. Data logging function.
11. Hardware for Central Processing System
The Central Processing System shall comprise of following minimum components:
1. TMC Central Processing Servers in hot standby configuration (Primary + Secondary)
2. Video Recording Servers with 360 TB inbuilt storage
3. Backup Video Recording (Only Incidents) Server with 240 TB inbuilt storage
4. Internet and SMS Server
5. Operations Laser Printer (Colour)

Page 329 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
6. Operations Laser Printer (Black)
7. Operator Consoles each with 4 nos. 21” touchscreen monitors
8. Emergency Telephone Console 2 nos. 21” touchscreen monitors
9. ATSC Console 2 nos. 21” touchscreen monitors
10. RLVD Console 2 nos. 21” touchscreen monitors
11. Graphic Display with Graphics Display management software and Controller
12. Firewall, IDS, IPS and other network security components
13. Core Switch
14. Routers
15. Network Equipment – Layer 3 Switch, Layer 2 Switch etc.
16. Network Management System (NMS)
11.1 TMC Central Processing Servers and Sub-Centre Servers
The Traffic Management Centre (TMC) application server system shall consist of two servers with
cluster configuration, one primary server and one stand-by server. Each of the two servers in the
cluster shall meet or exceed the minimum requirements stated hereunder.
The TMC server and workstation computer hardware shall be standard models manufactured by
organizations of international repute. Custom built or non-standard equipment will not be
acceptable. All the servers and computing shall be UL, CE, FCC, BIS certified.
Full maintenance support services and ready availability of consumables, spare parts or
replacement units shall also be assured from a third party, based in India, who is not connected
with the EPC Contractor and his agent.
The specifications in this section are provided as reference. The workstations to be provided by
the EPC Contractor shall materially comply with these specifications and shall be subject to the
approval by the Authority Engineer.
a. Each server shall have a minimum of two numbers of latest generation Intel/AMD 16-Core
processor 2.8 Ghz CPU of 19.25 MB Cache, 105W.
b. The server shall have 256 GB RAM memory using 32GB Module scalable to at least up to
1.5TB, using DDR4 2666MHz DIMM (RDIMM) memory modules.
c. Server shall have 4* 1.6 TB SSD HDD bays with each SSD having minimum endurance of 3
DPWD
d. One optical drive DVD-RW shall be provided in each server.
e. Server should have RAID controller with 4GB Lithium-ion battery backed write cache
(onboard or in a PCI Express slot).
f. Server should support 1Gb 4-port network adaptor supporting advanced features.
g. The power supply shall be Redundant 800W Platinum hot plug and redundant hot-plug
system fans. The display controller should support VGA.
h. The server should be provided along with the out-of-band remote management and
maintenance capability. Remote management should be possible by using API and Web based
GUI.
i. The server should support all industry leading OS / Hypervisor like Windows, Linux, VMware,
KVM etc.
11.2 Video Recording Server (VRS)
The Video Recording servers shall be provided at TMC and sub-centres for recording the live video
feed from all the cameras (TMCS, VIDS, ANPR). The VMS (Video Analytics and Management System)
software shall be installed on the VRS. The inbuilt storage prescribed for VRS herewith are
estimated for 60 days @ 25 FPS, 2 MP at 80% load. The EPC Contractor shall propose the storage
capacity of VRS as per its own calculation and proposed solution to provide video recording of all
the cameras for minimum of 60 days keeping 20% buffer. The specified storage here is the
minimum requirement to be provided by the EPC Contractor. Minimum 2 nos. VRS shall be

Page 330 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
provided at each location (TMC and sub-centres).
a. Each server shall have a minimum one latest generation Intel Xeon 4-Core processor 3.5 Ghz
CPU of 8 MB Cache, 256 SSD in RAID 1 for operating system and video management software.
Each server shall support at least 128 channels at full HD along with 2-way audio feature.
b. The server shall have 16 GB RAM memory DDR3 memory.
c. Server shall have 20* 12 TB SSD HDD bays such that minimum 240 TB useable internal storage
space is available after applying RAID 6 configuration. Additional storage shall be added to
achieve 360 TB useable storage.
d. One optical drive DVD-RW shall be provided in each server.
e. Server should support 1Gb 4-port network adaptor supporting advanced features
f. The power supply and fan shall be Redundant
g. The display controller should support VGA, HDMI, DVI.
h. The server shall support minimum 1200 Mbps bandwidth for read and write the video
recording and shall support 8 input and 4 output alarm.
Note: Total number of servers required at each location / Sub-system shall be as per the
solution design of the EPC Contractor. The Quantity mentioned in the BOQ is the
minimum requirement and shall be provided by the EPC Contractor.
All the Servers shall come with 5 years OEM Warranty with 24X7 support and Next
Business Day (NBD) resolution.
11.3 Graphic Display for TMC
a. The EPC Contractor shall provide Graphic Display cubes with DLP based technology with Laser
light source or Active LED based display of 0.9 mm or less pixel pitch. Graphic Display shall
show large-scale presentation of central server monitor screen and live video streaming from
the all the cameras (TMCS, VIDS, ANPR), ATMS Dashboard and GIS Map.
b. It shall be able to show multiple screens at a time and the number of screens on the display
shall be flexible.
c. It should have a life of atleast 7 years in 24x7 operations.
d. The Graphic Display shall be made up of several units. It should have automatic and continuous
color calibration and uniform brightness amongst all cubes. Each cube should be able to take
full HD signal. The Laser DLP based graphic display shall be provided in 3x4 or 2x6 matrix of
70” cube or bigger, suitable to display minimum 30 cameras along with GIS Map and ATMS
dashboard in full high defination. The size of the Active LED based display shall be calculated
such that it achieves the size equalvalent to laser DLP display of 70” cube in 3x4 or 2x6
configuration, such that at least 30 nos. TMCS cameras can be viewed in full high definition at
same time along with GIS Map and ATMS dashboard.
e. The brightness of the cube shall be 400 nits and should be adjustable for lower or even higher
brightness requirements with brightness uniformity of more than 95%. The dynamic contract
ratio shall be 1000000:1 or more.
f. The ingress design of the projection unit shall confirm to IEC-60529 standard. Test certficiate
shall be submitted by the EPC Contractor in the Technical Proposal.
g. The depth of the cube/ Videowall for Laser DLP / active LED shall be as per OEM and shall be
minimum possible to avoid wastage of space in the TMC and sub-centres. The control room
layout shall be considered accordingly, such that minimum viewing distance is achieved..
h. Graphic Display Controller and management software shall be from the same OEM. The
number of output shall be capable to drive number of cubes to achieve the resolution.
i. The Operator shall be able to see multiple source in one window and shall be able to specify
time interval and sequence. The software shall provide the option to split the entire display in
multiple sections and layouts. The operator shall be able to define multiple layouts that can be
launched based on time schedule or sequence as defined by the operator or control room
Manager. The layouts shall be finalised in consultation with the Authority Engineer and
Authority.
j. The software shall have self health diagnostics function and shall raise alert or popup in case
Page 331 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
of any error is diaganosed in the graphic display. The operator shall notify the maintenance
engineer regarding such alerts through FMS.
k. At least following information (Road and Traffic condition) shall be provided on Graphic
Display:
1) GIS Map of the Stretch with each lane
2) TMCS Camera live video streaming
3) VIDS live video streaming and Incident Pop-ups
4) ANPR and speed radar live data
5) Traffic Condition
6) Traffic count and classification
7) Travel time
8) Traffic Event using Image Icon (Type and Location)
9) Emergency call status
10) Status of each equipment plotted on the GIS Map
11) NMS
12) ADAS
13) Road condition
14) ATSC Status
15) FMS
16) Mobile App pop-ups
11.1.1 Graphic Display for Sub Centre
a. The information terminal to be installed at all the three sub-centres shall be a Laser DLP or
Active LED based display of 0.7 mm or less pixel pitch Graphics Display made of 70” or bigger
diagonal cubes in 2x3 matrix. The size of the Active LED based display shall be calculated such
that it achieves the size equalvalent to laser DLP display of 70” cube in 2x3 configuration.
b. The EPC Contractor shall supply and install the information terminal at the specified location
in the sub centre and connect it with the central server system through the digital transmission
system. Software required to operate the information terminal shall also be provided.
c. Information (Road and Traffic condition) as below shall be provided on Display as same as in
main centre but only of the stretch and equipment covered under that Sub-Centre:
1) GIS Map of the Stretch with each lane
2) TMCS Camera live video streaming
3) VIDS live video streaming Incident Pop-ups
4) ANPR and speed radar live data
5) Traffic Condition
6) Traffic count and classification
7) Travel time
8) Traffic Event using Image Icon (Type and Location)
9) Emergency call status
10) Status of each equipment plotted on the GIS Map
11) NMS
12) ADAS
13) Road condition
14) ATSC Status

Page 332 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
15) FMS
16) Mobile App pop-ups
Note: For the ergonomic design of the TMS and the Sub Cent,res ISO 11064 shall be followed.
11.4 Network Equipment
11.4.1 General
a. The EPC Contractor shall supply and install network equipment at each location to connect
each peripheral to the TMC systems. The EPC Contractor shall supply and install all equipment,
cables, connectors, terminals and other miscellaneous materials necessary to establish a
working local area network connecting these systems.
b. The network between the TMC and sub-systems shall either use the optical fibre cable network
or high-end Wireless Access Points along the stretch and a data communication network shall
be established using layer 3 switch to be supplied by the EPC Contractor. The EPC Contractor
shall supply and install the network equipment suitable for interfacing the layer 2 switch to
the layer 3 switch.
c. The type and the number of the network equipment proposed by the EPC Contractor as per
the network design shall be mentioned by the EPC Contractor in the BOQ. The network
configuration shall be determined by the EPC Contractor. The cost of the network devices and
materials that is not explicitly listed in the BOQ of the Bid submitted by the EPC Contractor or
supplied by the EPC Contractor during the installation works but deemed necessary for the
system during any stage of this Contract shall be included in the cost of appropriate items and
the Contract Price, and no separate payment shall be made.
11.4.2 Network design
a. The EPC Contractor shall undertake the detailed design of the digital transmission system. The
design work shall include but not be limited to transmission protocol, network and
transmission equipment, type and size of cable, cable splicing, conduit and cable installation
work, manhole, hand-hole and pull box at bridge and earth sections.
b. Digital transmission system shall adopt IP. Suitable media and transmission protocol at Layers
1 and 2 shall be decided, type of digital station equipment shall be selected. In developing the
design, various factors such as amount and type of data, transmission distance, quality of
service (QoS), reliability, latency, and changeover time to backup route shall be considered.
Type of optical fibre cable shall also be considered in the design. Packet based transmission
system will be preferred than circuit-based transmission system such as Gigabit Ethernet.
c. Loop topology based on resilient packet ring (RPR) shall be adopted for local line transmission
system for redundant operation. A cut in the communication at a point in the loop shall not
affect the normal operation of the communication system.
d. Physically separate optical fibre cables shall be used for a ring topology and for back up route
in the future trunk line transmission system. Compressed image data and data from other
devices must be separately allocated to the optical fibre core.
e. Layer 2 switch will be used at each node to connect local network or device to the local line
network. Layer 2 switch will also be used to connect devices to the local network. The switches
used at the field nodes shall only be of industrial grade for operations under extreme weather
and outdoor conditions.
f. In addition to the equipment listed above, the system requires fibre distribution frame and
main distribution frame for cable termination, surge arrester or similar surge protection
device to protect the equipment from the lightening, and accessories necessary for cable
installation. The EPC Contractor shall supply and install these devices and accessories.
11.4.3 Reliability
Digital transmission system shall have high reliability to ensure continuous operation of the
system. Bit error rate for the end to end data communication must be 1 x 10-6 or better.
11.4.4 Capacity and Quality of service
a. The digital transmission shall have a sufficient capacity in terms of speed and bandwidth to
meet the demands to be decided based on the estimated amount of data including digitized
voice data at each facility such as Traffic Management Centre, and service area. Video signal

Page 333 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
from the TMCS camera shall be transmitted in H.264/H.265 format and the digital
transmission system shall provide sufficient capacity for it. The EPC Contractor shall estimate
the type, amount and location of data transmission need and design the system, equipment
and cables that satisfy the demand.
b. Quality of service (QoS) capability shall be provided to the digital transmission system to
ensure smooth and uninterrupted delivery of data for voice and video image transmission
required for emergency telephone system and TMCS camera system.
11.4.5 System supervision
The digital transmission system shall be equipped with a supervisory function which continuously
monitors the system operation and issues an alarm in case malfunction is found. The supervisory
shall have the following functions:
1) Management of occurrence and recovery of malfunction
2) Registration and modification of system configuration
3) Registration and modification of network configuration
4) Testing of equipment and circuit
5) Logging of equipment operation and cable performance
6) Changeover between primary and backup routes
12. Closed Circuit Television (CCTV) and Access Control System (ACS) for TMC and Sub-Centre
Building and Security
12.1 General
a. This part of the RFP covers the equipment and services to be supplied under this Contract for
CCTV equipment and Access Control System (ACS) to be installed at the Traffic Management
Centre and Sub-Centres. The CCTV and ACS equipment shall be categorized as two types, CCTV
and ACS for Building and CCTV for Security.
b. All the cameras shall be IP based and shall be connected to the Video server. The cameras shall
support ONVIF profile S/G and shall be FCC Class A, UL, CE, BIS certified. The NVMS installed
on video server shall provide the facility to control the cameras at the Supervision workstation
in the Control room Buildings. The video recording of each camera shall be stored at the Video
server/storage for a period of minimum 60 days at 2MP (full HD), and 25 FPS and incident
video clips shall be stored for the entire Contract period.
c. All Cameras shall have inbuilt IR illuminator for night vision functionality. External IR
illuminator shall be acceptable for box type cameras, however inbuilt IR shall be preferred for
these types of cameras also.
d. The Video Server of each location shall be interfaced to TMC system and Authority HQ
Command Centre to be able to watch and control the cameras for the PTZ activities from the
TMC control room, Authority HQ Command Centre, and On-line access facility. The priority
shall be given to the local control room staff.
e. The functionality of the CCTV cameras provided by the EPC Contractor shall be described as
follows:
i. Building Surveillance CCTV cameras – These cameras installed on a sufficient height
mast shall be intended for general surveillance of the building area and field activity
outside the building and walkways. These cameras shall also be linked for remote
monitoring. As both the traffic control room staff and sub-control room staff can control
the pan, tilt and zoom function, the priority shall be given to the local control room staff.
ii. Building Security CCTV cameras – These cameras shall be intended for monitoring of
security areas such as the building compound, general parking area, Control Room,
supervisor room, building lobby, walkway, server room, UPS room, and emergency
vehicle parking area.
iii. These cameras shall have voice recording and Class 10 SD memory card of minimum
128GB for local storage of videos and voice recordings.
iv. These cameras shall be of two types
1) Motorised Bullet/Box colour cameras.
Page 334 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
2) Motorised Dome colour cameras
v. The box cameras installed outdoor shall be installed in the weatherproof enclosure.
f. The design of the CCTV system shall consider the following: -
i. Provide effective supervision and control
ii. Easy to use
iii. Self-contained system
iv. Increase span of management
v. Reduce unnecessary travel
vi. View / evaluate situations quickly
vii. Motion detection
viii. Savings on time and manpower
ix. Easy access to video information and quick playback
x. Minimize the use of security guards
xi. Eliminate unnecessary responses to false alarms
xii. Provision for future scalability
g. The camera and VAMS shall be capable of triggering alarms in case of Video motion detection,
manual trigger, digital input, periodical trigger, system boot, recording notification, camera
tampering detection and audio detection. The triggering alerts can be controlled by the control
room operator.
h. The system should support intelligent video motion detection to track objects, learn the scene
and adapt to a changing outdoor environment. Environmental changes such as rain, hail, wind,
swaying trees and gradual light changes should have minimum effect on the settings.
i. The control software should provide for alarms and alarm log. Alarm settings need to be
individually configurable for each alarm and each camera prerecord duration. The duration
shall be selectable from a list of values ranging between 2 seconds or less to 5 minutes or more.
There shall be provision to achieve, print and display the log using device filter, device group
filter and/or a time window.
j. The administrator should be able to create, add, edit & delete users. He should be able to
administer access rights to system resources and functionality as well as access permissions
to a list of cameras, a user can view and control.
k. The system shall provide User activity log (audit trail) with user id, time stamp, health
monitoring, etc.
l. ATMS Control Centre will have workstations along with controllers for Camera operation.
m. The Workstation Frontend Software should also be working on a browser-based system and
mobile application for remote users to allow any authorized user to display the video of any
desired camera on the monitor with full PTZ and associated controls.
12.2 CCTV Specifications
12.2.1 Dome Camera
a. A surveillance camera of 2MP at 25 FPS shall be provided. The IP camera shall be POE powered
dome type with inbuild IR of 30 meters with illumination at 0.005 lux for colour image and
black& white at 0 lux with IR. The lens shall be of 2.8-12 mm motorised varifocal with true
WDR, 3D DNR, BLC, AGC and triple streaming (i. live viewing, ii. analytics, & iii. recording). The
Camera shall have inbuild SD card slot and shall be provided with at least 128 GB class 10 SD
card. The shutter speed of the camera shall be 1/3 second to 1/100000 seconds for capturing
the motion detection even during low light condition and provide proper image. The housing
shall be IP 67 rated with IK10 protection against vandalism. The camera shall support one
alarm I/O port and audio I/O.
b. The face detection function shall be activated as soon as the motion detection is triggered.
c. The camera shall also detect any object addition, object removal, and line crossing.

Page 335 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
d. Whenever any event is triggered, the camera shall record the event on SD card.
12.2.2 Bullet Camera
a. A surveillance camera of 2MP at 25 FPS shall be provided. The IP camera shall be POE powered
bullet type with inbuild IR of 50 meters with illumination at 0.005 lux for colour image and
black & white at 0.001 lux with IR. The lens shall be of 2.8-12 mm motorised varifocal with
true WDR, 3D DNR, BLC, AGC and triple streaming (i. live viewing, ii. analytics, & iii. recording).
The Camera shall have inbuild SD card slot and shall be provided with at least 128 GB class 10
SD card. The shutter speed of the camera shall be 1/3 second to 1/100000 seconds for
capturing the motion detection even during low light condition and provide proper image. The
housing shall be IP 67 rated with IK10 protection against vandalism. The camera shall support
one alarm I/O port and audio I/O.
b. The face detection function shall be activated as soon as the motion detection is triggered.
c. The camera shall also detect any object addition, object removal, and line crossing.
d. Whenever any event is triggered, the camera shall record the event on SD card.
12.2.3 Access Control System
a. Door / premises entry Access control system shall be provided in each TMC and sub-centre
building and rooms including server room, UPS room, generator room, etc.
b. The system shall provide an integral software tool designed to reduce or eliminate tailgating.
c. Restricting or denying access to a card holder shall happen automatically if they have entered
a zone without a valid card transaction.
d. The access control system should be modular in nature, with the below mentioned modules-
i. Card Management and enrolment module
ii. Alarm Management Module
iii. Rolling Transaction Display Module
iv. Web Dash Board
v. Zone Management and Broadcast
vi. Time & Attendance Module
vii. Visitor Management System Module
viii. Reporting module
e. The dashboard shall display data in multiple formats such as bar, line, and pie charts, and
tabular formats and shall provide following information:
i. Card Swipes & Zones Swipes
ii. Cards Parked
iii. Zone Occupancy & Muster zone swipes
iv. Type of Cards Issued and their status
v. Licensing
vi. Diagnostics
vii. Users logged on
viii. Invalid Swipe Analysis
ix. Average Alarm Acknowledgement/Cancel Locked Out Accounts
x. Top current alarms
xi. System and capacity & software licensing information
xii. Alarm acknowledgment analysis
xiii. Locked out workstation user accounts
xiv. Users currently logged on

Page 336 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
xv. System Time and Date
xvi. Last backup status and Backup history report
f. Reporting Module shall provide the following information:
i. Access Level changes
ii. Alarm Reports
iii. Transaction Reports
iv. First & Last transaction report
v. Device Reports
vi. Device Access Report
vii. Device configuration reports
viii. Personnel Reports
ix. Card parking Reports
x. Absentee Report
g. The ACS shall have following features:
i. Record cardholder personal and access information.
ii. Control card verification (i.e. the recording of cards on the system).
iii. Control data flow to the Ethernet Reader Controllers - card and configuration
information.
iv. Provide automatic updates of Ethernet Reader Controllers and field device changes,
so that the system is continually updated.
v. Pass alarm and status information in real-time to client PC workstation computers
being used for system monitoring.
vi. Pass alarms to an integrated Short Message Service (SMS) for a text messaging service
to user defined recipients.
vii. Issue broadcast messages to the Ethernet Reader Controllers.
h. The ACS shall be integrated with following sub-systems of the building
i. Video Analytics and Management System (VAMS)
ii. Fire Systems (FS)
iii. Intrusion Detection Systems (IDS)
iv. Perimeter Intrusion Detection Systems (PIDS)
v. Generic Lift or Elevator interface
vi. Building Management Systems (BMS)
vii. Time and Attendance (T&A) Module
viii. Visitor Management System
i. The ACS system shall be CE certified and designed for UL294, with IP 20 rating. The readers
shall be RS485 OSDP compliant, communicate through encrypted OSDP RS485 Wiegand, and
encrypted host communications with TLS and AES encryption.
j. The single door and true four door ACS shall have touch screen terminals for easy access with
12 keys (10 numeric keys, 2 context sensitive function keys), capacitive, light touch and
10/100 Mbps ethernet port.
k. The system shall have sufficient offline data storage capacity of minimum 500,000 cardholders
transactions and 75,000 offline events (transactions and alarms).
l. Shall have inbuilt battery and charging system. It shall automatically switch over on detection
of power supply.
m. The system shall have tamper detection capabilities and shall raise alarm that shall be
configurable as per site requirement.

Page 337 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Section 04 Traffic Monitoring Camera System (TMCS)
1. General
The EPC Contractor shall provide and construct Traffic Monitor Camera System (TMCS) as a
closed-circuit television system that meets the requirements stated herein for the surveillance of
the traffic and vehicle on the project. Digital type system shall be used and video signal output from
the camera shall be digitized and compressed to reduce the bandwidth requirement for digital
transmission system. The system and its component devices shall be of rugged construction for
outdoor industrial use capable of continuous operation.
2. System Configuration and Main Function
The system shall consist of camera at site, and control equipment and VMS at the Traffic
Management Centre / Sub-centres, and digital transmission system shall transmit video signal
from the camera to the TMC/Sub-centres.
The Traffic Monitoring Camera System shall be used for monitoring the project corridor, junctions
and interchanges. The cameras with Pan/Tilt/ Zoom(PTZ) facility shall provide a 360-degree field-
of-view to enable the operational objective of full coverage of the highway/expressway, at-grade
roads, junctions, service road, entry/exit ramps and related spaces within the corridor/ ROW.
Operationally, the main function of the camera is to provide surveillance of the transportation
system and enhance situational awareness and enable operations staff to perform a number of
valuable monitoring, detection, verification functions.
The camera shall also perform the automatic incident detection functions (defined in next section)
in each pre-set position. Under normal condition of the Project, the TMCS cameras shall be set at
home position and shall periodically to other pre-set positions to enable automatic incident
detection.
The cameras shall be integrated with Road Condition Monitoring module for collection of road
condition data and statistics.
3. Equipment Location and Type
a. TMCS camera shall be installed in the median or shoulder (as per the availability of space and
OFC cable and chamber location) approximately at every 1 Km such that the monitoring of the
entire route is ensured. The number of cameras shall be sufficient to monitor the key location,
accident prone areas, junctions, major median openings, major structures, urban areas, major
villages junctions etc. through entire journey of every vehicle on the road.
b. The EPC Contractor shall propose the actual locations to satisfy the above requirement. The
exact location will be determined based on the alignment, geometry, viewing area (based on
site visit) and shall be approved by the Authority Engineer.
c. The TMCS camera shall be supplied power from the solar panel attached to Camera Pole. The
UPS and Lithium-ion battery bank shall be able to provide the power backup for minimum of
72 hours.
4. System Function
4.1 Camera
Camera shall be for industrial use, capable of continuous operation under harsh environment on
the highway. Camera shall be IP based full HD colour type with 1/1.9" image sensor (CMOS) or
better. It shall have frame rate of up to 60 frames per second in all compression mode and shall
have 3 simultaneous streams and live view for more than 5 users.
4.1.1 Lens
Motorized zoom lens with minimum 36x Optical zoom and minimum 16x digital zoom having
optical defog feature and auto focus covering suitable range of focal length shall be provided and
mounted on the camera. The lens size shall be approx. 5-200 mm suitable to achieve the required
optical zoom.
4.1.2 Night vision capability
Cameras shall have inbuilt IR illuminator of 500 meters for night vision functionality. External IR
illuminator shall be acceptable for PTZ cameras, however inbuilt IR shall be preferred. The
minimum illumination shall be of 0.002 lux for colour and 0.0002 lux for black and white image
with automatic gain control on in auto/ manual mode. The camera shall be capable of recording

Page 338 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
black and white video even in 0 lux with IR up to a distance of 500 meters.
4.1.3 Image enhancement capability
Camera shall have electronically image stabilisation, hue light compensation, back light
compensation, and three-dimensional digital noise reduction features. The camera shall support
true wide dynamic range of minimum 120 dB.
4.1.4 Camera Housing
The camera shall be housed in a suitable housing to protect them from solar radiation, UV, dust
and rain. An inbuilt wiper shall be provided with the housing to permit cleaning of the camera
gimble during a rainstorm/ dust etc. The field of view of the camera shall not be obstructed by the
housing nor by the wiper, which shall automatically park out of view. Picture quality or optical
performance shall not be degraded by the housing. The Housing shall have IP-66 or higher rating
for Weather-proof, and NEMA 4X-rating or IK10 or higher rating for Vandal-proof. The housing
shall have inbuilt heater and blower function.
4.1.5 Pan-tilt Head
Camera housing shall be mounted on a motorized pan-tilt head. The angles of the head and rotating
and tilting speed shall be as follows:
Rotating angle: 360 degrees endless with pre-set pan and tilt speed of minimum 200o per second
faster.
4.1.6 Camera Control
a. The following control functions shall be provided to the system to cover wider area and longer
distance:
1) Pan (right – left)
2) Tilt (up – down)
3) Zoom (wide – telescope)
4) Focus (near – far)
5) Wiper (on – off)
b. The EPC Contractor shall state the angle range of pan and tilt movements and their speed.
c. The TMCS Camera shall support H.264, H.265 video compression and shall support latest
ONVIF S&G protocol. The camera shall have auto motion detection and shall be capable of auto
tracking the moving object, wrong direction detection, stationary object detection, face
detection, 250 plus pre-set, patrolling mode, audio I/O ports, alarm I/O, multiple privacy
masking features.
d. The Camera shall have applicable CE, UL, BIS and FCC.
4.2 Quality
a. TMCS camera system shall be designed to operate 24 hours a day and 7 days a week without
shutdown. Thus, high reliability and availability shall be achieved.
b. Design target of MTBF shall be 3104 hours or better except the mechanical part of pan-tilt
head. Expected MTBF shall be calculated based on the announced reliability of parts and
component, or operation record of similar products.
c. Availability of the system and each camera shall be 99% or better.
4.3 Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar
streetlight
a. A surveillance camera of 2MP at 25 FPS shall be provided at each equipment location along
with hooter alarm and beacon. The IP camera shall be POE powered bullet type with inbuilt IR
of 50 meters with illumination at 0.005 lux for colour image and black& white at 0.001 lux with
IR. The lens shall be of 2.8-12 mm motorised varifocal with true WDR, 3D DNR, BLC, AGC and
triple streaming. The Camera shall have inbuilt SD card slot and shall be provided with at least
128 GB class 10 SD card. The shutter speed of the camera shall be 1/3 second to 1/100000
seconds for capturing the motion detection even during low light condition and provide
proper image. The housing shall be IP 67 rated with IK10 protection against vandalism. The
camera shall support one alarm I/O port for activation of Hooter and beacon.
Page 339 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
b. The function of this camera is to monitor the cabinet and pole surrounding for pilferage and
vandalism attempts. The motion detection feature shall raise the alert in the control centre as
soon as any movement is detected nearby the cabinet and camera pole to alert the control
centre operators regarding any possibility of pilferage and vandalism attempt.
c. Hooter shall be controlled locally by the camera and shall sound when the motion detection
period is greater than 5 seconds. The alert in the TMC/Sub-centre shall be raised by
VMS/ATMS software as soon as hooter is activated.
d. The face detection function shall be activated as soon as the motion detection is triggered.
e. The camera shall also detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
g. The camera and hooter beacon alarm shall be installed at height of 8 meters to prevent
vandalism.
h. The camera shall be mounted on 1-meter cantilever arm attached to the pole.
i. All-in-one solar streetlight of 15W 2000 Lumens with inbuilt motion detection sensor and auto
on-off and auto dimming function shall be installed at each location at a suitable height.
4.4 Power supply system
a. A solar power supply system consisting of a solar panel, a controller, a UPS and Lithium-ion
battery bank shall be provided at each TMCS camera location that operates on solar power.
Solar power equipment except solar panel shall be accommodated in the same cabinet as TMCS
camera controller or in a separate cabinet. The solar panel shall have sufficient size to generate
the power required. The EPC Contractor shall provide the support for solar panel and
connection between the panel and the controller, which shall not be exposed. A mechanism
shall be provided to adjust the angle of solar panel to the solar panel support and prevent
pilferage. The solar panel shall be installed at the minimum height of 8 meters.
b. The Lithium-ion battery shall be custom built so that it cannot be used for any other
application / purpose. It shall be designed such that the terminals/ cells get damaged upon
unauthorised removal of battery from the enclosure / cabinet to prevent pilferage.
c. The Lithium-ion battery shall provide power for Camera at least for 3 days even if solar power
cannot be generated due to the weather condition. The EPC Contractor shall present the
calculation of power consumption and capacity of solar power supply system to be used for
the TMCS system. The EPC Contractor shall also consider the power requirement of network
devices, wireless access points, PoE switch, SPD etc. suitably during the calculation.
d. Proper earthing shall be provided at each equipment location.
5. Installation
TMCS camera shall be mounted on a tilt pole installed beside the Highway/expressway on the
shoulder as specified. Height of camera shall be 12 meters. Pole shall be rigid enough so as not to
vibrate under strong wind and passage of heavy vehicle. Optical fibre cable and power cable shall
be extended from the nearest hand-hole at the shoulder where branch connection of cable is
possible. The TMCS camera shall be connected to the nearest Wireless Access-point through
repeater / access point / transceiver appropriately.
6. Acceptance test
a. Camera, camera housing, pan-tilt head, TMCS camera station, Solar power system, and TMCS
camera system central equipment shall be subjected to test at all stages of Acceptance tests i.e.
Factory Acceptance Test, during installation work and upon completion depending on the test
item. Three types of test i.e. function, performance test and general test shall be conducted.
b. Details of the test item, test procedure and criteria to judge test result shall be proposed by the
EPC Contractor subject to the approval by the Authority Engineer / Authority.
c. In principle, function and performance requirement stated above shall be tested. More
specifically, the following tests shall be conducted as minimum:
1) Resolution
2) Colour
3) Wiper control
Page 340 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
4) Maximum pan and tilt angle and speed
5) Control desk and remote control
6) Video switching function
7) Video recording
8) Solar Power system charging and backup performance

Page 341 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Section 05 Video Incident Detection System (VIDS)
1. General
Video Incident Detection System (VIDS) will be installed at the accident-prone and other essential
areas identified by the enforcement agency and other vulnerable locations. The images taken by
VIDS camera shall be transmitted to the Traffic Management Centre (TMC) / sub-centres through
Optic Fibre cable in real time. In the TMC, images are selectively shown on the monitor display of
VIDS workstation and VIDS monitor screen. If an incident occurs within the coverage area of
camera, operator shall be able to control VIDS camera remotely and check the status visually. At
the same time, images from all cameras shall be recorded on the storage device in specified period.
The cameras shall be integrated with Road Condition Monitoring module for collection of road
condition data and statistics.
2. System Configuration
a. The VIDS system shall consist of the following components:
1) VIDS image sensor cameras and LPU at roadside
2) Cabinet
3) Solar and UPS
4) Network equipment, etc.
b. No periodical manual adjustment shall be required in camera and local processing unit.
c. The VIDS application shall be provided to the Traffic Management Centre and Sub-centres for
receiving pre-processed data from VIDS LPU on the Project. The data collection interval shall
not be more than 60 seconds.
3. Equipment Location
a. VIDS shall be installed at the location to identified by the EPC Contractor and approved by the
Authority Engineer. The VIDS shall be installed at a suitable location from the connecting /
merging road to monitor the sectional traffic volume on the main carriageway.
b. The EPC Contractor shall examine and select the VIDS location and obtain the approval from
the Authority Engineer.
c. The VIDS shall be installed on a dedicated pole to be provided by the EPC Contractor. The
clearance of 8 meter shall be secured.
d. The VIDS shall be supplied power from the solar panel attached to Camera Pole. The UPS and
Lithium-ion battery bank shall be able to provide the power backup for minimum of 72 hours.
4. System Function
VIDS system shall be provided with the functions described below.
4.1 Monitoring function
a. The road and traffic condition video and images taken by VIDS cameras on the project shall be
transmitted as video signal to the Traffic Management Centre through the communication
network. The ATMs Software shall be capable of selecting video signal from any VIDS camera
to be displayed on the monitor and graphics display.
b. Sequential display function shall be provided to the ATMS Software. The sequential display
function shall allow the video image from the multiple cameras to be sequentially displayed at
a pre-set interval. It shall be possible to select the cameras for sequential display and to set the
display time of the image from each camera.
c. The VIDS console and graphics display shall have multiple screen capability and shall display
either one image or four images at a time. The image on the Graphics Display shall be
controlled by the ATMS Software.
4.2 Incident detection
a. The VIDS system shall have an incident detection function and automatically detect incident
occurred within its viewing area when the camera is set at home position. Incident refers to
those occurrences of slow-moving vehicle, stopped vehicle, reverse traffic, fallen object, poor
visibility, vehicle running in opposite direction, etc.

Page 342 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
b. If an incident is detected, ATMS Software shall issue an alarm and incident image shall be
automatically displayed on the VIDS operator console monitor display and Graphics Display.
The GIS Map shall show the location of the incident with a red dot and popup of the video.
c. The EPC Contractor shall describe the incident detection mechanism in the Technical proposal
that the EPC Contractor proposes together with its limitation.
4.3 Image recording and retrieval
All images shall be automatically recorded in the VRS at TMC/Sub-centre with camera ID and time
stamp. Frame rate of the video signal can be configured to one frame to 60 frames per second to
optimise the storage capacity as per the site requirements. Images shall be stored for minimum 60
days.
4.4 Diagnosis
a. The VIDS system shall have a diagnosis function.
b. The ATMS Software shall check the connection with the VIDS camera and the status of VIDS
camera by sending the diagnosis signal every minute. If VIDS camera fault signal is received or
there is no response from the VIDS camera, the ATMS Software shall issue an alarm on the
Graphics display and operator console.
c. The fault shall also be recorded in the log.
d. The EPC Contractor shall state in his Technical Proposal, the types of error and malfunction of
the VIDS System that can be diagnosed from the ATMS Software.
5. Camera
5.1 General
a. The IP camera shall be POE/POE+ powered bullet type with inbuilt IR of 60 meters.
b. The Camera shall have inbuild SD card slot and shall be provided with at least 128 GB class 10
SD card.
c. The shutter speed of the camera shall be 1/4 second to 1/100000 seconds for capturing the
motion detection even during low light condition and provide proper image.
d. The face detection function shall be activated as soon as the motion detection is triggered.
e. The camera shall detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
5.1.1 Lens
2 MP Full HD motorized varifocal lens with minimum 5-45 mm motorized auto-focus function having
optical defog feature and auto focus covering suitable range of focal length shall be provided and mounted
on the camera. The range of the camera shall be minimum 60 meters. The resolution shall be full HD at 60
FPS.
5.1.2 Night vision capability
Cameras shall have inbuilt IR illuminator of 60 meters for night vision functionality. External IR illuminator
shall be acceptable in case of box cameras, however inbuilt IR shall be preferred. The minimum illumination
shall be of 0.01 lux for colour image with automatic gain control on in auto/ manual mode. The camera shall
be capable of recording black and white video even in 0.001 lux with IR up to a distance of 60 meters.
5.1.3 Image enhancement capability
Camera shall have hue light compensation, back light compensation, and three-dimensional digital noise
reduction features. The camera shall support true wide dynamic range of minimum 120 dB.
5.1.4 Camera Housing
The camera shall be housed in a suitable housing to protect them from solar radiation, UV, dust and rain.
The field of view of the camera shall not be obstructed by the housing. Picture quality or optical
performance shall not be degraded by the housing. The Housing shall have IP-67 or higher rating for
Weather-proof, and NEMA 4X-rating or IK10 or higher rating for Vandal-proof.
5.2 VIDS LPU and Cabinet
a. LPU (Local Processing Unit) shall be a fan-less industrial grade rugged compact CPU housed in a

Page 343 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
cabinet together with power supply and network equipment.
b. The cabinet shall be electrically and mechanically isolated and shall have a degree of protection of
IP 55 or higher specified in IEC 60529. If necessary, the cabinet may be provided with a ventilation
fan for controlling internal temperature, but the protection code requirements shall be met.
c. A right hinged door shall be provided on the front to realize easy maintenance work.
d. The turning direction of the handle shall be counter-clockwise.
e. The power supply unit shall be provided with a circuit breaker.
f. The anti-lightning and surge protection complying with the IEC 61643-1 shall be provided.
g. The cabinet shall be finished with the anticorrosive treatment.
h. The EPC Contractor shall state the details of the anticorrosive treatment and painting.
i. The Cabinet shall have door open alert feature and alarm to be sounded locally as well as the
Central Control Centre.
j. The Cabinet shall have suitable built with appropriate locking arrangements to protection from
theft, vandalism etc.
k. The cabinet shall be of suitable size to accommodate the equipment to be housed in the cabinet
and shall be designed to meet the environmental conditions at the site and cooling, heating,
ventilation requirement for the equipment, etc.
5.3 Local warning flashing lights and Alarm
The local VIDS controller shall be enabled to provide appropriate local warnings (in the interest of
road safety) to vehicles on the main carriageway on detection of incidents like reverse traffic (along
with warning to the Traffic Management Control Centre).
a. Pole mounted flashing lights of minimum 300mm diameter with a visibility of at least 500m
shall be used for local warning.
b. There shall be at least five such warning lights each mounted typically at a distance of 100
meters and 200 meters before the incidence monitoring point when seen from the direction
of travel. The above distances shall be suitably optimized during detailed engineering. Two
warning lights shall be installed in the median and three on the shoulder side.
c. The lights shall be powered by a local solar PV based power supply withinbuilt Li-ion battery
and shall be interconnected with the incident detection system either by cable or by wireless
(GSM based).
d. During periods of poor visibility, as detected by the VIDS or TMC / Sub-centre operator, the
lights shall go into a flashing mode until visibility improves to a level for adequate incident
detection. The TMC / Sub-centre operator shall have the option to turn on/off the lights
remotely.
e. The above lights shall stop flashing either on the event of the disappearance of the detected
incident(s) or on the occurrence of a reset from the TMC / Sub-centre operator.
f. In case of failure of the VIDS LPU the above lights shall, by default, switch to the flashing mode.
5.4 Solar powered Amber Flasher Light
Apart from the local warning flashing light mentioned above, a set of two standalone Solar powered
Amber Flasher Lights (FL) / Solar Blinkers of 300 mm Dia with at least 96 hours power backup
shall be provided at each location mentioned in the equipment location list. The FL shall be
installed such that it is visible to the merging traffic as well as to the traffic plying on the main
carriageway. The set of FL shall be installed at each median opening (also at the location even if
the median opening has been closed, as these are the points where two-wheelers, pedestrians etc.
frequently use for road crossing and may be potential accident prone areas even after the closure
of the median opening), junctions, merging / diverging points near the flyovers, major bridges,
railway over bridges, villages, accident prone areas, location identified as frequent animal crossing
etc.
The Solar panel and Lithium-ion battery (in lockable and theft proof housing/ enclosure) shall be
installed on the top of the FL pole, at a suitable height to prevent theft.

Page 344 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
5.5 Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar
streetlight
a. A surveillance camera of 2MP at 25 FPS shall be provided at each equipment location along
with hooter alarm and beacon. The IP camera shall be POE powered bullet type with inbuild
IR of 50 meters with illumination at 0.005 lux for colour image and black& white at 0.001 lux
with IR. The lens shall be of 2.8-12 mm motorised varifocal with true WDR, 3D DNR, BLC, AGC
and triple streaming. The Camera shall have inbuild SD card slot and shall be provided with at
least 128 GB class 10 SD card. The shutter speed of the camera shall be 1/3 second to
1/100000 seconds for capturing the motion detection even during low light condition and
provide proper image. The housing shall be IP 67 rated with IK10 protection against
vandalism. The camera shall support one alarm I/O port for activation of Hooter and beacon.
b. The function of this camera is to monitor the cabinet and pole surrounding for pilferage and
vandalism attempts. The motion detection feature shall raise the alert in the control centre as
soon as any movement is detected nearby the cabinet and camera pole to alert the control
centre operators regarding any possibility of pilferage and vandalism attempt.
c. Hooter shall be controlled locally by the camera and shall sound when the motion detection
period is greater than 5 seconds. The alert in the TMC/Sub-centre shall be raised by
VMS/ATMS software as soon as hooter is activated.
d. The face detection function shall be activated as soon as the motion detection is triggered.
e. The camera shall also detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
g. The camera and hooter beacon alarm shall be installed at height of 8 meters to prevent
vandalism.
h. The camera shall be mounted on 1-meter cantilever arm attached to the pole.
i. All-in-one solar streetlight of 15W 2000 Lumens with inbuilt motion detection sensor and auto
on-off and auto dimming function shall be installed at each location at a suitable height.
6. Quality
a. The system shall operate on a 24x7 basis. The VIDS shall be capable of taking clear images of
road and traffic conditions under any brightness conditions during the daytime and night-
time.
b. It shall be the responsibility of the EPC Contractor to furnish and install all necessary
hardware, software, and database, integrate all system components and deliver a complete
operational VID.
7. Power Supply
a. A solar power supply system consisting of a solar panel, a controller, a UPS and Lithium-ion
battery bank shall be provided at each location that operates on solar power. Solar power
equipment except solar panel shall be accommodated in the same stainless-steel cabinet as
controller or in a separate stainless-steel cabinet. The solar panel shall have sufficient size to
generate the power required. The EPC Contractor shall provide the support for solar panel and
connection between the panel and the controller, which shall not be exposed. A mechanism
shall be provided to adjust the angle of solar panel to the solar panel support and prevent
pilferage. The solar panel shall be installed at the minimum height of 8 meters.
b. The Lithium-ion battery shall provide power for Camera at least for 3 days even if solar power
cannot be generated due to the weather condition. The EPC Contractor shall present the
calculation of power consumption and capacity of solar power supply system to be used for
the system. The EPC Contractor shall also consider the power requirement of network devices,
wireless access points, PoE switch, SPD etc. suitably during the calculation.
a. Proper earthing shall be provided at each equipment location.
b. Power consumption of all types of VIDS shall be 100VA or less regardless of the type of
power supply.
8. Installation
a. VIDS Camera device shall be installed on the top of individual supporting pole. The supporting
structure with enough length must be provided to keep good visibility.
b. VIDS camera station (local control electronics) shall be installed in VIDS cabinet on the
supporting pole for VIDS camera.

Page 345 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Section 06 Vehicle Speed Detection System (VSDS)
1. General
The EPC Contractor shall install the ANPR camera-based solution for over speed detection and
enforcement, and radar sensor-based speed detection system for speed display on LED panel. The
ANPR system should correctly link the vehicle number plate with the vehicle speed.
The ANPR camera shall be mounted permanently to monitor a single lane of a highway. Multiple
ANPR cameras shall be placed on an overhead gantry to get the complete picture of traffic flow for
each lane including hard & earthen shoulder in the location.
The ANPR system shall be capable of detection both spot over speeding as well as section based
over speeding.
The ATMS Software shall be capable of generating e-challan automatically and integrated with the
Vahan database, NIC ITMS, and NPCI FASTag mapper for obtaining the vehicle registration and
contact details for e-challan and cross-verification of the vehicle class. The Contractor shall be
responsible for integration of AMTS software with the Vahan Database, NIC ITMS, and NPCI
FASTag Mapper as part of this Contract.
In addition to ANPR based VSDS, radar triggered Vehicle Actuated Speed Display (VASD) shall be
installed at each location to cover all the lanes per direction. The purpose of the VASD is to display
the speed of the vehicle to the driver and alert about his/her speed and prevent him/her from
over-speeding, hence shall act as speed calming device. The location of VASD and ANPR camera
based VSDS may be same or vary as per the site requirement.
The EPC Contractor shall be required to integrate with AFS (ANPR cum FASTag System) for
exchange of ANPR data, as per the requirement raised by Authority / Authority Engineer for the
project/ NH stretch.
The cameras shall be integrated with Road Condition Monitoring module for collection of road
condition data and statistics.
2. System Configuration
The Radar Speed Sensor shall be provided for traffic monitoring and give input to the VADS for
display of vehicle speed in real-time. The ANPR camera shall be used to capture the vehicle speed
and estimate of vehicle length to identify vehicle class, reverse vehicle movement detection, and
wrong lane driving (on the bases of the vehicle classification, e.g. Bus/truck driving in the
car/overtaking lane, car driving in over taking lane, etc.). both VSDS and VASD systems shall work
independent to each other.
The radar shall be capable for monitoring three/four lanes plus the hard & earthen shoulder
simultaneously and send the command to each VASD display for displaying the real-time speed of
the vehicle in each lane. The speed of the vehicle in hard/earthen shoulder shall be displayed on
the adjacent display. Precise tracking and video overlaying in difficult situations like
• Multiple car tailgating Parallel motion,
• High occlusion target scenarios – e.g. small car or bike next to a large truck
The system shall be capable of capturing all type and classes of vehicles, including but not limited
to 2-wheelers, three wheelers, tractor, over-sized, non-standard vehicles, etc.
The EPC Contractor shall be responsible for Integration of ATMS system and sub-systems with the
Authority Mobile App for the road users as per the requirement raised from time to time by the
Electronics/ IT department of Authority or its authorized agency.
3. Location
VSDS and VASD shall be installed at suitable locations as identified during the survey by the EPC
Contractor and approved by the Authority Engineer. The VSDS and VASD shall be installed in the
section where the over speeding chances are higher, such that at least one set is installed at suitable
location between two junctions / flyover/ interchange / entry- exit points and the distance
between two locations shall not exceed 10 kms in each direction. The ideal distance between two
locations is 5 kms in each direction.
Both the system shall be installed in both the directions (LHS & RHS) of the road at each location.
Minimum of 3 sets shall be installed in each direction on the project stretch for obtaining sufficient
data for section-based speeding, ATCC, and TTMS functionalities, such that the shoulder is also
Page 346 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
covered, additional camera per direction shall be provided, if required to cover the shoulder.
VSDS and VADS systems shall be installed in both the directions (LHS & RHS) of the road at each
location on the same gantry.
4. Roadside Equipment
a. ANPR Camera
b. LPU
c. Cabinet
d. Vehicle Actuated Speed Display integrated with Speed Radar
e. Speed Radar
f. Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar
streetlight
g. Civil works and gantry structure
h. Solar and UPS
5. TMC Equipment
Speed Enforcement Application module (part of the ATMS software) and console.
6. System Function
6.1 Radar System
a) The radar Sensor must have high accuracy and detection range. The operational range should
be 90 meters.
b) The Sensor shall be Capable for the tracking up to 32 vehicles simultaneously.
c) The accuracy of speed detection shall be more than 98% at a speed range of 0.5 to 200 km/hr.
d) Inbuilt radar in VASD shall also be acceptable if the accuracy level of more than 98% at a speed
range of 0.5 to 200 km/hr can be achieved by the inbuilt radar and display on the VASD in real-
time with read range of 100 meters.
e) The radar shall be calibrated and tested by the third-party for speed detection. Test and
calibration certificates shall be submitted by the EPC Contractor along with the Technical
Proposal and commissioning. The commissioning certificate shall only be issued after
authentication of the test reports and calibration certificates.
6.2 ANPR Camera
a) The ANPR camera shall be installed at site independent of the radar system.
b) Success rate of number plate recognition, reading and associating with transaction shall not
be less than 90% during night-time at a speed of 180 kmph for standard number plates. The
vehicle image capturing, and processing zone shall be within 40 meters for higher accuracy.
c) The night vision should not affect the accuracy.
d) The camera shall capture the image of each over speeding vehicle for spot speeding and each
vehicle for section speeding and send to the control room. In case the ANPR/OCR is unable to
read/recognize the number plate, the system shall create an incident and send an alert to the
operator. The operator shall be able to zoom the vehicle image to read the registration number
plate and manually enter the vehicle number in the system for further processing. The EPC
Contractor shall be responsible to propose the system capable of processing all over speeding
vehicles, irrespective of the accuracy, read rate of the ANPR.
e) The video recording of each ANPR camera shall be stored for a period of 60 days in H.264,
H.265 format and the video clip of over speeding vehicles shall be stored for the entire period
of the Contract i.e. for minimum of 5 years. The length of the video clip shall be proposed by
the EPC Contractor such that the same can be produced to the enforcement agency as and
when required as an evidence of speed violation. It shall be solely the responsibility of the EPC
Contractor to produce the evidence and provide required support to the Authority and
enforcement agency for justifying the speed violation.
f) The software and cameras shall be calibrated on monthly basis and the certified test report

Page 347 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
shall be submitted to the Authority and Authority Engineer. In addition to the monthly testing
and calibration, the Authority or Enforcement agency may instruct the EPC Contractor to test
the cameras and software at any time to ascertain the accuracy of the cameras, software and
radars.
g) The ANPR Cameras and VSDS Software shall be calibrated and tested by the third-party for
speed detection. Test and calibration certificates shall be submitted by the EPC Contractor
along with the Technical Proposal and commissioning. The commissioning certificate shall
only be issued after authentication of the test reports and calibration certificates.
6.3 Specifications
a. The system shall perform during day and night as well as in adverse weather conditions.
b. It shall have built in diagnostic functions to quickly asses the validity of speed calibration.
6.3.1 General
a. The IP camera shall be POE powered box type with external IR of 100 meters or better.
b. The Camera shall have inbuilt SD card slot and shall be provided with at least 128 GB class 10
SD card.
c. The shutter speed of the camera shall be 1 second to 1/100000 seconds for capturing the
motion detection even during low light condition and provide proper image.
d. The Camera shall have Ethernet port, 2 alarm input/2 Alarm output.
6.3.2 Lens
2 MP Full HD manual varifocal lens with minimum 5-50 mm C/CS mount DC drive. The range of
the camera shall be up to 100 meters. The resolution shall be full HD at 60 FPS.
6.3.3 Night vision capability
Cameras shall have inbuilt IR illuminator of 100 meters for night vision functionality. External IR
illuminator shall be acceptable, however inbuilt IR with housing shall be preferred. The minimum
illumination shall be of 0.005 lux for colour image with automatic gain control on in auto/ manual
mode. The camera shall be capable of recording black and white video even in 0.001 lux with IR up
to a distance of 100 meters.
6.3.4 Image enhancement capability
Camera shall have hue light compensation, back light compensation, hue light compensation,
defog, and three-dimensional digital noise reduction features. The camera shall support true wide
dynamic range of minimum 120 dB.
6.3.5 Camera Housing
The camera shall be housed in a suitable housing to protect them from solar radiation, UV, dust
and rain. The field of view of the camera shall not be obstructed by the housing. Picture quality or
optical performance shall not be degraded by the housing. The Housing shall have IP-67/IP-68
rating for Weather-proof with better dust & dirt protection, and NEMA 4X-rating or IK10 or higher
rating for Vandal-proof. The housing shall have built-in heater and blower.
6.4 VSDS LPU and Cabinet
a. LPU (Local Processing Unit) shall be a fanless industrial grade rugged compact CPU housed in
a cabinet together with power supply and network equipment.
b. The cabinet shall be electrically and mechanically isolated and shall have a degree of
protection of IP 55 or higher specified in IEC 60529. If necessary, the cabinet may be provided
with a ventilation fan for controlling internal temperature, but the protection code
requirements shall be met.
c. A right hinged door shall be provided on the front to realize easy maintenance work.
d. The turning direction of the handle shall be counter-clockwise.
e. The power supply unit shall be provided with a circuit breaker.
f. The anti-lightning and surge protection complying with the IEC 61643-1 shall be provided.
g. The cabinet shall be finished with the anticorrosive treatment.

Page 348 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
h. The EPC Contractor shall state the details of the anticorrosive treatment and painting.
i. The Cabinet shall have door open alert feature and alarm to be sounded locally as well as the
Central Control Centre.
j. The Cabinet shall have suitable built with appropriate locking arrangements to protection
from theft, vandalism etc.
k. The cabinet shall be of suitable size to accommodate the equipment to be housed in the cabinet
and shall be designed to meet the environmental conditions at the site and cooling, heating,
ventilation requirement for the equipment, etc.
6.5 Vehicle Actuated Speed Display (VASD)
6.5.1 Function
The speed display shall display the speed of the vehicle in real-time and provide textual or
graphical warning to the vehicles exceeding the pre-set speed limit. The speed shall be displayed
in green colour if the speed is within the permissible limit for the vehicle class, orange colour if the
speed is matching the speed limit, and red if the vehicle is over-speeding. The display shall blink
continuously if the speed of vehicle is more than 120% of the permissible speed limit, along with
the message “Over-Speed – Slow down” in the first row of the display. One speed display shall be
installed for each lane on both the sides of the road.
Time shall be displayed at the top section of the display in HH:MM:SS (24 hour) format at all the
times, even if no speed is being displayed on the VASD. The font size shall be suitable and visible
from 100 meters distance. The time on all the displays shall be synced with the central server.
6.5.2 Specifications
a. The system shall perform during day and night as well as in adverse weather conditions.
b. It shall have built in diagnostic functions to quickly asses the validity of speed calibration.
c. It shall adjust display intensity automatically to suit the ambient light conditions.
d. It shall be modular in construction for ease of maintenance.
e. It shall display numeric speed data as well as graphical (standard IRC road warning sign)
(preferably) / textual warning.
f. Measurement:
i. Speed range: 0.5 km/h to 200 km/h
ii. Maximum Measuring errors: Up to 100 km/h ± 3 km/h, Above 100 km/ ± 5 km/h
iii. Minimum Monitored section length: 100m
g. It shall have the facility to log vehicle speed of over- speeding vehicles and transfer them to
the ATMS control centre.
h. The speed display shall be formed using individual modules.
i. Speed display must be constructed using corrosion resistant panel with LED pixels in row:
column matrix.
j. The Display shall show the speed in green colour if the speed is within 80% of the limit for the
vehicle class, orange if the speed in exceeding 80% of the speed limit and red (blinking) if
speed of the vehicle exceeds the speed limit for the vehicle class.
k. Scanning/Multiplexing ratio shall be 1/8 or better.
l. The LED Cluster shall consist of individual LED`s rated for out-door use.
m. The board size shall be minimum 1,000 mm (W) x 2,000 mm (H) ±5%
n. The LED configuration shall be 3 in 1 SMD and the pixel pitch shall be 6mm outdoor or better.
Lower pixel pitch shall be considered better. The pixel density shall be more than 2500 pixels
per square meters.
o. The LED board shall have the capacity to display any content, graphics, videos, symbols, text
in full matrix, with multiple font size and character height, and multiple languages.
p. Shall support an industry standard communication interface such as TCP/IP on copper, Wi-Fi,
and/or fibre optic to help setting the pre-set speed and retrieve log data.
Page 349 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
q. Shall maintain time stamped record (speed and vehicle image) of each case of over speeding
in a log file that can be retrieved over the connected network or using a locally connected
laptop.
r. It shall optionally be possible to configure the display to send real time violation event record
(speed, and time stamp) over the connected network while recording the same
s. It shall be possible to control the brightness of displays automatically using built-in light
sensors.
t. All PCB`s shall be of FR4 material, 1.6mm thick and LED matrix PCB shall be 2.4mm thick. PCBs
shall be of quality suitable for use in the environmental conditions as specified.
u. The equipment shall allow local diagnostics via laptop connected to its communication port.
v. Display size shall be suitable to display both the speed of the vehicle and warning message
simultaneously in two rows.
w. Brightness intensity shall be 7500 cd per sq.m. with option to adjust the brightness manually
as well as auto brightness adjustment feature.
x. Fault diagnostics shall be provided to include the following as a minimum:
i. Radar Failure
ii. LED Failure
7. Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar
streetlight
a. A surveillance camera of 2MP at 25 FPS shall be provided at each equipment location along
with hooter alarm and beacon. The IP camera shall be POE powered bullet type with inbuild
IR of 50 meters with illumination at 0.005 lux for colour image and black& white at 0.001 lux
with IR. The lens shall be of 2.8-12 mm motorised varifocal with true WDR, 3D DNR, BLC, AGC
and triple streaming. The Camera shall have inbuilt SD card slot and shall be provided with at
least 128 GB class 10 SD card. The shutter speed of the camera shall be 1/3 second to
1/100000 seconds for capturing the motion detection even during low light condition and
provide proper image. The housing shall be IP 67 rated with IK10 protection against
vandalism. The camera shall support one alarm I/O port for activation of Hooter and beacon.
b. The function of this camera is to monitor the cabinet and pole surrounding for pilferage and
vandalism attempts. The motion detection feature shall raise the alert in the control centre as
soon as any movement is detected nearby the cabinet and the Gantry to alert the control centre
operators regarding any possibility of pilferage and vandalism attempt.
c. Hooter shall be controlled locally by the camera and shall sound when the motion detection
period is greater than 5 seconds. The alert in the TMC/Sub-centre shall be raised by
VMS/ATMS software as soon as hooter is activated.
d. The face detection function shall be activated as soon as the motion detection is triggered.
e. The camera shall also detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
g. The camera and hooter beacon alarm shall be installed at the gantry to prevent vandalism.
h. The camera shall be mounted on at a suitable location on the Gantry such that it focuses on the
enclosure / cabinet housing the LPU and Li-ion battery bank.
i. All-in-one solar streetlight of 15W 2000 Lumens with inbuilt motion detection sensor and auto
on-off and auto dimming function shall be installed at each location at a suitable height.
8. Power Supply
a. The power supply shall be connected from communication rack using the POE or Adaptor.
b. A solar power supply system consisting of a solar panel, a controller, a UPS and Lithium-ion
battery bank shall be provided at each location that operates on solar power. Solar power
equipment except solar panel shall be accommodated in the same stainless-steel cabinet as
controller or in a separate stainless-steel cabinet. The solar panel shall have sufficient size to
generate the power required. The EPC Contractor shall provide the support for solar panel and
connection between the panel and the controller, which shall not be exposed. A mechanism

Page 350 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
shall be provided to adjust the angle of solar panel to the solar panel support and prevent
pilferage.
c. The Lithium-ion battery shall provide power for at least for 3 days even if solar power cannot
be generated due to the weather condition. The EPC Contractor shall present the calculation
of power consumption and capacity of solar power supply system to be used for the system.
The EPC Contractor shall also consider the power requirement of network devices, wireless
access points, PoE switch, SPD etc. suitably during the calculation.
d. Proper earthing shall be provided at each equipment location.
9. Installation
The system will be installed on the gantry at specified locations.
10. Acceptance test
Acceptance test shall be conducted for speed system at the factory (before Site Acceptance test),
during installation work and upon completion depending on the test item. Test will be classified
into two types, functional and performance test, in addition, trial operation shall be conducted after
the Acceptance test.
11. Design Principle of VSDS, TMCS, VIDS, and other Foundations
11.1 Design Strength
The foundation shall be of reinforced concrete with the concrete having the compressive strength
of 2,500 N/cm2 (250kg/cm2) after 28 days (cylinder type), or when made with a high rapid
strength Portland Cement, it shall acquire the same strength after 7 days.
11.2 Contractor’s Detailed Survey and Design
Before commencing the actual work, Contractor shall carry out the field detailed survey/design of
the facilities. The detailed drawings including the calculation data based on the survey/design shall
be prepared and shall be submitted to Authority for approval.
11.3 Construction of Foundation
11.3.1 VSDS, TMCS, VIDS, and other Foundations
a. Contractor shall comply with the following specifications for preparing and mixing concrete.
b. All foundations shall be constructed with a ready-mixed or site-mixed, M20 Grade Or if made
manually then the concrete when made with a normal Portland Cement, shall attain a
minimum compressive strength of 2,500N/cm2 (250kg/cm2) in 28 days (cylinder type) , or
when made with a high rapid strength Portland Cement, it shall acquire the same strength in
7 days (Test to be performed on cylindrical type concrete specimen of size 150mm x 300mm).
c. The slump range for the concrete used in the construction of foundation shall be between 8
and 15cm.
d. Authority may order three (3) test pieces (cylinder type) from any batch of the concrete to be
taken and properly marked for the laboratory test as required.
e. The concrete shall be slowly poured around the moulds or forms, up to adequate level evenly
and tamped into all parts of the moulds or forms, by using a vibrator until a densely solid mass
without cavities is obtained.
f. The concrete, once mixed, shall be used within 60 minutes. After one hour, any remaining
concrete shall be removed and shall not be used.
g. Cement mortar shall consist of one (1) measure of Portland Cement and two (2) measures of
sand.
h. The concrete shall be covered with saturated sack-cloth or similar materials and shall be
sprinkled with water to keep sufficient moisture, adequate times a day for 7 days.
11.3.2 Excavation for Foundation
a. The Contractor shall take all countermeasures necessary for safety of the public and for
protecting and preserving any and all temporary or permanent utilities.
b. Contractor shall obtain all permissions, right-of-way and/or permits necessary for the
execution. The permissions shall include property owners’ approvals for necessary work on

Page 351 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
their properties.
c. Contractor shall obtain all permissions, right-of-way and/or permits necessary for the
execution. The permissions shall include property owners’ approvals for necessary work on
their properties.
d. Contractor shall be directly responsible for all damages to existing utilities and shall restore
these services immediately at his own expense.
11.3.3 Backfilling
a. Backfilling shall commence after notifying Authority Engineer.
b. Upon completion of the backfilling, all remaining soil shall be removed and the road surface,
pavement and the area concerned shall be immediately cleaned.
c. Before backfilling, all foreign objects shall be removed from the excavation.
11.4 Material for Foundation
11.4.1 Cement
a. All cement used in underground construction shall be Portland Cement and in accordance with
BS 12 or equivalent.
b. The cement shall be stockpiled in such a manner as to afford easy access for inspection. Cement
shall be kept dry at all times prior to use in order to prevent deterioration. Open air storage of
cement shall not be permitted.
c. Deteriorated cement, such as cement containing lumps that are too difficult to powder by
hand, shall not be used.
11.4.2 Water
a. All water used for mixing and curing of concrete shall be supplied by the waterworks.
b. Water from other sources may be used only if authorized by Authority after tests have shown
the quality to be better than that supplied by the waterworks.
c. Water from any source which has been contaminated with dirt, oil, salt or other foreign
substances shall not be used.
11.4.3 Fine Aggregate
a. The fine aggregate for concrete shall consist of natural river sand or equivalent material.
b. The fine aggregate shall be uniformly graded and shall meet the grading requirements as
follows:
Sieve Designation Percentage by Weight Passing square mesh sieve
(10.0mm) 100
No.4 (5.0mm) 95 to 100
No.16 (1.2mm) 45 to 80
No.50 (0.3mm) 10 to 30
No.100 (0.15mm) 2 to 10
c. The fine aggregate shall be stored in such a manner as to prevent mixture with other aggregate
prior to the use and also to prevent inclusion of foreign materials.
11.4.4 Coarse Aggregate
a. The coarse aggregate for concrete shall consist of crushed stones having hard, strong and
durable pieces free from adherent coatings such as mud or other foreign materials. The coarse
aggregate shall be graded between a maximum size of 25mm and a minimum size
corresponding to No.4 sieve size. It must be free from dirt, floury stone dust, earth or any
similar materials.
b. The coarse aggregate shall be stored in such a manner as to prevent mixture with other
aggregate, prior to the use and also to prevent inclusion of foreign materials.
11.4.5 Reinforcing Bar
Reinforcing bars shall be deformed steel bars. The bars shall be free from dirt, oil, paint, grease,
thick rust and other defects and shall confirm to the following requirements:

Page 352 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Item Unit Specific Value
Tensile Stress at Minimum N/mm2 500 (49 kg/mm2)
Yield Point at Minimum N/mm2 300 (30kg/mm2)
Elongation at Minimum % 14
Design Stress N/cm2 160(1,600kg/mm2)
12. Acceptance test
Details of the test item, test procedure and criteria to judge test result shall be proposed by the
Contractor subject to the approval by the Authority.
12.1 Function and performance test
In principle, function and performance requirement stated above shall be tested. More specifically,
the following tests shall be conducted as minimum:
1) Message composition
2) Data exchange
3) Central control
4) Local control
5) Colour and brightness
6) Response time
7) Display off function
8) Error detection
12.2 General test
The following tests shall be conducted as minimum:
1) Appearance
2) Power supply fluctuation
3) Instantaneous power interruption
4) Insulation resista0nce
5) Dielectric strength
6) Temperature variation
7) Waterproof test (field equipment)
8) Amount of zinc coating (field equipment and support)

Page 353 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Section 07 Adaptive Traffic Signal Control System
1. General
ATSC system shall be deployed at intersection/ crossing / junction locations along the Highway
stretch, such as junctions formed under the flyover, VUP, and underpasses. The locations shall be
identified during the site survey by the EPC Contractor.
ATSC shall be provided at every junction under the VUP and Flyover where signalling system is not
available and required by the Traffic Police. In case Traffic signals are available and doesn’t require
replacement, only RLVD and Automatic pedestrian Detection system shall be deployed.
The quantity provided in the BOQ/indicative list of equipment is tentative and the final quantity
shall be derived as per the actual project requirement during the site survey and Detail Design
phase and the quantity shall be reduced or increased accordingly.
The primary purpose of these signals will be to provide traffic and transit management services in
support of improving congestion and reducing delays at the intersections.
The proposed system shall comply with the functional requirement stipulated in IRC:SP:110:2017.
Training shall be provided to all the concerned stakeholders such as traffic police, Authority
representatives, etc. as per the requirement. The training schedule and procedure shall be finalized
in consultant with the Authority Engineer and Traffic Police.
The cameras shall be integrated with Road Condition Monitoring module for collection of road
condition data and statistics.
2. ATSC Components
The ATSC to be provided as part of this contract encompass the following components:
1. Traffic Signaling System
2. Red light violation detection system (RLVD)
3. Automatic Pedestrian Detection system (APDS)
4. Traffic Signal System monitoring, control, analytics and management module at TMC
integrated with ATMS Software
5. Traffic Signal Controller Cabinets to accommodate traffic signal hardware or red-light
enforcement, surveillance cameras, switches, emergency preemption equipment, etc.
6. Vehicular and pedestrian signal heads at every signalized intersection.
7. Traffic Signal Poles – high poles, cantilever poles (mast arms) and gantries
8. Camera based Traffic Detectors
9. Digital Communication System
10. Solar based Power supply with 72-hour backup
11. SPD, Lighting protection, etc.
12. Foundation, conducting, etc.
13. Integration with NMS and FMS
14. Integrate with Smart City ITS Control Rooms/ ICCC, as applicable.
15. Automatic generation of e-challan and SMS service, same as in case of violation detection from
VSDS and VIDS system.
Dismantling of existing equipment and installation of new ATSC system shall be in the scope of the
EPC Contractor and no additional cost shall be payable for any dismantling of existing equipment
if required at any intersection / location.
3. Operations & Maintenance of ATSC
The Contractor shall perform following tasks during the O&M phase:
a. Finalize the Maintenance SOP developed as part of the proposal using stakeholders’ inputs.
b. provide comprehensive maintenance of the System as mentioned in the Maintenance SOP
including cleaning of the Solar panels regularly.

Page 354 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
c. provide comprehensive maintenance of the System as mentioned in the Maintenance SOP
including cleaning of the Solar panels regularly.
d. monitor & evaluate the efficiency of the adaptive control system on a regular basis and
developing strategies for enhanced operation.
e. monitor the ATSC system performance with respect to the entire stretch and traffic
management module targets.
4. System Design
The EPC Contractor shall submit the detailed design of following components during the detail
design phase for the approval of the Authority Engineer. The design of each component shall be on
the bases of the system required for each type of junction / intersection.
a. Traffic signal design
b. Traffic signal poles, mast arms and gantries
c. Traffic signal Heads – vehicular and pedestrian
d. Traffic Signal Cabinet Assembly
e. Detection system
f. TMC Controlled Adaptive Software
g. Conduits and Junction Boxes
The system shall be designed and installed in accordance with relevant National (Indian) and
International technical, safety and environmental standards, specifications and type approvals,
including but not limited to current versions of the following documents:
1. Guidelines on Design and Installation of Road Traffic Signals – The Indian Roads Congress,
(IRC: 93-1986).
2. Guidelines for Pedestrian Facilities – The Indian Roads Congress, (IRC: 103-2012)
The proposed system shall be fully compatible and seamlessly integrate with the current ATSC and
RLVD system being deployed in the concerned smart city or city ITS project or traffic police project,
as applicable.
4.1 Design Drawings
The traffic signal design drawings shall specify the location of the following component for every
junction:
1. Traffic signal heads
2. Traffic signal cabinet
3. Traffic signal poles
4. Traffic signal conduits and pull boxes
5. Detection system (RLVD, APDS, etc.)
6. Other installed intersection technologies
Following minimum information shall be provided in the traffic signal design drawings:
1. Electrical circuit schedule/table
2. Pole schedule/table
3. Detector assignment schedule/table
4. Phasing Diagram
5. Pole foundation
6. Traffic controller foundation
7. Conduit and pull boxes installation
Traffic signal drawings shall be supplemented with any necessary documents to comply with
requirements of the project and prevailing standards.

Page 355 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
5. RLVD (Red Light Violation Detection) System
a. System should be totally digital
b. The system shall detect and capture vehicle details when: i) It violates the stop line/zebra
crossing, ii) It violates the red-light signal
c. System shall be Non-Intrusive. It shall have the option of working without integration with
traffic controllers but EPC Contractors should also provide undertaking that their system also
works with integration of controllers.
d. Red light system shall be a completely fair system with all evidence captured before and after
the red-light jumping infraction has happened.
e. Each camera system shall cover road width of 3.5 meter or 7 meter or 10.5 meter and above.
f. The Camera specifications shall be same as specified in the VIDS section for bullet/box camera
and VSDS section for ANPR camera.
g. Red light system should detect vehicle presence to act as input to control the Traffic Controller.
h. System can be a composite unit with all components inside the IP66 box OR comprised of
camera or other units mounted on poles or gantries with controller and processors at side
poles to make sure all lanes of the road are covered.
i. System should be able to recognize the entire event by which the same can be justified
automatically by fetching the number plate of cars in violation.
j. The system shall have alert generation feature as per the requirement of the Traffic Police, the
same shall be finalized after discussion with the concerned enforcement agencies of the state
in consultant with the Authority Engineer.
k. Certification: UL (Underwriters Laboratories), BIS (Bureau of Indian Standards) and RoHS
compliant certificate.
6. ATSC and RLVD Module in TMC
a. The system should provide function to the Operator to manually check the entry in application
and edit the numbers which may be wrongly OCR- read, before the numbers are fed to the e-
Challan generating sub-system. An audit trail should be maintained to record such editing
activities.
b. No deletion or addition of data without validation, proper password protection. Deleted data
if any to be inserted automatically in a separate table.
c. The system should provide facilities to search for the cases of violations that occurred during
any specific span of time and provide a statistical analysis of the number of such incidents
occurring during various days of the month.
d. A customized web-based dashboard to be developed for all types of master data entry and for
customized reports with graphical analysis.
e. System can be integrated with existing e-Challan generating systems as well as with fine
generation/imposition for each infraction with multiple images clearly showing color of red-
light signal and violation (i.e. color image of context camera), date, time, vehicle registration
number, classification of offence etc. Image having water mark of Date & time, Place, Latitude
& Longitude to be uploaded.
f. Integration with RTO database, Vaahan databased, and police control rooms etc. to be
integrated by the EPC Contractor.
g. It is desirable that the proposed solution should already be in use with enforcement
authorities and is used for generating fines. End user certificates for proper working shall be
submitted, if applicable.

Page 356 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Section 08 Power and Other Cables, Power conditioning equipment
1. Power Cable
1.1 Type of Power Cable
The types of cables shall be as follows:

No. Item Specifications


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

1.2 Specification of Outdoor Power Cable


Outdoor power cable shall meet the following specifications:
1) Bright annealed, 99.97% electrolytic grade
2) Copper conductor (solid/stranded),
3) Voltage grade 1100 V,
4) Single or multi core cable,
5) Flame retardant low smoke (FRLS),
6) PVC / XLPE insulated,
7) With high oxygen and temperature index
8) Armored,
9) IS 8130, IS 5831, IS 3975, IS 1554 (Part I) / IS 7098 (Part I) or BS 6346/ IEC 60502
1.3 Power Conditioning Equipment System
1.3.1 General
a. This specification lays down the general, functional and technical requirements of the power
conditioning equipment.
b. Power supply rated at 440V, 3 phases will be made available at the Essential Supply Board of
the TMC and Sub Centre Building. This supply will be backed up by standby generators to be
provided by others; should there be an absence of electrical power.
c. A power distribution board (PDB) as detailed in the drawing shall be supplied and installed
under this Contract. The EPC Contractor shall provide power distribution board at other
locations where necessary and the cost of such power distribution board shall be considered
included in the Contract Price.
d. The EPC Contractor shall supply and install UPS systems indicated below. All equipment
except the equipment with solar power supply shall be provided power through this UPS to
make sure that the power is continuously available to all equipment during the interruption
of commercial power.
1.3.2 System Configuration
The UPS system shall consist of the following components:
1) UPS at TMC, Sub Centres and all Road-side equipment
2) Power distribution board at TMC centre, sub centres and all Road-side equipment
2. Type of UPS
a. Rating of UPS Type for TMC and Sub-Centres shall be 10KVA, 15KVA or 20KVA.
b. The suggested rating of the UPS at each location shall be submitted in the proposed design and
BOQ. The EPC Contractor shall make his own calculation of the rating based on the power
requirement of the equipment he supplies and the sound engineering practice. The EPC
Contractor shall submit the calculation and the rating to the Authority Engineer for his
approval before the supply of the UPS.
2.1 Installation Location
1) All the UPS to be provided shall be online type UPS only with minimum 4 hour back-up for
TMC and sub-centres and 72 hours for roadside equipment. The minimum UPS rating for each

Page 357 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
system and sub-system shall be as shown in the table below:

For ATMS
No. Position UPS Rating Tentative Remarks
(minimum) Quantity*
1 at TMC and 1 at each Sub-centre (4
For Server Rack 10 KVA 2
hours backup each)
In Hot Standby configuration (4 hours
2 TMC 20 KVA 2
backup combined)
In Hot Standby configuration (4 hours
3 Sub Centre 10 KVA 2
backup combined)
Road-Side EPC Contractor to With solar panel
4 1 at each location
Equipment Propose Minimum 72 hours backup

*Actual quantity of UPS as per the project / site requirement, to be finalised by the Authority/
Authority Engineer.
2) The EPC Contractor shall be responsible to calculate the UPS rating required for each location
in the configuration as mentioned in the table above, based on the load of the equipment being
proposed. The load calculation for each location shall be submitted in the Technical Proposal.
3. Cabinet
3.1 Fabrication
Panel or distribution board shall be wall mounted. It shall be fabricated or readymade with
14/16SWG CRCA Sheet, compartmentalized, double door hinged type. Gasket shall be provided to
prevent the ingress of dust and vermin confirming to degree of protection IP-54 (panel) and IP-43
(distribution board), IP-65 (outdoor) with suitable space & direction for cable entry. Distribution
board shall be cleaned with 7 Tank process, powder coated with primer and epoxy paint as per IS
2174/1962 as amended.
3.2 Switchgears & Meters
All switchgears (MCCB / MCB / fuses/ measuring instruments / meters/ indicating lamps / relays
/ switches) rating, capacity, make, kA rating, dimension shall be as per the type of DB with quick
make & break type operating mechanism suitable for rotary operation with suitable extended
operating handles with capacity and position marking on door, flush mounted, with suitable
spreaders / links for cable connection as per IS 1248, 2208, 4237, 8623, 10118 (Parts I to IV).
3.3 Wiring
All power wiring within panel and distribution board shall be with suitable size flexible copper
wire of 1.1kV grade, C.T. & control wiring with 2.5 square mm and 1.5 square mm, respectively
with 1.1kV grade with proper lugging, ferruling, and connection with SS Nut - Bolt with adjustable
and fixed washer.
3.4 Indication and Marking
All distribution board and panel shall have suitable main name plate, feeder name plate, danger
board plate engraved or anodized aluminium type as per IS 2551. All panels and distribution
boards shall have earthing node, point or strip similar to busbar as per IS 3043.
3.5 UPS Specification
The UPS system to be provided under the Contract shall comply with the specifications below.
Description Specifications
Rated Power 10 KVA/20KVA
i) True online rack mountable IGBT based UPS with double conversion
technology.
ii)UPS should be capable of paralleling up to 2 units or better .
Technology iii) UPS should have IGBT based rectifier and inverter.
iv) Advance battery management feature should be built in for prolonged
battery life
v) The UPS should be compatible for single phase input and single-phase

Page 358 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Description Specifications
output supply.
i)Voltage range 110 -275 V, Load dependent ,1 Ph,380v AC3 Phase
ii) 45-55Hz / 54-66Hz (extendable to 40~70HZ when load < 60%)
Input
iii)Power Factor 0.99 (With PF correction)
iv) Capacity as per rating
i)Voltage range 220 /230/240 VAC +/- 2%
ii)Harmonic distortion <3% (Linear Load); <5%(Nonlinear load)
Output iii) 45-55Hz / 54-66Hz (extendable to 40~70HZ when load < 60%)
iv) Power Factor Unity
v) CREST factor 3:1
Efficiency 95% @ 230V output with typical load (Line mode with battery full charged)
i) Type - Sealed lead , acid maintenance free (SMF)
ii) Backup Time - 04 hours hours in parallel mode
Battery
iii) Transfer Time – Zero
iv)Audible Noise - <60 db
Display Multi-language LCD + status LED
Interface slot USB & Intelligent Slot (SNMP)
Protection Grade IP 20
Auto shutdown Software UPS should come with Auto shutdown and monitoring software in CD media
i)Manufacturer should be ISO 9001: 2000 certified
Credentials ii)Manufacturer should be ISO 14001 certified
iii) UPS should meet ROHS standards
UPS Should have 05 years Onsite warranty and Batteries should have at
Warranty
least 05 years Onsite warranty
Surge Regulations IEC 61000-4-5 Level 4
Parallel Cable component For running UPS in parallel

Description Specifications
Rated Voltage 2KVA / 3KVA
True Online Double Conversion Microprocessor based 2 kVA/1.6 kW UPS as per
Bureau of Indian Standards
Technology UPS should have IGBT based rectifier and inverter.
Advance battery management feature should be built in for prolonged battery life.
The UPS should be compatible for single phase input and single-phase output supply.
i)Voltage range 110 -300 V, Load dependent
ii) UPS Input Frequency should be 50Hz with frequency window 40 Hz to 70 Hz.
Input
iii)Power Factor 0.99 (With P.F correction)
iv) Capacity as per ratting
i)Voltage range 220 /230/240 VAC +/- 2%
ii)Harmonic distortion <3% (Linear Load), <5%(Nonlinear load)
Output iii) UPS output frequency should be 50 Hz +/-1%
iv) Power Factor 0.8
v) CREST factor 3:1
UPS should provide online double conversion efficiency >90% ,provide Economy
Efficiency mode efficiency >97.5% and provide Battery mode efficiency >86% and should be
certified from Bureau of Indian standard lab
i) Type - Sealed lead acid maintenance free (SMF)
ii) Backup Time- 04 hours in standalone mode & @ Full load
Battery
iii) Transfer Time – Zero
iv)Audible Noise - <51 db
UPS LCD display should provide Input/output/Battery/Load details on single
Display
screen.
Interface slot RS232 & Intelligent Slot (SNMP)
Output socket UPS should have 3* IEC C13 Output Socket + 1 terminal block
Protection Grade IP 20
Auto shutdown UPS should come with Auto shutdown and monitoring software in CD media

Page 359 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Description Specifications
Software
PCB Coating UPS should come with conformal coated boards for harsh environment
Surge UPS should have inbuilt surge protection as per Criteria B, DM Level 3: 2KV, CM Level
Regulations 4: 4KV Ref Std : IEC 61000-4-5:2014
Credentials i)Manufacturer should be ISO 9001: 2000 certified
ii)Manufacturer should be ISO 14001 certified
UPS Should have 05 years Onsite warranty and inbuilt Batteries module /EBM
Warranty
should have at least 05 years Onsite warranty
4. Cable Installation Work
4.1 Cable Pulling
a. Sufficient care shall be taken, and measures shall be taken during the loading, transportation
and unloading of cable drum so as to avoid shock and damage to the cable.
b. Appropriate surplus of cable shall be required at inside of handhole/ manhole.
c. Cable shall be connected only inside the handhole/ manhole.
d. Cable tag (plastic plate) describing the name of the cable (power cable or earthing cable) and
the origin of cable (cable name, type of cable, interchange name & etc.) shall be attached to the
cable.
e. During the installation of cable, the following constraints shall be observed:
f. The maximum tension allowed.
g. The minimum curvature radius allowed: When installing cable at the handhole/ manhole,
curvature radius shall be more than 6 times of the diameter of the cable being laid at all times.
After cable laying work, minimum radius of more than 20 time of the diameter shall be
ensured.
h. Extension speed of laying:
i. Towing cable shall be made smoothly without any excessive tension intermittently at the time
of laying, and calibration of appropriate apparatus for setting up allowable tension shall be
required.
j. The extension of cable shall be carried out at a constant speed and it shall apply the suitable
back tension for a drum to avoid hunching.
k. Cable in the point in a handhole/ manhole shall have at least 3 m margin complied with
curvature radius at every handhole/ manhole and the point of handhole/ manhole terminal
equipment shall have the 3 m margin at both sides of branch.
l. Winding up of Insulating tape for the connecting point of electric wire shall be required.
m. Connection between electric wire and terminal equipment shall be connected using terminal
lug or a screw.
5. Inspection and Acceptance test
Acceptance test specified shall be performed by the EPC Contractor under the supervision of
Authority Engineer.
Necessary equipment and materials for the site inspection and the Acceptance tests shall be
provided by the EPC Contractor at his own expense. Written report including the test results shall
be prepared by the EPC Contractor and verified by the Authority Engineer.
5.1 Interim Inspection
a. During interim inspection, at least the following test and inspection items shall be performed:
b. Visual inspection of cable route, cable location, dimension, accessories, cable terminations and
cable joints.
5.2 Acceptance test
During Acceptance test, at least the following test and inspection item shall be performed.
Acceptance test item for power cable on-site inspection are as follows:

Page 360 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

No. Item Contents


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

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

Page 361 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Section 09 Digital Transmission System
1. Digital transmission system
The field / roadside equipment deployed under the scope of this Contract shall be connected with
the central equipment at the Traffic Management Centre and sub-centres and data and voice are
exchanged between them. Digital transmission system is required to perform the service of data
and voice communication. IP based digital transmission system over optical fibre cable shall be
provided for this purpose.
The EPC Contractor shall design, supply, install and test a digital transmission system that satisfies
the needs of the component systems in terms of speed, bandwidth and reliability.
2. System configuration
Digital transmission system shall consist of local line transmission system and access line
transmission system. The former connects between nodes established along the Highway/
Expressway and uses optical fibre cable while the latter connects roadside facility to the node using
optical or metallic cable.
It is specifically noted that when the Highway / Expressway is extended, trunk line transmission
system will be introduced for long distance data transmission between the Traffic Management
Centre and the offices on the highway / expressway. Digital transmission equipment for trunk line
transmission system will not be installed under this project. The local line transmission system to
be provided shall be compatible with the standard digital transmission system commonly used in
trunk line transmission. The optical fibre cable to be installed along the Project shall have
minimum 48 cores to accommodate trunk line system.
All transmission cables shall be optical fibre cable having suitable number of cores except the
metallic cable to be used to connect roadside emergency telephones to the nearest exchange or
line concentrators.
3. System design
The EPC Contractor shall undertake the detailed design of the digital transmission system. The
design work shall include but not be limited to transmission protocol, network and transmission
equipment, type and size of cable, cable splicing, conduit and cable installation work, manhole,
hand-hole and pull box at bridge and earth sections.
Digital transmission system shall adopt IP. Suitable media and transmission protocol at Layers 1
and 2 shall be decided and type of digital station equipment shall be selected. In developing the
design, various factors such as amount and type of data, transmission distance, quality of service
(QoS), reliability, latency, and changeover time to backup route shall be considered. Type of optical
fibre cable shall also be considered in the design. Packet based transmission system will be
preferred than circuit-based transmission system such as Gigabit Ethernet.
Layer 3 switch will be used at each node to connect local network or device to the local line
network. Layer 2 switch will also be used to connect devices to the local network.
In addition to the equipment listed above, the system requires fibre distribution frame and main
distribution frame for cable termination, surge arrester or similar surge protection device to
protect the equipment from the lightening, and accessories necessary for cable installation. The
EPC Contractor shall supply and install these devices and accessories.
4. Reliability
Digital transmission system shall have high reliability to ensure continuous operation of the
system. Bit error rate for the end to end data communication must be 1 x 10-6 or better.
5. Capacity and quality of service
The digital transmission shall have a sufficient capacity in terms of speed and bandwidth to meet
the demands to be decided, based on the estimated amount of data including digitized voice data
at each facility such as Traffic Management Centre, Toll Plazas, sub-centres and service
area/wayside amenities. Video signal from the TMCS camera shall be transmitted in H.264/H.265
format and the digital transmission system shall provide sufficient capacity for it. The EPC
Contractor shall estimate the type, amount and location of data transmission need and design the
system, equipment and cables that satisfy the demand.
Quality of service (QoS) capability shall be provided to the digital transmission system to ensure
smooth and uninterrupted delivery of data for voice and video image transmission required for

Page 362 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
VIDS, VSDS, and TMCS camera system.
6. System supervision
The digital transmission system shall be equipped with a supervisory function which continuously
monitors the system operation and issues an alarm in case malfunction is found. The supervisory
shall have the following functions:
- Management of occurrence and recovery of malfunction
- Registration and modification of system configuration
- Registration and modification of network configuration
- Testing of equipment and circuit
- Logging of equipment operation and cable
- Changeover between primary and backup routes
7. Communication Cable
7.1 General
The type of cable for digital transmission system shall be as per the design and site requirement.
The cable having suitable number of cores for optical cable and pairs for metallic cable shall be
selected.
Two types of cable, optical fibre cable and metallic cable shall be used for digital transmission
system along the Highway/ Expressway. In addition, power cable of suitable size shall be installed
to provide power to the roadside equipment, as applicable.
7.2 Specification
Optical fibre cable (OFC) to be installed along the Highway/ expressway (main duct route) shall
have a minimum of 24 cores. Branching of optical fibre cable shall be made in such a way that only
the cores connected to the facility are taken into the facility and other cores will be bypassed.
Splicing of optical fibre cable shall be made with the method that allows re-opening of splicing
housing and change of connection. The connection of core shall be made with fusion splicing.
Other materials not specified in this Part shall be based on the EPC Contractor’s own technical
specifications, subject to the approval of Authority Engineer. In this connection, EPC Contractor
shall submit, together with Technical Proposal, the technical specifications of main and other
materials.
7.2.1 OFC Specification
The optical fibre cable to be supplied and installed under the EPC Contractor shall be single-mode
fibre optic cable having characteristics meet ITU-T G.652B, or equivalent and specification as
below.
No. Item Specifications
Cable type OF-SM 24C
1.
OF-SM 8C
Number of cores OF-SM 24C: 24 cores
2.
OF-SM 8C: 8 cores
3. Mode Single mode
4. Cladding diameter 125.0 µm ± 1.0
5. Coated fibre diameter 245 µm ±10
6. Core/cladding concentricity error ≤ 0.8µm
7. Coating/cladding concentricity error ≤ 12µm
8. Cladding non-circularity ≤ 1.0 %
9. Mode Field Diameter 9.3µm ± 0.5 at 1310nm
Attenuation (cable) 0.36dB/Km at 1310nm
10.
0.25dB/Km at 1550nm,
11. Zero-Dispersion Wavelength 1300 to 1322 nm
12. Zero-Dispersion Slope ≤0.092 ps/Sq. Nm .km
13. Cut-off Wavelength ≤1260 nm
14. Polarization Mode Dispersion Coefficient ≤0.2 at 1310nm
15. Fibre macro bend loss ≤0.05dB at 1550 nm with 75 mm dia, 100 turns

Page 363 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
No. Item Specifications
16. Fibre macro bend loss ≤0.5dB at 1550 nm with 32 mm dia, 1 turn
17. Coating Strip Force 1.3 ≤ F ≤ 8.9
18. Minimum Proof Strength 0.70 (100kpsi) Gpa
19. Strain 1%

Loose Tube
Filling Compound
1 Wrapping

3 Central Strength Member

Peripheral Strength Member


Filler
2
Inner
Sheath
Armor
Outer

Specifications for Fiber Optic Armoured Cable


7.3 Packing and Delivery
a. Packing and delivery of fibre optic cables shall conform to the following:
b. Each length of cable shall be coiled on a substantial wooden or steel drum. Standard cable
peace length shall be 1000 to 3000 meters.
c. After completion of the optical tests, both ends of the cable shall be sealed by a suitable method
to prevent the entrance of moisture.
d. The starting end of the cable shall be secured on the inside of the drum flange.
e. Due care shall be taken during the transportation of the cable drum so as not to cause damage
to the cable.
7.4 Metallic Cable
The size of CCP cable shall be 0.65 mm or larger. The number of pairs shall be decided taking the
future demand after 10 year into consideration. Al least spare capacity of 100 % shall be reserved
for future use. The minimum number of pairs shall be 50 pairs for the cable to be installed along
the Highway/expressway and 10 pairs for the cable other than the above. In case of metallic cable,
all pairs shall be connected to the MDF at each facility.
8. Conduit and Cable Work
8.1 General
a. Conduit work includes underground conduit, conduit attached to bridge and culvert, handhole,
manhole, cable rack and associated accessories necessary for cable installation.
b. The EPC Contractor shall undertake the detailed design of conduit and cable work including
preparation of plain plan of conduit and cable route showing type and length of conduit,
number of conduits, type and length of cable, and type of handhole, manhole. The detailed
design shall be submitted to the Authority Engineer for his approval.
c. For the section where electromagnetic induction or electrostatic induction caused by high
power transmission line is expected, countermeasures such as use of steel conduit or used of
aluminium sheath shall be taken.
8.2 Conduit Works
Scope of work shall cover the following.
- Installation of conduit (HDPE PLB duct Φ40mm x 1),
- Excavation and back filling,
- Construction of cable trench,
- Construction of manhole,
- Temporary reinstatement of road surface,
Page 364 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
- Safety measures and warning signs during installation works,
- Power cable duct to be included (as required),
- Site clean-up and disposal of excess materials
- Compaction and backfill.
8.2.1 Installation of Cables
Scope of cable installation work shall cover the following.
- Installation of cable rack (vertical part of inside building) and ODF (Optical Distribution
Frame).
- laying of cable into HDPE pipe,
- splicing of optical fibres and jointing of cables,
- splicing of metallic cables and jointing of cables,
- termination of optical fibre cable and metallic cable,
- testing of optical fibre cable and metallic cable,
- preparation of as-built documents,
- site clean-up and disposal of excess materials,
- safety precaution where necessary,
- preparation of as-built documents,
- Acceptance test.
8.3 Cable Works
Conduit works done under this Project shall have satisfied to conduit works acceptance tests
before cable are pulling in, specially to cable test piece for conduit (ducts). Conduits shall be rodded
by an acceptable method and cleaned before cables are pulled / blown in.
Duct assignment shall be always done carefully to avoid crossing of cables between the duct
entrance and cable bearer, and blockage of future access to vacant duct. In general, placing shall
start at the bottom row and handhole/ manhole wall side of the duct arrangement.
Splicing shall be carried out as soon as possible after placing of the cables.
The extension of fibre optic cable shall be carried out at a constant speed and suitable back tension
shall be applied to the drum to prevent hunching.
While under tension, a minimum bend radius of 20 times the outside cable diameter shall be
maintained through the use of pulleys and sheaves where required. After pulling, no bend may
have a radius, at rest, of less than 10 times the outside cable diameter.
At the splicing point, slack of minimum 3 meter shall be kept on each side of splicing kit. The slack
shall be neatly arranged and the requirement for the minimum radius shall be met.
8.3.1 Type and Size of Conduit
Main materials to be supplied by the EPC Contractor for the implementation of the duct installation
shall be in accordance with, or better in quality than, the specification stipulated hereinafter.
8.3.2 Application of Conduit
In general, HDPE (high density polyethylene) pipe having nominal inside diameter of 40mm shall
be used. Galvanized steel pipe shall be used in the following cases and in accordance with EPC
Contractor’s own specification subject to the approval of Authority Engineer.
Bridge Attachment, b) Culvert Crossing, c) Highway/Expressway road crossing and d) etc.
8.3.3 Warning Tape
“CAUTION: Authority F.O CABLE BELLOW” caution marks in English and Hindi should be printed
in every two meters of the yellow warning tape to be placed in the cable trench (100mm width and
0.15mm thickness).
Cable Tag

Page 365 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Cable tag (plastic plate) describing the name of the cable and the origin of cable (cable name, type
of cable, interchange name & etc.) shall be attached to the cable
All other materials not specified in this ToR shall be in conformity with the Contractor’s own
technical specification, subject to the approval of the Authority Engineer.
8.3.4 Cable Tag
Cable tag (plastic plate) describing the name of the cable and the origin of cable (cable name, type
of cable, interchange name & etc.) shall be attached to the cable
All other materials not specified in this Functional and Technical Specifications shall be in
conformity with the EPC Contractor’s own technical specification, subject to the approval of the
Authority Engineer.
8.3.5 Depth of Conduit
The covering depth from the top of HDPE pipes and GI pipes to the surface of ground shall be as
follows:
Location Depth
Side-shoulder 165cm
Carriageway 100cm or more
Highway road crossing, Main road crossing and Interchange area 120cm or more

However, in special case, the depth shall be determined in consultation with Authority Engineer,
as per the site conditions and soil type.
8.4 Installation and Construction
Conduit installation works shall be performed in accordance with the specification stipulated
hereinafter.
Other installation and/or construction works, the detail of which is not specified in this section,
shall be based on the industry standard specification and/or the EPC Contractor’s own Technical
Specifications, subject to the approval by Authority Engineer.
Authority / Authority Engineer shall, at any time when deemed necessary during the construction
period, carry out inspection and/or tests on the facility under construction and/or the portions of
facilities completed by the EPC Contractor.
Upon completion of conduit section, loose materials such as concrete, mud, dirt, sand, etc. shall be
cleaned out from new ducts before testing. 6.0 m cable test piece may be used for main duct
sections (cable test piece diameter 35mm) with sharp curve under the condition of the prior
approval of the Authority Engineer.
The EPC Contractor shall apply the Area Log Book in order to facilitate a full supervision on the
construction work.
8.5 Handhole and Manhole
The internal sizes of the standard type of Handhole and Manhole shall be as follows:
Type Number of Ducts Length(m) Width(m) Depth(m) Cable Bracket
Handhole
HH-1 1-8 1.20 0.60 0.85 One side
Manhole
MH-1 1-9 1.80 1.00 1.50 One side
Handhole and Manhole shall be equipped with covers, duct plug, ladders, steps, cable bearers, cable
brackets, name plates and pulling irons according to detailed drawings.
8.6 Excavation for Handhole, Manhole and/or Conduit
All excavation shall be done in a thorough and workmanlike manner in accordance with the
detailed drawings and the Specifications.
The EPC Contractor shall obtain all pertinent records from the Electric, Water Supply, and Sewage
pipe and other organizations for underground utilities in order to proceed with his work and
safeguard the other utilities.
During the execution of the work, if existing underground facilities are damaged, or any part
Page 366 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
thereof is disturbed, the EPC Contractor shall immediately notify of the facts to Authority and
owner of the utility and shall be responsible for the rectification of the damaged utility at its own
cost. The EPC Contractor shall indemnify the Authority and its representatives from any loss or
damaged caused by the EPC Contractor during execution of the works. The EPC Contractor shall
cart away all excavated materials except that to be used for backfilling.
9. Inspection and Acceptance test
Site inspection specified herein shall be performed throughout installations and constructions of
the various type of conduit facilities.
Should any errors in construction, faulty materials or other evidence of unsatisfactory construction
and installation are found in the course of test, the EPC Contractor shall immediately repair, replace
and/or remedy such unsatisfactory items.
The EPC Contractor shall perform the conduit facility inspection by himself every time to see if the
work meets the requirement before the Acceptance test.
Acceptance test specified shall be performed by the EPC Contractor under the supervision of the
Authority Engineer. Necessary equipment and materials for the site inspection and the Acceptance
tests shall be provided by the EPC Contractor at his own expense. Written report including the test
results shall be prepared by the EPC Contractor and verified by the Authority Engineer.
During interim inspection, at least the following test and inspection items shall be performed:
Visual inspection of location, dimension, accessories and workmanship of handhole/manhole,
Number and type of conduit, Cable test piece passage test, Check of new conduit, Backfilling and
temporary reinstatement Acceptance test.
During Acceptance test, at least the following test and inspection item shall be performed:
Acceptance test item for handhole, manhole, conduit and optical fibre cable on-site inspection are
as follows:
No. Item Contents
1 Visual Check Handhole, Manhole & Conduit Construction/Cable Installation
Workmanship/ Installation Practice Compliance to Drawings
2 Optical Line Optical Fibre Attenuation Test (Transmission Loss Measurement by Laser
Performance Test Source & Power meter)/ OTDR (Optical Time Domain Reflectometer) Test
(OTDR Measurement both direction and Splice Loss)
3. As-built Drawings Verification

Page 367 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Section 10 Facility Monitoring System
1. Function
Facility monitoring system shall be provided to monitor the operation of facilities on the Highway/
Expressway. The system shall monitor the operation of the following component systems:
1) Traffic Monitor Camera System (TMCS)
2) Video Incident Detection System (VIDS)
3) Automatic Traffic Counter and Classifier (ATCC) module
4) Travel Time Measurement System (TTMS) module
5) Probe Data System
6) Central processing System
7) Vehicle Speed Detection System (VSDS)
8) Adaptive Traffic Signal Control System (ATSC)
9) ADAS
10) Incident Monitoring System (IMS)
11) Digital Transmission System
12) Power supply system (at building and field)
The functions of facility monitoring system may not be integrated in a single system. They may be
achieved by the operation monitoring function of the component systems. The role of the facility
monitoring system is to consolidate the monitoring function undertaken by component system,
present the system status in a concise manner to the operator and keep the record of system
operation. In case any abnormality or malfunction is detected, the system shall issue an alarm
together with the information regarding type and location of the trouble so that remedial action
can be taken swiftly.
The EPC Contractor shall design, procure, manufacture, install, test and commission the facility
monitoring system that meets the concept and functions stated herein.
2. Operating Status
a. Items to be monitored and its content differ from one system to another system to be
monitored. In general, the condition of the system and device such as ‘Normal’, ‘Error’ and ‘No
Reply’ shall be classified in detail.
b. The system shall have a function to test itself without affecting normal operation of the system
being monitored by the system.
c. Each error or malfunctioned status shall be assigned with severity level for each system.
Depending on the severity level, different action shall be taken by the system. For minor errors
such as abnormal data from vehicle detector for one interval, error is recorded in the log and
no alarm will be issued. For severe errors such as interruption of communication circuit, alarm
signal shall be automatically displayed on the system supervisory server overwriting the
display being shown.
3. Monitoring
The manner of monitoring shall differ depending on the system and device to be monitored. In
general, normal operation shall be confirmed periodically by the monitoring system by sending
inquiry command. The time interval of inquiry shall be adjustable for each component system and
its devices. But alarm signal shall be issued immediately by the component system and their
devices comprising it to minimize delay.
4. Recording and logging
The facility monitoring system shall keep record of its operation and status of the various systems
and devices in a unified manner in the database. All incident and events shall be recorded. Data
retrieval software shall be provided to retrieve and display the operating history of the specified
systems and devices. The database thus stored will be used to calculate the reliability indicators of
the system and device including MTBF (mean time between failures) and MTTR (mean time to
repair).

Page 368 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Availability calculation shall be reported in a quarter.
The Formula of calculation of availability is shown as follows.
Availability={1-{[(A)/(B-C)] *100}}
Where
A= Time for which system is down
B = Total Time
C= Scheduled downtime
5. Monitoring signal interface
a. The EPC Contractor shall provide necessary number of monitoring signal interface units to
receive operating condition and alarm signal from the system or device to be monitored. The
interface shall be provided with sufficient number of analog, digital and pulse interfaces. It
shall be capable of receiving operating condition signals through interface and sending them
to the Traffic Management Centre using FTP, SNMP or DATEX-ASN protocol.
b. The interface shall be provided with an optical hub or switcher and can be connected to optical
fibre cable directly.
c. The interface shall be equipped with a clock and the clock shall be adjusted using network time
protocol (NTP) or simple network time protocol (SNTP).
d. Some of the monitoring signal interface shall be installed outdoor. The device to be used
outdoor shall be capable of withstanding the environmental conditions for outdoor
equipment.

Page 369 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annexure-I Indicative list of key Components
(Rough Estimation for 6-lane highway section of 100 kms considering 10 flyovers/Interchange)
The EPC Contractor shall conduct the site survey in consultation with the Authority Engineer and shall
propose the equipment location during the design phase of the Contract.
I. TMCS shall be provided at approx. every 1 Km in the median and 1 additional for each flyover /
interchange.
II. VIDS shall be installed at each junction point of the ramps at each interchange such that one camera
of the VIDS monitors the ramp and other two cameras monitor the main carriageway.
III. VSDS shall be installed at a suitable location on MCW between two interchanges or after every 10
kms, which every is lesser.
Note: This is Indicative list of key components. The EPC Contractor shall provide item-wise rates and
quantity for each component proposed as well as any additional item deemed necessary by the him to
ensure completeness and compliance with the Scope of work. The EPC Contractor shall also provide
comprehensive list with unit price of proposed spares for each section as a separate enclosure. All values
must be verified before submission, in case of any errors/ incompleteness, EPC Contractor shall be
responsible, and no additional items/ claims for the payments shall be entertained.
Only one make / model for each component along with Country of Origin, delivery lead time, etc. shall be
specified in the BOQ submitted by the EPC Contractor for the Approval of the Authority / Authority
Engineer.
ATMS - Indicative list of key Components
Total Length (KM) 100 Junction 0
Lanes Interchang
6 10
e / Flyover
Traffic Management Centre (TMC) 1 Sub-Centre 0
Project vehciles (patrol, ambulance, crane, maintenance
20 PIU 1
vehicle etc.)

Sr. Remark
ATMS Component Unit Qty
No. s
1 Traffic Management Centre (TMC)
(TMC 1 no. per project & Sub-Centre 1 no. per additional
80 kms)
1.1 Central Processing Server in hot standby configuration
Nos. 2
(Primary + Secondary) at TMC and 1 nos. at each sub-centre
1.2 Video Recording Server with storage (minimum 360 TB)
Nos. 2
2 nos. at TMC and 1 nos. at each sub-centre
1.3 Backup Video Recording (Only Incidents) Server with 240 TB
storage Nos. 1
1 nos. at TMC and 1 nos. at each sub-centre
1.4 Facility Monitoring System Controller (1 nos. at TMC and 1
Nos. 1
nos. at each sub-centre)
1.5 Graphic Display 2x6 (FHD Laser DLP/ 0.9mm Pixel LED) for
Set 1
TMC incl. Controller, Software, Video Switches
1.6 Graphic Display 2x3 (FHD Laser DLP/ 0.9mm Pixel LED) for
Set 0
TMC incl. Controller, Software, Video Switches
1.7 Internet & SMS Server Nos. 1
1.8 Command Centre Operator Console with 4 nos. 21 inch
Nos. 4
touchscreen monitors
1.9 USB joystick to control PTZ cameras Nos. 5
1.10 Emergency Telephone (1033) console with 2 nos. 21 inch
Nos. 2
touchscreen monitors
1.11 Facility Monitoring System Console with 2 nos. 21 inch
Nos. 1
touchscreen monitors
1.12 Operations Laser Printer (Colour) Nos. 1
1.13 Operations Laser Printer (Black) Nos. 1
1.14 Firewall, IDS, IPS, Core Switch, and Network Equipment
LS 1
(Bidder shall attach the breakup of Network equipment with

Page 370 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
ATMS - Indicative list of key Components
unit price of each item)
1.15 Aadhar enabled Biometric Fingerprint machine Nos. 2
1.16 Power Distribution Board (PDB) LS 1
1.17 Server Rack Nos. 2
1.18 Maintenance Equipment as per ToR and site requirement LS 1
1.19 Surge Protection Device (SPD) LS 5
1.20 Lighting protection LS 5
1.21 Advance Driver Advisory System (ADAS), GPS tracker,
industrial grade rugged (Waterproof) dashboard mounted
10" Tablet, Dashcam with video calling feature, body cam,
rear & front view varifocal cameras with vandalproof housing
Set 20
(mounted on vehicle), LPU, storage, UPS, live monitoring
provision of cameras from TMC & sub-centres, etc. for patrol,
ambulance, and maintenance vehicles. (Note: Quantity shall
be as per the project requirement)
1.22 Incident Monitoring System (IMS) for PIU office:
Workstation (1 nos. at each location), All-in-one color A4
printer, 100"(±2%) 4K UHD LED display (commercial grade),
Set 1
UPS as per site requirement, Networking devices, switches,
CCTV camera, DG of suitable ratting as per site requirement,
Connectivity with TMC & Sub-centres, etc.
1.23 ATMS Software package at TMC for entire expressway
LS 1
stretch
1.24 Uninterruptible Power Supply (UPS) For Server Rack (10KVA
Online Double Conversion UPS -IGBT based -Warranty 5 Set 1
years) (1 at TMC and 1 at each Sub-centre)
Battery backup -24000 VAH for Each UPS -Warranty 5 years-
Nos. 25
100AH X 20nos.
Racks Links DC cable Nos. 1
1.25 Uninterruptible Power Supply (UPS) For TMC & Sub centre
operator consoles (20KVA Online Double Conversion UPS -
Set 2
IGBT based arranged in parallel configuration -Warranty 5
years)
Battery backup -34560 VAH for Each UPS -Warranty 5 years-
Nos. 40
100AH X 20nos.
Racks Links DC cable Nos. 2
1.26 Power Distribution Board (Essential & Critical Supply) Set 3
1.27 Civil construction of TMC including Operation room, Server
Room, UPS room, Incharge cabin, Authority cabin, Authority
Engineer cabin, pantry, toilet, etc. with interior works,
complete technical furniture, raised floor, false celling, indoor
and outdoor lighting, Audio/Mic system, Public
LS 1
Announcement / addressing system, CCTV system including
PTZ cameras outside the buildings, Access Control system
with smart card and biometrics, MEP works, HVAC system,
power backup system including sufficient DG, Firefighting,
alarm, extinguishers, etc.
1.28 Any other item(s) considered necessary to comply with the
Scope of Works
2 Traffic Monitoring Camera System Equipment (TMCS)
(1 no. at every 1km)
2.1 PTZ Camera 36x with 500m IR Nos. 100
2.2 Cabinet & 12m Pole with 1m arm at 8m Nos. 100
2.3 Motion Detection surveillance camera, hooter alarm with
Nos. 100
beacon, and all-in-one solar street light
2.4 Chamber / Manhole and Pole Foundation, PCC, backfilling
Nos. 100
with sand
2.5 Solar System with UPS, Li-on battery & Pole with SPD, and
Nos 100
lighting protection
2.6 Industrial 5-port managed Gigabit Ethernet switch with Nos. 100

Page 371 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
ATMS - Indicative list of key Components
3x10/100/1000Base-T(X) and 2xGigabit combo ports, SFP
socket
2.7 Any other item(s) considered necessary to comply with the
Scope of Works
3 Video Incident Detection System Equipment (VIDS)
(at every junction, merging / demerging / accident prone 40
area / black spot)
3.1 VIDS Camera (4 nos. at each Junction + 3 nos. at each
Set 120
interchange/flyover ramp)
3.2 Warning amber lights with hooters and solar with at least 96
hours backup, pole and foundation (10 nos. at each junction/ Set 40
location/interchange)
3.3 Local Processing unit (LPU) Nos. 40
3.4 Cabinet & 12m Pole with 1m arm at 8m Nos. 40
3.5 Motion Detection surveillance camera, hooter alarm with
Set 40
beacon, and all-in-one solar street light
3.6 Chamber / Manhole and Pole Foundation, PCC, backfilling
Set 40
with sand
3.7 Solar System with UPS, Li-on battery & Pole with SPD, and
Nos. 40
lighting protection
3.8 Standalone Solar powered Amber Flasher Light of 500 mm
Dia with at least 96 hours backup, Pole & Foundation (2 at Set 0
each median opening)
3.9 Industrial 8-port managed Gigabit Ethernet switch with
3x10/100/1000Base-T(X) and 2xGigabit combo ports, SFP Nos. 40
socket
3.10 Any other item(s) considered necessary to comply with the
Scope of Works
4 Vehicle Speed Detection System Equipment (VSDS)
(1 nos. each at LHS & RHS at every 10kms / between 2 10
interchanges)
4.1 ANPR camera with IR flasher for 6 lanes (8 Cameras - one
Nos. 80
each for all lanes in each direction + shoulder)
4.2 Local Processing Unit (LPU) Nos. 10
4.3 Speed Detection Radar (upto 90m range) for 4 lanes (one in
Nos. 20
each direction for all lanes + shoulder)
4.4 Vehicle Actuated Speed Display (VASD) System (one each for
Nos. 80
all lanes in each direction + shoulder)
4.5 Motion Detection surveillance camera, hooter alarm with
Set 10
beacon, and all-in-one solar street light
4.6 Gantry (including manufacturing, galvanizing, pile
Nos. 20
foundation) (1 no. for LHS and 1 No. for RHS at each location)
4.7 Cabinet Nos. 10
4.8 Industrial 12-port managed Gigabit Ethernet switch with
3x10/100/1000Base-T(X) and 2xGigabit combo ports, SFP Nos. 10
socket
4.9 Solar System with UPS, Li-on battery, Pole, cabinet for VSDS,
Set 10
with SPD, and lighting protection
4.10 Any other item(s) considered necessary to comply with the
Scope of Works
5 Digital Transmission System
5.1 Supply of 24 core single mode armoured OFC Multitube (TEC
Mtr 105000
G-652) (Loop 10-15m every MH/HH) + all accessories
5.2 40 mm PLB HDPE duct as per latest TSEC specifications + all
Mtr 105000
accessories
5.3 Trenching of 1.5 meters, Laying & Backfilling for PLB HDPE
Mtr 105000
duct, cable pulling, chambers lowering, etc.
5.4 1m x 1m x 1.8m (depth) chambers (with concrete cover) with
proper reinforcement and minimum M25 grade at every Nos. 200
500m

Page 372 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
ATMS - Indicative list of key Components
5.5 24 core OFC LIU - Bamboo Type Nos 200
5.6 Fiber Patch Cord Single Mode – 2m Length LC to LC Nos 152
5.7 SFP - 20 km Transmission range Nos 5
5.8 Any other item(s) considered necessary to comply with the
Scope of Works
6 Adaptive Traffic Signal Control System (ATSC)
6.1 Traffic Signalling System (Discrete LED aspect) for entire
Set 10
junction / interchange
6.2 Vehicle Detector (Non-intrusive) Set 10
6.3 Red light violation detection system (RLVD) for entire
Set 10
junction / interchange
6.4 Automatic Pedestrian Detection system (APDS) for entire
Set 10
junction / interchange
6.5 ATSC Controller with cabinet Set 10
6.6 Pedestrian signal system (Discrete LED aspect, pole, etc.) for
Set 10
entire junction / interchange
6.7 Traffic Signal Poles – high poles, cantilever poles (mast arms)
Set 10
and gantries with civil works - foundations, manholes, etc.
6.8 Solar System with UPS, Li-on battery, Pole, cabinet, SPD, and
Set 10
lighting protection
6.9 Cabling, installation, trenching, HDD, ducting, chamber, etc. LS 10
6.10 Any other item(s) considered necessary to comply with the
Scope of Works
7 Services
7.1 Installation, testing & Commissioning LS 1
7.2 Year
ATMS System Technical support staff (5 years) 5
s
7.3 Year
ATMS Control Room Operations staff (5 years) 5
s
7.4 Year
Spares for 5 years 5
s

ATMS O&M Staff


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

Page 373 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Form TECH: Format for Submission of Detailed methodology and technical work plan supported
with broad system architecture and design in Technical Proposal.
Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National Highway
Ref: Functional and Technical Specifications of above subject.
NOTE:

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

Dated: ….. /…../2024


(i) Detailed Methodology:
……………………………………………………………………………………………………………………………………………
(ii) Technical Work Plan:
……………………………………………………………………………………………………………………………………………
(iii) Broad system architecture and design proposed:
……………………………………………………………………………………………………………………………………………
(iv) Equipment Delivery Schedule and Time schedule to complete the entire work under
Functional and Technical Specifications, supported with Bar Chart, including the interior
and allied works for TMC:
……………………………………………………………………………………………………………………………………………L
imitations on part of EPC Contractor to address requirements under Functional and
Technical Specifications, and SLA:
……………………………………………………………………………………………………………………………………………
(v) Design Concept of Central Processing System
(Design Concept including approach of concept and methodology for Central Processing System.)
………………………………………………………………………………………………………………Event Generation
Method and Event List
(The Event Generation Method and Event list for design of Central Processing System.)
……………………………………………………………………………………………………………………………………Event
Management Method
(The event flow, event priority management method, event associate method, completion of
missing data method, tuning of setting, supporting function for event management for Design of
Central Processing System.)
………………………………………………………………Exchange Information Method with linked
Different Highway Operator
(The method and technology for exchange information and expandable method for exchange
information with linking different operator for design of Central Processing System.)
……………………………………………………Layout of Operation Room in Traffic Management Centre
and sub-centres
(Layout of Operation room in effective technology and suitable for operation.)
………………………………………………………………………Contents Image of Graphic Display and
Dashboard
(Showing Contents Image of important items and Dashboard with feasible technology for effective
operation.)
……………………………………………………………………………………………………GIS Map layout, process,
and features

Page 374 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(Showing GIS Map Image of important items meeting Functional and Technical Specification
features with feasible technology for effective operation.)
………………………………………………………………………………………………Operation and Maintenance
Service Plan for ATMS
(Method and outline of Operation and Maintenance Service Plan for ATMS, mentioned in the
Operation & Maintenance Specification.)
………………………………………………………………………On-line Access during the Operations &
Maintenance phase
…………………………………………………………………………………………………………………………………………
(vi) Mobilization Schedule
……………………………………………………………………………………………………………………………………………
(vii) Safety Plan
……………………………………………………………………………………………………………………………………………
(viii) Schedule of Guarantee
…………………………………………………………………………………………………EPC Contractor’s Equipment
……………………………………………………………………………………………………………………………………………
(ix) Spare Parts
……………………………………………………………………………………………………………………………………………
(x) Proposed Sub Contractors for Major Items of Plant Design, Supply and Installation Services
The Details of proposed Manpower for implementation and O&M phase shall be submitted in the
format provided below (Form SUB and Form MAN)
……………………………………………………………………………………………………………………………………………
(xi) Arrangements by EPC Contractor to address O&M Requirements, including complete
manpower details proposed during implementation and O&M period.
NOTE:
1) The Manpower proposed here shall be dedicated for this project and shall not be proposed
for any other project or assigned any other similar project of Authority. The resource
cannot be change for at least two years. In case of any variation or change in the manpower
/ person proposed in the Technical Proposal and manpower / person deployed upon
successful award of the works, minimum 20% remuneration of the proposed role for the
total contract period shall be deducted.
2) The Details of proposed Manpower for implementation and O&M phase shall be submitted
in the format provided below (Form PER-1 and Form PER-2)
3) The substitute proposed by the EPC Contractor must have more experience than the
proposed candidate in all respect (no. of years of relevant experience, no. of similar
projects executed, qualification of the replacement candidate, etc.):
……………………………………………………………………………………………………………………………………………
(xii) Comments on Accuracy of information/data expected in RFP with justification:
……………………………………………………………………………………………………………………………………………
(xiii) Any other aspects the EPC Contractor may wish to add:
……………………………………………………………………………………………………………………………………………
(xiv) Catalogue, brochure, or other supporting document
(Catalogue, brochure, or other supporting document for each equipment proposing for this
project.)
……………………………………………………………………………………………..………………………………………………

(xv) Applied standards


Page 375 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(Applied standards for each works and equipment s are clearly identified and those satisfy India
standards or international defect standards)
……………………………………………………………………………………………………………………………………………
Note: Following documents shall be enclosed along with this form
(a) In case of any Non-Compliance in the Functional and Technical Specifications, Matrix thereof
shall be submitted in the following format:
S. RFP Clause & RFP Non-compliance Remarks with alternate
No. Page no. Provision (details) solution details

(b) Technical details of each component, clearly mentioning the make, model, country of origin,
and end of life of each component/ equipment as per the format given below, brief technical
datasheet shall also be enclosed along with the material approval certificate*.
(c) Please include all items mentioned under the indicative list of key components.
(d) Quality Certificate and Undertaking for Country of Origin: The EPC Contractor shall submit
Quality Certificate from each OEM confirming that everything to be supplied by the OEM shall
be brand new, free from all encumbrances, defects and faults in material. Workmanship and
manufacturing shall be of highest grade and quality and consistent with the established and
generally accepted standards. Materials of the type ordered shall be in full conformity with the
specifications, drawings or samples, if any, and shall operate properly. The EPC Contractor
shall ensure that none of the key component or its sub-component such as PTZ / TMCS
Cameras, VIDS system, Vehicle Speed Detection System, Control Centre / Command Centre /
TMC equipment including servers, storage, network devices, security devices are procured /
sourced from any of the region and / or company barred / banned / blacklisted / restricted by
any of the Government Department / Authority / PSU / Ministries / Defense etc. in India. The
proposal may be considered as non-compliance / non-responsive in case this requirement is
not fully met by the EPC Contractor. The EPC Contractor shall submit the certificate from each
OEM in the format given below, fully complying to this requirement.
*Material Approval Certificate (MAC) – To be filled for every key component and all its sub-
component proposed. The technical datasheet of the OEM relevant and specific to the proposed
make & model must only be enclosed along with the MAC.

Signature of Authorized Signatory of EPC Contractor

Name

Seal

Date

Page 376 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Page 377 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Form PER - 1: Proposed Personnel
Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National Highway
Ref: Functional and Technical Specification of above subject.
Dated: ….. /…../2024
[The EPC Contractor shall provide the names of suitably qualified personnel to meet the specified
requirements stated in Functional and Technical Specifications.]

1. Title of position*
Name
2. Title of position*
Name
3. Title of position*
Name
4. Title of position*
Name

*As listed in Functional and Technical Specifications.

Signature of Authorized Signatory of EPC Contractor

Name

Seal

Date

Page 378 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Form PER - 2: Resume of Proposed Personnel
Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National Highway
Ref: Functional and Technical Specification of above subject.
Dated: ….. /…../2024
[The EPC Contractor shall provide the data on the experience of the personnel indicated in Form PER-1, in
the form below.]

Name of EPC Contractor

Passport size
1. Proposed Position : …………………………………… recent color
photograph of
2. Name of the Candidate (in Block letters) : …………………………………… the candidate
3. Father’s/Husband’s Name : ……………………………………
4. (a) Date of Birth in Christian era : ……………………………………
(in dd/mm/yyyy format)
(Please furnish proof of age)
(b) Age as on submission date :….. Yrs, … Months &, …. Days
5. Permanent Address : ……………………………………
……………………………………
……………………………………
6. Address for Correspondence : ……………………………………
……………………………………
……………………………………
7. E-mail address, Phone Numbers : Email: …………………………….
Mobile: ………………………….....
8. Details of Educational Qualifications from Matriculation onwards
(Please furnish proof of qualifications)
Sl. No. (1) (2) (3) (4) (5)
Examination Year of Name of University / Main Percentage of
passed passing College / Board subjects marks obtained
Institute

9. Experience
Total Experience : .….. Yrs, ……… Months &, ….... Days
Relevant Experience : …… Yrs, ……. Months &, ……. Days
10. Details of experience of each employment (in chronological order):
In case of change in posting held within the same employer, please fill in details separately.
1 Name and Address of Position Period of tenure Responsibilities /
the organization held Job Profile
From To 1
DD/MM/YYYY DD/MM/YYYY 2
3
4
Technical details of
project experience

Page 379 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

2 Name and Address of Position Period of tenure Responsibilities /


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

3 Name and Address of Position Period of tenure Responsibilities /


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

4 Name and Address of Position Period of tenure Responsibilities /


the organization held Job Profile
From To 1
DD/MM/YYYY DD/MM/YYYY 2
3
4
Detailed description of
project experience
Note: In case of more than 4 employments, the relevant details in prescribed format be added.
Certification by Candidate:
i) I am willing to work on the project and I will be available for entire duration of the project
assignment and I will not engage myself in any other assignment during the currency of this
assignment on the project
ii) I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualification and experience. In case Authority discovers anything contrary to above,
Authority would be at liberty to remove the personnel from the present assignment and debar him
for an appropriate period to be decided by Authority.
iii) I have not left any assignment with the consultants/ agencies/ EPC Contractors engaged by
Authority/ contracting firm for any continuing works of Authority without completing my
assignment. I will be available for the entire duration of the current project. If I leave this
assignment in the middle of the work, I may be debarred for an appropriate period to be decided
by Authority. I have also no objection if my services are extended by Authority for this work in
future.

Signature of the Candidate

Place:

Date:

Undertaking from EPC Contractor


The undersigned on behalf of …………………………………….……. (name of EPC Contractor) certify that
Shri………………………(name of the proposed personnel and address) to the best of our knowledge has not
left his assignment with any other firm engaged by Authority / contracting firm for the ongoing projects
and he is currently not engaged with any other firm engaged by Authority / contracting firm for the ongoing
projects. We understand that if the information about leaving the past assignment with
Page 380 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
MORT&H/Authority without completing his assignment is known to Authority, Authority would be at
liberty to remove the personnel from the present assignment and debar him for an appropriate period to
be decided by Authority.

Signature of Authorized Signatory of EPC Contractor

Name

Seal

Date

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

Page 381 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Form SUB: Proposed Sub-Contractors for Major Items of Equipment and Installation Services
Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National Highway
Ref: Functional and Technical Specification of above subject.
Dated: ….. /…../2024
A list of major items of ATMS is provided below.
The following Sub-Contractors and/or manufacturers are proposed for carrying out the item of the facilities
indicated. EPC Contractors shall propose only one sub-Contractor and / or manufacturer for each item.

Major Items of Equipment Proposed Sub Reference


Nationality
and Installation Services Contractors/Manufacturers Project*

*Attach proof of relevant experience of minimum two projects.

Signature of Authorized Signatory of EPC Contractor

Name

Seal

Date

Page 382 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Form MAN: Manufacturer's Authorization
(to be printed on the Letter head of the Manufacturer)
[The EPC Contractor shall require the Manufacturer to fill in this Form in accordance with the instructions
indicated. This letter of authorization should be signed by a person with the proper Authority to sign
documents that are binding on the Manufacturer.]
Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National Highway
Ref: Functional and Technical Specification of above subject.
To:
WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of [insert type of goods
manufactured], having factories at [insert full address of Manufacturer’s factories], do hereby authorize
[insert complete name of Bidder] to submit a Bid, the purpose of which is to provide the following goods,
manufactured by us [insert name and/or brief description of the goods], and to subsequently negotiate and
sign the Contract.
We are Indian [OEM/ Manufacturers / Class-I local supplier] as per DPIIT Order no. P-45021/2/2017-PP
(BE-II) dated 04.06.2020 (revised “Public Procurement (Preference to Make in India) Order 2017”.
We have direct presence in India having own service and support offices at [insert full address of
Manufacturer’s Service Centres] to ensure smooth on-site after sales service support.
We hereby extend our full guarantee and warranty in accordance with RFP requirement, Defect Liability,
of the Contract, with respect to the goods offered by the above firm.
We, hereby confirm that the above goods shall be covered under comprehensive on-site warranty for a
period of 5 years from the date of installation & commissioning at the site and we shall maintain sufficient
spares and have sufficient technical resources at our regional service centre to provide next business day
service support at the site. In addition to this, we shall provide adequate training to the on-site maintenance
staff of the bidder for regular corrective and preventive maintenance.
We, hereby confirm that the on-site warranty and training support stated above shall be extended to the
Authority directly or its representative or any other Contractor appointed by the Authority, upon the
request from the Authority.

Name: [insert complete name Authorised Signatory]

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

Signature: [Authorised Signatory]

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

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

Page 383 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Quality Certificate from OEM
(To be enclosed with MAC of each Component / Sub-Component)
Sub.: Advance Traffic Management System (ATMS) for (Project Name) section of National Highway
Ref: Functional and Technical Specification of above subject.
We _____________________________________________________ (Name and address of OEM) certify that everything to be
supplied by us hereunder shall be brand new, free from all encumbrances, defects and faults in material.
Workmanship and manufacturing shall be of highest grade and quality and consistent with the established
and generally accepted standards. Materials of the type ordered shall be in full conformity with the
specifications, drawings or samples, if any, and shall operate properly. It is also certified that the supplied
items / equipment’s have not been sourced from OEM backlisted by Government of India or firms of anti-
national antecedents.
We, M/s ……………………………………………………………….. also undertake that in case of any item supplied by us
found to be defective, faulty, or used at any stage, it shall be replaced by us at our cost.
Signature of OEM Signature of Witness

Name Name

Seal Seal

Date Date

Signature of Authorized Signatory of EPC Contractor

Name

Seal

Date

Page 384 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Variable Message Sign (VMS)
1. General
a. Variable Message Sign (VMS) is intended to provide the road and traffic condition information
to the commuters. It will help users travel on the project smoothly without much stress. In case
of incident like congestion drivers can judge whether to take detour or not, or make other
decision based on the information provided through VMS.
b. The ATMS Contractor shall supply and construct a VMS system that can achieve the purpose
of the system mentioned above. The ATMS Contractor shall be responsible for the detailed
design, procurement, software development, installation, adjustment, and commissioning of
the VMS. Portable VMS is mounted on the trolley towable by the patrol vehicle to display the
maintenance/ incident related information on it.
c. The VMS shall be capable of playing videos, messages in all font size, graphics, etc, and shall be
configurable to divide the single screen into multiple sections to display multiple contents at
the same time in each section.
d. Kindly refer “Revised Functional & Technical Specifications of ATMS on NH_20210221” ref. no.
Authority/CO/ATMS/02-2021 February-2021 “General Requirement, Design Requirement,
Central Processing System, Maintenance Requirement, SLA, Penalties, etc.
e. This Document shall be the additional section of the document referred in sl. d. above for the
projects having Variable Message Sign (VMS).
2. System Configurations
The VMS system will consist of the following equipment.
1) Full matrix outdoor LED panel and control unit in VMS with supporting structure (gantry type)
at roadside.
2) VMS centre controller with application software installed in Traffic Management Centre.
3) Power supply equipment and peripheral.
2.1 Outdoor LED Panel
a. High intensity LED (light emitting diode) shall be used as light source for VMS. At least three
colour elements, blue, red and green, shall be provided and a total of seven (7) colours
including white, yellow, green, red and blue shall be displayed. Brightness and colour shall be
uniform throughout the surface.
b. The panel shall have 10 mm ±5% pixel pitch, suitable for outdoor operations. The Pixel density
shall not be less than 10,000 pixels per square meter.
c. The VMS shall have automatic brightness sensors and shall have minimum brightness of 5500
cd/sqm and refresh rate shall be more than 1920 Hz.
d. The thickness of the panel shall not be more than 150mm and shall be light weight.
e. Life of LED unit shall be long enough to withstand the severe environmental conditions in
which the signboard operates. The ATMS Contractor shall submit the results of high
temperature high moisture biased test of LED to be used to the satisfaction of the ITS Engineer.
f. Display panel of VMS shall be of unit/ modular construction using LED matrix. The size of the
LED matrix unit shall be as per the manufacturer’s design. The unit shall be easily replaceable
from backside or front without affecting other units. Display unit shall be capable of detecting
open circuit condition of each LED.
g. Malfunction of an LED, a pixel, and a display unit shall not affect the normal operation of other
LEDs, pixels and display units.
h. VMS designs, components, and enclosures primarily designed for commercial, advertising,
billboard or other display purposes shall not be accepted.
i. VMS should be CE certified as per EN 12966.
j. VMS should be BIS, MSME, NSIC, and FCC certified.
k. Message / video shall be sufficiently bright and directed to indicate to a motorist approaching
the VMS, at a distance of 300m on a bright cloud free day.

Page 385 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
l. The enclosure shall be made from a corrosion resistant material. The enclosure shall have an
IP65 rating for front and IP 54 rating for back.
m. The LED chip used for the display shall be from internationally acceptable OEM only. Post
supply the LED chip shall be verified by the ITS Engineer with the manufacturer at the cost of
the ATMS Contractor, in order to confirm the genuineness of the LED chip used in the VMS LED
Panel.
n. The ATMS Contractor shall submit the EN 12966 and BIS certifications of the VMS in the
Technical Proposal.
2.2 Type of LED Signboard
Three (3) types of variable message signboard, Types L, M, and Portable shall be provided
depending on the location where VMS is installed and VMS display size. Different support
structures shall be suitably adopted. However, they shall be identical in terms of VMS function.
Type Support Type Message Input Installed Location
Type L Locate on the main carriageway (only 6/8 lane
highway and expressway projects)
Type M - Locate on the main carriageway (2/4 lane
Gantry type Remotely highway projects)
- Service/ approach roads / ramps/ connecting
roads etc. (6/8 lane highways and expressway
projects)
Portable Mounted on On the vehicle, Portable mounted on the trolley and moved by
Trolley manually as well the patrol vehicle.
as remotely
2.3 VMS Controller
VMS controller will have the following functions:
1) Communication control
2) Display control
3) Monitoring
4) Local operation
The VMS control unit will communicate with the VMS centre controller in the TMC through the
fibre optic network using TCPIP or GPRS or other equivalent international protocols. It will receive
display data from the VMS centre controller and send back the operating status data to the centre
controller.
Display data received from the VMS centre controller will be stored in the buffer until all the data
have been correctly received without error. Upon confirmation of correctness of data, display will
be changed to the new message. Changeover shall be fast, and no irregular display shall be shown
during the transition. Under any circumstances, the changeover of message shall be completed
within 3 -5 seconds after the system operator in the TMC has issued a message changeover
command.
Several test patterns will be provided to the VMS control unit, with which defect of LED can be
tested by indicating one of them sequentially.
Operating condition of the VMS will be monitored regularly by VMS itself and the control unit. If
any abnormality is detected, error signal will be issued to the VMS centre controller together with
the type of error.
It will be possible to operate the control unit and the VMS board manually at the site. The manual
control panel will be provided to the VMS control unit. Alternatively, manual control will be made
with a notebook computer connected to the VMS control unit through serial port or network port.
2.4 VMS Application
VMS central application will have following minimum functions.
1) To compose message by three method, manual input, combination of pre-set words, and
selection of pre-set message.
2) To have interface with operator through data input device.
Page 386 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
3) To convert text and symbol message to be displayed on VMS into dot image data to control
LED display matrix.
4) Shall display time at the top right corner of the display in HH:MM:SS (24 hour) format at all
the times, even if no message is being displayed on the VMS.
5) To communicate with VMS controller unit at roadside for message data and operating status
data transmission.
6) To display and store operating status and issue alarm in case of abnormal condition; and
7) To record operation log.
The VMS centre controller and operation console shall be standard models manufactured by
organizations of international repute.
3. Motion Detection surveillance camera, hooter alarm with beacon, and all-in-one solar
streetlight
a. A surveillance camera of 2MP at 25 FPS shall be provided at each equipment location along
with hooter alarm and beacon. The IP camera shall be POE powered bullet type with inbuild
IR of 50 meters with illumination at 0.005 lux for colour image and black& white at 0.001 lux
with IR. The lens shall be of 2.8-12 mm motorised varifocal with true WDR, 3D DNR, BLC, AGC
and triple streaming. The Camera shall have inbuild SD card slot and shall be provided with at
least 128 GB class 10 SD card. The shutter speed of the camera shall be 1/3 second to
1/100000 seconds for capturing the motion detection even during low light condition and
provide proper image. The housing shall be IP 67 rated with IK10 protection against
vandalism. The camera shall support one alarm I/O port for activation of Hooter and beacon.
b. The function of this camera is to monitor the cabinet and pole surrounding for pilferage and
vandalism attempts. The motion detection feature shall raise the alert in the control centre as
soon as any movement is detected nearby the cabinet and the Gantry to alert the control centre
operators regarding any possibility of pilferage and vandalism attempt.
c. Hooter shall be controlled locally by the camera and shall sound when the motion detection
period is greater than 5 seconds. The alert in the TMC/Sub-centre shall be raised by
VMS/ATMS software as soon as hooter is activated.
d. The face detection function shall be activated as soon as the motion detection is triggered.
e. The camera shall also detect any object addition, object removal, and line crossing.
f. Whenever any event is triggered, the camera shall record the event on SD card also.
g. The camera and hooter beacon alarm shall be installed at the gantry to prevent vandalism.
h. The camera shall be mounted on at a suitable location on the Gantry such that it focuses on the
enclosure / cabinet housing the LPU and Li-ion battery bank.
i. All-in-one solar streetlight of 15W 2000 Lumens with inbuilt motion detection sensor and auto
on-off and auto dimming function shall be installed at each location at a suitable height.
4. Equipment Location
a. The location of M and S type of VMS shall be proposed by the ATMS Contractor and approved
by the ITS Engineer.
b. Portable VMS is installed on the trolley and moved by the patrol vehicle at the incident
location.
5. System Function
5.1 General
5.1.1 Power Supply
a. The power supply shall be connected from communication rack using the POE or Adaptor.
b. A solar power supply system consisting of a solar panel, a controller, a UPS and Lithium-ion
battery bank shall be provided at each location that operates on solar power. Solar power
equipment except solar panel shall be accommodated in the same stainless-steel cabinet as
controller or in a separate stainless-steel cabinet. The solar panel shall have sufficient size to
generate the power required. The ATMS Contractor shall provide the support for solar panel
and connection between the panel and the controller, which shall not be exposed. A
Page 387 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
mechanism shall be provided to adjust the angle of solar panel to the solar panel support and
prevent pilferage.
c. The Lithium-ion battery shall provide power for at least for 3 days even if solar power cannot
be generated due to the weather condition. The ATMS Contractor shall present the calculation
of power consumption and capacity of solar power supply system to be used for the system.
The ATMS Contractor shall also consider the power requirement of network devices, wireless
access points, PoE switch, SPD etc. suitably during the calculation.
d. Proper earthing shall be provided at each equipment location.
5.1.2 Communication
The data transmission of the VMS system will be made through the fibre optic and GSM.
5.2 Message Indication Function
a. Message to be displayed on the VMS shall be concise and clear as drivers driving a vehicle have
to read and understand the message in a short time. Messages shall have uniform structure
and simple words shall be used. Messages on the VMS shall be in expressed in English, Hindi
and Regional. Messages in different language will be separately managed and automatic
translation is not required.
b. In principle, a message to be displayed on the variable message signboard shall be composed
of three parts, “location”, “event”, and “instruction or regulation”.
c. Location
d. Location indicates the relationship between the VMS location and the event location. They can
be expressed as section (between Interchange A to Interchange B), distance (ahead, xx km
ahead), or specific location (near Interchange A).
e. Event
f. Event is a thing that has happened or taken place. It includes traffic conditions (accident,
congestion, car on fire), traffic regulation (lane closure, road maintenance work), road
condition (wet road surface, fallen object, damaged pavement), and weather condition (fog,
rain, strong wind).
g. Instruction / Regulation
h. The instruction is the action to be taken by the project users such as “slow down”, “cautious”,
“exit here”, “exit at next interchange”, and “use right/left lane”. The regulation is the traffic
regulation being enforced like “lane closure” or “Highway closed”.
i. The three components are not necessarily required all the time. Messages consisting of one or
two components described above or simple message will also be displayed.
5.2.1 Message Creation and Editing Function
Three message composition methods shall be provided: (1) manual input, (2) combination of pre-
defined phrase, and (3) selection of ready-made message. The functions specified herein shall be
possible in three languages. In addition, a set of graphic symbols shall be provided to complement
the text message.
5.2.2 Manual composition
In the manual input, it shall be possible to display on the VMS any text message input by the system
operator through the keyboard of the VMS operator console. There shall be no restriction as to the
contents of the message, but the length of message is limited to the display capacity of the variable
message signboard. If manual composition mode is selected, the VMS Server shall show the image
of the signboard and the message as it is input by the system operator.
5.2.3 Combination of pre-defined phrase
In the case of combination of pre-defined phrase, frequently used words or phrases such as
“accident”, “congestion”, “construction work”, “slow down” and so on are used to compose a
message. It shall be possible to insert a word into the message composed by combination method.
There shall be sets of pre-defined words. They shall contain words indicating location, event and
instruction or regulation. Each set shall have a capacity of 100 words in each language. In this
mode, the VMS operator console shall show the categories and the words or phrases in each
category for the system operator to select. It shall be possible to alter the pre-defined words by the

Page 388 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
system operator.
5.2.4 Ready-made message
Ready-made message selection method shall allow the system operator to choose one of the ready-
made messages. If the ready-made message mode is selected, the VMS Server shall indicate the list
of ready-made messages grouped into categories for the system operator to select. Message set
shall have the capacity of 100 messages in each language.
5.2.5 Video and Graphic symbols
Video and Graphic symbols that show typical incidents such as highway closure, construction
work, and rain graphically shall be provided to complement the text message. The sample graphic
symbols are provided in these RFP for reference. The design of graphic symbols shall be subject to
the Authority’s approval.
5.2.6 Dot matrix pattern
The VMS system shall be provided with a function to create a display pattern by specifying the
on/off status and colour of each pixel comprising the display area of the signboard. It shall be
possible to mix the dot matrix pattern and character message on the signboard.
5.2.7 Automatic message creation from incident information
If an incident is detected through other system, the system shall send an alarm to the VMS system.
VMS system shall then create a warning message indicating the location, type of incident and action
to be taken. The message thus created shall not be displayed automatically on the signboard.
Instead, a recommendation shall be displayed on the VMS operator console indicating the contents
of the message and the location of VMS for which message is recommended. Upon confirmation of
the recommendation, the message will be displayed on the specified message.
The VMS centre controller console will be provided with updating and editing functions of pre-
defined word, phrase, message and symbol mark. Editing of symbol mark will be possible on a pixel
basis.
The console will communicate with the operator through monitor and keyboard for message
composition and operation monitoring. Message composition will be made interactively with one
of the methods described above. Graphic user interface will be adopted in the interface as much as
possible for user friendly operation and fail-safe mechanism will be incorporated to prevent VMS
system from showing inadequate message. The system will be equipped with a text input method
in Hindi and Regional languages commonly used in the Project area through the standard
keyboard.
The VMS system will be provided with an automatic message selection function based on the
priority or severity of the events and coefficient that represents the importance of event to each
VMS as described in the following tables. The function will select and recommend the message to
be shown separately for each VMS when there are two or more incidents to be informed to the
road users.
Each message being displayed on the VMS will be assigned with a time-to-live (TTL) value, during
which message is displayed, to prevent inadvertently displaying false message after incident has
been removed. Upon expiration of TTL, message will be automatically extinguished, if no response
is made to the warning within the pre-set time limit. A warning will be issued to the operator
console before TTL expires for operator to choose extension of TTL or termination of the display
as scheduled.
The VMS system will have an alternate display function, in which a maximum of two sets of
messages can be displayed alternately. The function is intended to display a message in three
different languages (Hindi, English and Regional) but not necessarily limited to the same message.
5.3 Data Transmitting Function
Text and symbol mark messages to be displayed will be converted to pixel image data to control
display unit before transmitting to the variable message sign.
The VMS centre controller will communicate with the VMS control unit at roadside through the
fibre optic network. It will send out message converted to dot pattern for display. It will also send
out command data to control the VMS control unit and to confirm normal operation of the VMS
board. In return, the centre controller shall receive status data from the control unit.
5.4 Operation Monitoring and Logging Function

Page 389 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Operating status of the VMS will be checked periodically. Status (message on, no message, fault,
local control, test and switch off) will be collected from the VMS control unit at roadside. If any
abnormality is reported, an alarm will be issued. The collected operation monitoring data will be
recorded as part of operation log. It will be possible for the VMS centre controller console to send
a command to the control unit and collect the dot pattern data being displayed on the VMS board
upon system operator’s initiative.
Message displayed together with the starting and ending time will be recorded as operation log.
Status or malfunction of the VMS and the control unit will also be recorded. Data retrieval software
will be provided, and operation log can be retrieved for display on monitor and as printed report.
5.5 Data Storage Function
All data transmitted from the VMS roadside equipment and processed data in the TMC will be
recorded and stored in the VMS centre controller for analysis and future usage. Data retrieval and
presentation software will be provided that can easily retrieve and show the recommended
message automatically generated against event and message indicating on each VMS of the
specified roadside equipment location at the hour or day.
Status of roadside equipment (normal or malfunctioned) will be recorded in the VMS centre
controller as operation log and for future reliability analysis together with error code and date &
timestamp.
Data Storage
Storage Data Type
Sub-system Period
Recommended message automatically
Raw data
generated against event
VMS system Manual input operation record Raw data 2 years
Equipment operational status Raw data
Current message indicating on each VMS Processed data
5.6 Display and Reporting Function
The VMS centre controller will be capable of showing the following screens.
Item Contents
Schematic road map of project and access road
Route map Detailed VMS location map
Name and station number of interchanges and toll barrier
Equipment location and Location of VMS and their condition (message / no message and normal /
status error)
Message being displayed at selected VMS with starting time and
scheduled end time
Message Pre-defined words and phrases
Pre-defined messages
Graphic symbol marks
List of VMS currently not in operation
Operation
Operation log and error record
Date and Time Current date and time

The VMS centre controller will produce the reports listed below. The reports will be output
according to the schedule or upon the system operator’s request. It will be possible to output the
report as a file in portable document file format.
Item Contents
VMS operation Daily report summarizing VMS location, message displayed, start time, end time
List of VMS currently not in operation
Error log
Error record
6. Specifications
VMS must have LED pixel failure detection, door open sensor and temperature & humidity sensors.
6.1 VMS board (Type-L)
I. The L-VMS board size shall be 10,000 mm (W) x 4,000 mm (H) ±5%
II. The LED configuration shall be 3 in 1 SMD and the pixel pitch shall be 6mm outdoor or
Page 390 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
better. Lower pixel pitch shall be considered better.
III. The VMS board shall have the capacity to display any content, graphics, videos, symbols,
text in full matrix, with multiple font size and character height, and multiple languages.
IV. The brightness of the board shall not be less the 5500 mcd with option to adjust the
brightness manually as well as auto brightness adjustment feature.
6.2 VMS board (Type-M)
I. The M-VMS board size shall be 5,000 mm (W) x 2,000 mm (H) ±5%
II. The LED configuration shall be 3 in 1 SMD and the pixel pitch shall be 6 mm outdoor or
better. Lower pixel pitch shall be considered better.
III. The VMS board shall have the capacity to display any content, graphics, videos, symbols,
text in full matrix, with multiple font size and character height, and multiple languages.
IV. The brightness of the board shall not be less the 5500 mcd with option to adjust the
brightness manually as well as auto brightness adjustment feature.
6.3 Portable VMS
I. The Portable-VMS board size shall be 2,000 mm (W) x 2,000 mm (H) ±10%
II. The LED configuration shall be 3 in 1 SMD and the pixel pitch shall be 6mm outdoor or
better. Lower pixel pitch shall be considered better. The pixel density shall be more than
2500 pixels per square meters.
III. The VMS board shall have the capacity to display any content, graphics, videos, symbols,
text in full matrix, with multiple font size and character height, and multiple languages.
IV. The brightness of the board shall not be less the 5500 mcd with option to adjust the
brightness manually as well as auto brightness adjustment feature.
V. The DC power supply with suitable power backup shall be provided.
6.4 Movable Trolley (for Portable VMS)
Portable VMS shall be mounted on this trolley. It is used for security measurement to display
maintenance information on the portable VMS while maintenance of the system equipment’s.
This trolley shall be moved by the vehicle which will be used to patrol on the highway to locate
damage, to implement countermeasures such as highway closure or lane closure, and to undertake
emergency action such as removing obstacle on the Highway/Expressway. As such, the vehicle
must have high driving performance, short stopping distance, high safety features, large loading
capacity and environmentally friendly features. It shall be equipped with an on-board signboard
specified elsewhere in these specifications on the rooftop. The body of the trolley shall have
sufficient strength and durability as signboard or other objects will be loaded on the trolley.
6.4.1 Warning light with Siren
A yellow / Red warning light and siren system shall be provided to the trolley and placed firmly on
the roof. It shall be LED type and shall be ECE R65 Compliant.
6.5 VMS Controller
a. VMS controller will have the following functions:
1) Communication control
2) Display control
3) Monitoring
4) Local operation
b. The VMS control unit will communicate with the VMS centre controller in the TMC through the
fibre optic network using NTCIP / GPRS / TCPIP or other equivalent international protocols.
It will receive display data from the VMS centre controller and send back the operating status
data to the centre controller.
c. Display data received from the VMS centre controller will be stored in the buffer until all the
data have been correctly received without error. Upon confirmation of correctness of data,
display will be changed to the new message. Changeover shall be fast, and no irregular display

Page 391 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
shall be shown during the transition. Under any circumstances, the changeover of message
shall be completed within 3 seconds after the system operator in the TMC has issued a message
changeover command.
d. Several test patterns will be provided to the VMS control unit, with which defect of LED can be
tested by indicating one of them sequentially.
e. Operating condition of the VMS will be monitored regularly by VMS itself and the control unit.
If any abnormality is detected, error signal will be issued to the VMS centre controller together
with the type of error.
f. It shall be possible to operate the control unit and the VMS board manually at the site. The
manual control panel will be provided to the VMS control unit. Alternatively, manual control
will be made with a notebook computer connected to the VMS control unit through serial port
or network port.
7. Supporting Structure
a. The VMS board will be fixed on gantry type supporting structure. A mechanism to adjust the
tilting angle of VMS will be provided to the VMS housing or fixture used to attach the VMS to
the support. It shall be possible to adjust the tilting between 0 degree (vertical) and 10 degree
(tilted forward).
b. There shall be proper and safe walkway provision at the rear side so that the maintenance
engineer can easily walk and sit behind the board for maintenance and repair works. the width
of the walkway shall be minimum 3 feet or at least 1 foot more than the width of the backdoor
of the VMS board. The floor of the walkway shall be designed suitably so that no tool or
equipment part may fall on the road.
c. The walkway shall be rugged and shall bearing capacity of at least 4-5 persons.
8. TMC Equipment
8.1 VMS Application
VMS central application will have following minimum functions.
1) To compose message by three methods - manual input, combination of pre-set words, and
selection of pre-set message.
2) To have interface with operator through data input device.
3) To convert text and symbol message to be displayed on VMS into dot image data to control
LED display matrix.
4) To communicate with VMS controller unit at roadside for message data and operating status
data transmission.
5) To display and store operating status and issue alarm in case of abnormal condition; and
6) To record operation log.
8.2 Installation
a. VMS sign on the Highway/Expressway shall be mounted on a Gantry installed between the
median and shoulder. Clearance of minimum 6 meters above the ground level shall be secured.
Gallery shall be provided to the support / walkway at the back of signboard for maintenance
purpose.
b. Face of VMS shall be slightly rotated inner side so that the line perpendicular to VMS front
panel shall extend toward a point on the carriageway about 120 meters from the VMS location.
The face shall also be tilt down slightly for better recognition of message.
c. Foundation and other civil works required for the VMS installation shall be completely in the
scope of the ATMS Contractor.
d. Communication cable shall be extended from the nearest hand-hole at to the VMS through the
conduit to be installed by the ATMS Contractor. No aerial cable shall be allowed.
8.3 VMS Location
The VMS foundation shall be constructed at locations specification in the general layout of ATMS
location or construction drawings to be approved by Authority and/ or other location as dictated
by The Engineer.
Page 392 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
9. Design Principle of VMS TMCS, VIDS, and other Foundations
9.1 Design Strength
The foundation shall be of reinforced concrete with the concrete having the compressive strength
of 2,500 N/cm2 (250kg/cm2) after 28 days (cylinder type), or when made with a high rapid
strength Portland Cement, it shall acquire the same strength after 7 days.
9.2 Contractor’s Detailed Survey and Design
Before commencing the actual work, Contractor shall carry out the field detailed survey/design of
the facilities. The detailed drawings including the calculation data based on the survey/design shall
be prepared and shall be submitted to Authority for approval.
9.3 Construction of Foundation
9.3.1 VMS, TMCS, VIDS, and other Foundations
a. Contractor shall comply with the following specifications for preparing and mixing concrete.
b. All foundations shall be constructed with a ready-mixed or site-mixed, M20 Grade Or if made
manually then the concrete, when made with a normal Portland Cement, shall attain a
minimum compressive strength of 2,500N/cm2 (250kg/cm2) in 28 days (cylinder type) , or
when made with a high rapid strength Portland Cement, it shall acquire the same strength in
7 days (Test to be performed on cylindrical type concrete specimen of size 150mm x 300mm).
c. The slump range for the concrete used in the construction of foundation shall be between 8
and 15cm.
d. Authority may order three (3) test pieces (cylinder type) from any batch of the concrete to be
taken and properly marked for the laboratory test a required.
e. The concrete shall be slowly poured around the moulds or forms up to adequate level evenly
and tamped into all parts of the moulds or forms by using a vibrator until a densely solid mass
without cavities is obtained.
f. The concrete, once mixed, shall be used within 60 minutes. After one hour, any remaining
concrete shall be removed and shall not be used.
g. Cement mortar shall consist of one (1) measure of Portland Cement and two (2) measures of
sand.
h. The concrete shall be covered with saturated sack-cloth or similar materials and shall be
sprinkled water to keep the sufficient moisture, adequate times a day for 7 days.
9.3.2 Excavation for Foundation
a. The Contractor shall take all countermeasures necessary for safety of the public and for
protecting and preserving any and all temporary or permanent utilities.
b. Contractor shall obtain all permissions, right-of-way and/or permits necessary for the
execution. The permissions shall include property owners’ approvals for necessary work on
their properties.
c. Contractor shall obtain all permissions, right-of-way and/or permits necessary for the
execution. The permissions shall include property owners’ approvals for necessary work on
their properties.
d. Contractor shall be directly responsible for all damages to existing utilities and shall restore
these services immediately at his own expense.

9.3.3 Backfilling
a. Backfilling shall commence after notifying The Engineer.
b. Upon completion of the backfilling, all remaining soil shall be removed and the road surface,
pavement and the area concerned shall be immediately cleaned.
c. Before backfilling, all foreign objects shall be removed from the excavation.
9.4 Material for Foundation
9.4.1 Cement

Page 393 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
a. All cement used in underground construction shall be Portland Cement and in accordance with
BS 12 or equivalent.
b. The cement shall be stockpiled in such a manner as to afford easy access for inspection. Cement
shall be kept dry at all times prior to use in order to prevent deterioration. Open air storage of
cement shall not be permitted.
c. Deteriorated cement, such as cement containing lumps that are too difficult to powder by
hand, shall not be used.
9.4.2 Water
a. All water used for mixing and curing of concrete shall be supplied by the waterworks.
b. Water from other sources may be used only if authorized by Authority after tests have shown
the quality to or better than that supplied by the waterworks.
c. Water from any source which has been contaminated with dirt, oil, salt or other foreign
substances shall not be used.
9.4.3 Fine Aggregate
a. The fine aggregate for concrete shall consist of natural river sand or equivalent material.
b. The fine aggregate shall be uniformly graded and shall meet the grading requirements as
follows:
Sieve Designation Percentage by Weight Passing square mesh sieve
(10.0mm) 100
No.4 (5.0mm) 95 to 100
No.16 (1.2mm) 45 to 80
No.50 (0.3mm) 10 to 30
No.100 (0.15mm) 2 to 10
c. The fine aggregate shall be stored in such a manner as to prevent mixture with other aggregate
prior to the use and also to prevent inclusion of foreign materials.
9.4.4 Coarse Aggregate
a. The coarse aggregate for concrete shall consist of crushed stones having hard, strong and
durable pieces free from adherent coatings such as mud or other foreign materials. The coarse
aggregate shall be graded between a maximum size of 25mm and a minimum size
corresponding to No.4 sieve size. It must be free from dirt, floury stone dust, earth or any
similar materials.
b. The coarse aggregate shall be stored in such a manner as to prevent mixture with other
aggregate prior to the use and also to prevent inclusion of foreign materials.
9.4.5 Reinforcing Bar
Reinforcing bars shall be deformed steel bars. The bars shall be free from dirt, oil, paint, grease,
thick rust and other defects and shall conform to the following requirements:
Item Unit Specific Value
Tensile Stress at Minimum N/mm2 500 (49 kg/mm2)
Yield Point at Minimum N/mm2 300 (30kg/mm2)
Elongation at Minimum % 14
Design Stress N/cm2 160(1,600kg/mm2)
10. Acceptance test
VMS, VMS local controller, VMS central controller, and operator console shall be subjected to the
test. Tests shall be conducted at the factory(before Site Acceptance test), during installation work
and upon completion depending on the test item. Two types of test, function and performance test
and general test shall be conducted.
Details of the test item, test procedure and criteria to judge test result shall be proposed by the
Contractor subject to the approval by the Authority.
10.1 Function and performance test
In principle, function and performance requirement stated above shall be tested. More specifically, the
following tests shall be conducted as minimum:
Page 394 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
1) Message composition
2) Data exchange
3) Central control
4) Local control
5) Colour and brightness
6) Response time
7) Display off function
8) Error detection
10.2 General test
The following tests shall be conducted as minimum:
1) Appearance
2) Power supply fluctuation
3) Instantaneous power interruption
4) Insulation resista0nce
5) Dielectric strength
6) Temperature variation
7) Waterproof test (field equipment)
8) Amount of zinc coating (field equipment and support)
11. Operation of Variable Message Sign (VMS) System
11.1 Type of information provided
Different types of message will be displayed on the VMS. These types are summarized below. With regard
to the message format, the sample messages presented in “IRC:SP: 85-2010, Guidelines for Variable
Message Signs, Annex-B” can be referred.
Social messages shall not be displayed on the VMS at any time. Only the messages useful for the user to
provide them the information / alert / warning for any incident, road closure, traffic jam, over-speeding
alerts etc. or travel time shall be displayed on the VMS. Travel advisory or travel time shall be displayed
when there is no alert / warning is required to be disseminated to the commuters.
11.2 Advance warning message
Advance warning message gives the road users running at upstream section an advance notice of the
incident at downstream section. The incident includes traffic congestion, slow traffic, accident, stalled
vehicle, lane closure, fallen object, work zone and weather conditions. The message is effective in reducing
possibility of secondary incidents.
11.3 Advisory message
Advisory message provides the road users with useful information about a specific problem along their
route. This information allows the road users to change their speed or lane in advance of the problem area,
or the road users may elect to voluntarily take an alternative route to their destination.
11.4 Early notice
Early notice informs the road users of a planned event such as road work on the Project or the closure of
an interchange. This type of message has lower priority than other types of message and will be displayed
only when there is no real-time message to be shown.
11.5 Language used
Three languages, English, Hindi, and another one local language will be used for VMS. Thus, the VMS
operator shall be fluent in these languages. Except short message, messages will be displayed in one of the
three languages. Message shall carry the same meaning regardless of the language used. For short message
that can be expressed in one line, the same message may be displayed simultaneously in three lines.
11.6 Message Layout
Standard layout shall be followed consistently to express information for easier understanding by the road
Page 395 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
users.
11.7 Message Composition Method
TCC operator can choose message creation from three (3) methods as indicated below.
1) Combination of pre-defined message
The word which are frequently used such as “accident”, “congestion”, “construction work”,
“slow down” and so on are used to compose a message combination by selection at VMS
console. They contain words indicating location, event and instruction.
2) Ready-made message
VMS operator may select one of the ready-made messages stored in VMS console.
3) Manual composition
Any message which VMS operator cannot select from VMS console; operator can create any
message through keyboard.
4) Graphic symbols
VMS operator may provide a graphic symbol that graphically represent an incident and help
Project road users to understand instantly without reading messages.
11.8 Message display
Upon reception of incident information from other operators or directly from other agencies, the
VMS operator shall display proper message on the VMSs at adequate locations and direction
without undue delay.
If the VMS on which new message is to be displayed is already showing a message, the operator
shall evaluate the priority of the current and new incidents and decide whether the message being
displayed is replaced with the new message or not.
The incident that exists at immediate downstream section shall have higher priority than the
incident that is located more than one section away in general. If there are two incidents in a same
section between two interchanges, incident of higher severity will take precedence over the
incident with lower severity. If there are two incidents of same severity, incident nearer to the VMS
shall be selected.
11.9 Message removal
Upon reception of the notice that an incident for which a message is displayed has been resolved,
the operator shall remove the message or replace with another message immediately. The message
of the incident that has been resolved shall not be displayed unnecessarily.
The operator shall check the effectiveness of all the messages being displayed at every 15 minutes
and confirm the message needs to be continued or removed. The operator shall remove the
message or replace with another message if the message being displayed is no longer applicable.
11.10 Message Providing Area
For an incident occurred, not all VMSs are required to display the message related to the incident.
The message of an incident shall be displayed on one or more VMSs starting from the VMS located
immediately upstream of the incident location. The higher severity of incident, the more VMSs will
display the message about the incident. In other words, the number of VMSs on which message
about an incident is displayed depends on the severity of incident and distance from the incident
location to VMS location.
12. Response Time and Resolution Time for VMS
For all cases, the failure shall be classified into three severity levels, critical, major and minor. The
ATMS Contractor shall satisfy the response time and resolution time specified for each type of
failure as presented hereunder.
Severity Response time Resolution time
Critical failure 30 minutes 2 hours
Major failure 60 minutes 6 hours
Minor failure 2 hours 48 hours
Critical failure is defined as follows:

Page 396 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
1) Failure of uninterruptible power supply.
Major problem is defined as follows:
1) Loss of control of VMS.
Minor failure is defined as those failures other than critical and major failures listed above.
1) Additional Service Level Requirement for VMS Equipment is shown below table below

No Parameter Severity levels Target


1.5 Console Availability (VMS, Internet) Major 97%
2. Field Equipment
2.3 Average Uptime Time period of the VMS Major 97%

The downtime shall be calculated on per day basis.


2) Additional Service Level Requirement for Operations of VMS is shown in table below
S. No. Requirement Deliverable & Metric Remarks
3. Accident / Incident / Traffic Management
3.1 Response to incidents (e.g. a) Informing the ambulance Automatic ATMS system
Emergency calls received at the within 3 generated report &
ATMS Control Centre/ TMC / minutes of receipt of Emergency recorded audio files
Sub-centre) within stipulated Call
time and enabling of all reporting an accident.
actions for optimal rescue and b) Informing the Selected
traffic normalization, including Trauma Care Centre(s) within 5
the rapid deployment of minutes of receipt of Emergency
vehicles (ambulances, Call reporting an accident.
breakdown cranes and Patrol c) Sending the first set of
vehicles) appropriate announcement
and guidance messages via
VMS and Mobile apps (as
applicable) to road users
within 5 minutes of receipt of
Emergency Call reporting an
accident.
d) Continuous monitoring of the
progress of Emergency vehicles
& capture of their time stamp of
reaching site and reaching the
trauma care centre (in case of an
ambulance) with the victim.
e) Providing inputs to the
emergency
vehicles (in terms of estimated
travel
times, optimal routes etc.)
during their journey to the site
and to the trauma care centre.
13. Spare Parts and Consumables
The ATMS Contractor shall maintain required spare parts to maintain required service levels. An
undertaking to be submitted along with Technical Proposal that the ATMS Contractor has the
sufficient infrastructure and capability to keep/store spares required for maintenances and will at
all times during the contract period maintain sufficient inventory of spares and consumables for
operating and maintaining the ATMS and to meet the Service Level requirements.

Page 397 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
SCHEDULE-E
(See Clauses 2.1 and 14.2)
MAINTENANCE REQUIREMENTS
1. Maintenance Requirements
1.1 The Contractor shall, at all times 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-fulfilment 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 MORTH Specifications for
Road and Bridge Works, and the relevant IRC publications. Where the specifications for a work are
not given, Good Industry Practice shall be adopted.
The maintenance of the new 4-lane main bridge is an important aspect for ensuring safety and long
life span of the bridge. Maintenance Manual for the bridge shall be furnished by the construction
agency as per Manufacturers recommendations using latest technology and adopting best
international practise and to the satisfaction of proof consultant and duly approved by Authority
Engineer in consultation with Authority.
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
Page 398 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
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 a Force Majeure Event or wilful default
or neglect of the Authority shall be undertaken by the Authority at its own cost. The Authority may
instruct the Contractor to undertake the repairs at the rates agreed between the Parties
9. Maintenance Module of Software
The Contractor shall prepare Module software, so as to capture real time maintenance requirement
and reporting of its rectification. Access of the Authority to such module through user ID/Password
will be provided, so as to monitor the standard of maintenance. Such module shall be ready for use
at the time of submission of maintenance programme.
10. Maintenance Methodology
A detailed methodology shall be prepared by the contractor and approved by the Authority’s
Engineer in concurrence of Authority to be adopted to address maintenance and Defect Liability
Obligation of the Contractor.
11. Payment for Bridge health Monitoring System (BHMS):
Only 70% Payment shall be made after installation, Testing, and submission of First Report of
Bridge Health Monitoring System (BHMS) and remaining 30% payment shall be made on during
maintenance period per year equally on pro rata basis.
Additional Guidelines for maintenance: Annex - II

Page 399 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
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:
Level of Service Frequency Time limit for
Performance Standards and References for Inspection and Data Maintenance
Asset Type (LOS) of Inspect Tools/Equipment Rectification/
Parameter Analysis Specifications
Desirable Acceptable ion Repair
< 0.1 % of
area and Length
IRC 82: 2015 and Distress Identification Manual for Long MORT&H
subject to Measurement Unit
Potholes Nil Daily Term Pavement Performance Program, FHWA 2003 24-48 hours Specification
limit of 10 like Scale, Tape,
(http://www.tfhrc.com/pavement/lttp/reports/03031/) 3004.2
mm in odometer etc.
depth
< 5 %
subject to MORT&H
Cracking Nil limit of 0.5 Daily 7-15 days Specification
sq.m for any 3004.3
50 m length
Flexible MORT&H
Pavement Rutting Nil < 5 mm Daily Straight Edge 15 -30 days Specification
(Pavement of 3004.2
MCW, Service
Corrugations and < 0.1 %
Road, Nil Daily 2-7 days IRC:82- 2015
Shoving of area
Approaches of
MORT&H
Grade < 1 % of
Bleeding Nil Daily 3-7 days Specification
structure, area
3004.4
approaches of
IRC:82-
connecting < 1 % of
Ravelling/Stripping Nil Daily 7-15 days 2015 read with
roads, slip area Length
IRC SP 81
roads, lay byes Measurement Unit
etc. as < 1 m for
like
applicable) any 100 m
Scale, Tape,
section and
odometer etc.
width < 0.1
Edge Deformation/ m at any
Nil Daily 7- 15 days IRC:82- 2015
Breaking location,
restricted
to 30 cm
from the
edge
2000 2400 Bi- Class I Profilometer Class I Profilometer: ASTM E950 (98)
Roughness BI 180 days IRC:82- 2015
mm/km mm/km Annually SCRIM (Sideway- :2004 –Standard Test Method for measuring Longitudinal
Skid Number 60SN 50SN Bi- force Coefficient Profile of Travelled Surfaces with Accelerometer 180 days BS: 7941-1:

Page 400 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Level of Service Frequency Time limit for
Performance Standards and References for Inspection and Data Maintenance
Asset Type (LOS) of Inspect Tools/Equipment Rectification/
Parameter Analysis Specifications
Desirable Acceptable ion Repair
Annually Routine Established Inertial Profiling Reference ASTM E1656 -94: 2006
Investigation 2000- Standard Guide for Classification of Automatic
Pavement Condition Bi-
3 2.1 Machine or Pavement Condition Survey Equipment 180 days IRC:82- 2015
Index Annually
equivalent)
Other Pavement Bi-
2-7 days IRC:82- 2015
Distresses Annually
Deflection/ Falling Weight
Annually IRC 115: 2014 180 days IRC:115- 2014
Remaining Life Deflectometer

Rigid Pavement 2200m 2400mm Bi- IRC:SP:83-


Roughness BI Class I Profilometer ASTM E950 (98) :2004 and ASTM E1656 - 94: 2000 180 days
(Pavement of m/km /km Annually 2008
MCW, Service Skid Resistance no. at
Bi- Annuall SCRIM
Road, Grade different speed of IRC:SP:83-2008 180 days IRC:SP:83-
Skid y (Sideway- force
structure, vehicles 2008
approaches of traffic
connecting Minimum
Speed
road, slip roads, SN
(Km/h) Coefficient Routine
lay byes etc. as 36
50 Investigation
applicable) 33
65 Machine or
32
80 equivalent)
31
95
31
110
MORT&H
Edge drop at
Nil 40m m Daily 7-15 days Specification
shoulders
408.4
<2%
variation in
Length MORT&H
Slope of camber/c prescribed
Nil Measurement Unit 7-15 days Specification
ross fall slope of Daily
like Scale, Tape, 408.4
camber
odometer etc.
/cross fall
Embankment/ <15 %
IRC MORT&H
Slope Embankment variation in
Nil Daily 7-15 days Specification
Slopes prescribe
408.4
side slope
Embankment MORT&H
Nil Nil Daily NA 7-15 days
Protection Specification
Daily
Specially
Rain Cuts/ Gullies in MORT&H
Nil Nil During NA 7-15 days
slope Specification
Rainy
Season

Page 401 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
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:
Sl. Degree of Repair Action
Type of Distress Measured Parameter Assessment Rating
No. Severity For the case d < D/2 For the case d > D/2
CRACKING
0 Nil, not discernible
No Action Not applicable
1 w < 0.2 mm. hair cracks
w = 0.2 - 0.5 mm, discernible from
2
w = width of crack L = slow-moving car Seal, and stitch if L > lm.
Single Discrete Cracks Not Seal without delay
1 length of crack d = depth of w = 0.5 - 1.5 mm, discernible from Within 7days
intersecting with any joint 3
crack D = depth of slab fast-moving car
4 w = 1.5 - 3.0 mm Staple or Dowel Bar Retrofit,
Seal, and stitch if L > l m.
FDR for affected portion.
5 w > 3 mm. Within 7 days
Within 15days
0 Nil, not discernible No Action
1 w < 0.2 mm, hair cracks
Route and seal with epoxy. Staple or Dowel Bar Retrofit.
w = 0.2 - 0.5 mm, discernible from
2 Within 7 days Within 15days
slow vehicle
Single Transverse (or Route, seal and stitch, if L >
w = width of crack L = w = 0.5 - 3.0 mm, discernible from
Diagonal) Crack 3 1 m.
2 length of crack d = depth of fast vehicle
intersecting with one or Within 7 days
crack D = depth of slab
more joints Dowel Bar Retrofit. Within Full Depth Repair Dismantle
4 w = 3.0 - 6.0 mm
15 days and reconstruct affected.
w > 6 mm, usually associated with Portion with norms and
Not Applicable, as it may be
5 spalling, and/or slab rocking under specifications - See Para 5.5 &
full depth
traffic 9.2 Within 15days
0 Nil, not discernible No Action
w < 0.5 mm, discernable from slow Seal with epoxy, if L > 1 m. Staple or dowel bar retrofit.
1
moving vehicle Within 7 days Within 15days
Route seal and stitch, if L> l
w = 0.5 - 3.0 mm, discernible from
2 m.
fast vehicle -
Within 15 days
Single Longitudinal Crack w = width of crack L =
Staple, if L > 1 m. Within 15
3 intersecting with one or length of crack d = depth of 3 w = 3.0 - 6.0 mm
days Partial Depth Repair with
more joints crack D = depth of slab
w = 6.0 - 12.0 mm, usually stapling. Within 15 days
4
associated with spalling
Not Applicable, as it may be Full Depth Repair Dismantle
w > 12 mm, usually associated with
full depth and reconstruct affected
5 spalling, and/or slab rocking under
portion as per norms
traffic
And specifications - See Para

Page 402 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Sl. Degree of Repair Action
Type of Distress Measured Parameter Assessment Rating
No. Severity For the case d < D/2 For the case d > D/2
5.6.4
Within 15 days
0 Nil, not discernible No Action
1 w < 0.2 mm, hair cracks
Seal, and stitch if L > l m.
w = 0.2 - 0.5 mm. discernible from
2 Within 15 days
slow vehicle
Multiple Cracks intersecting w = 0.5 - 3.0 mm, discernible from
4 w = width of crack 3
with one or more joints fast vehicle Dismantle, Reinstate
w = 3.0 - 6.0 mm panel broken into Full depth repair within 15 subbase, Reconstruct whole
4
2 or 3 pieces days slab as per specifications
w > 6 mm and/or panel broken into within 30 days
5
more than 4 pieces
0 Nil, not discernible No Action -
1 w < 0.5 mm; only 1 corner broken Seal with low viscosity
Seal with epoxy seal with
epoxy to
w < 1.5 mm; L < 0.6 m, only one epoxy
2 secure broken parts Within
corner broken Within 7days
w = width of crack L = 7 days
5 Corner Break
length of crack w < 1.5 mm; L < 0.6 m, two corners Full depth repair
3 Partial Depth (Refer Figure
broken Reinstate sub-base, and
8.3 of
w > 1.5 mm; L > 0.6 m or three reconstruct the
4 IRC:SP: 83-2008)
corners broken slab as per norms and
Within 15 days
5 three or four corners broken specifications within 30days
0 Nil, not discernible No Action
1 w < 0.5 mm; L < 3 m/m2 Seal with low viscosity epoxy
2 either w > 0.5 mm or L < 3 m/m2 to secure broken parts.
Punch out (Applicable to
3 w > 1.5 mm and L < 3 m/m2 Within 15days
Continuous Reinforced w = width of crack L =
6 w > 3 mm, L < 3 m/m2 and Applicable, as it may be full Full depth repair - Cut out
Concrete Pavement (CRCP) length (m/m2) 4
deformation depth and replace damaged area
only)
taking care not to damage
w > 3 mm, L > 3 m/m2 and
5 reinforcement.
deformation
Within 30days
Short Term Long Term
0 Nil, not discernible
No action.
r = area damaged 1 r<2% Local repair of areas
Ravelling or Honeycomb surface/total surface of slab damaged and liable to be
7
type surface (%) h = maximum depth of 2 r = 2 - 10 % damaged. Not Applicable
damage Within 15 days
3 r = 10-25% Bonded Inlay, 2 or 3 slabs if
4 r = 25 - 50 % affecting.

Page 403 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Sl. Degree of Repair Action
Type of Distress Measured Parameter Assessment Rating
No. Severity For the case d < D/2 For the case d > D/2
Within 30 days
Reconstruct slabs, 4 or
5 more slabs if affecting.
r > 50% and h > 25 mm
Within 30 days
Short Term Long Term
0 Nil, not discernible
No action.
r = damaged surface/total
1 r<2% Local repair of areas
8 Scaling surface of slab (%) h =
damaged and liable to be Not Applicable
maximum depth of damage
2 r = 2 - 10 % damaged.
Within 7days
3 r = 10 - 20% Bonded Inlay within 15
4 r = 20 - 30 % days
Reconstruct slab within 30
5 r > 30 % and h > 25 mm
days
0
No action.
1 t > 1 mm
2 t = 1 - 0.6 mm Not Applicable
Monitor rate of
3 t = 0.6 - 0.3 mm
deterioration
t = texture depth, sand 4 t = 0.3 - 0.1 mm
9 Polished Surface/Glazing
patch test Diamond Grinding if
affecting 50% or more slabs
5 t < 0.1 mm in a continuous stretch of
minimum 5 km.
Within 30 days
d < 50 mm; h < 25 mm; n < 1 per 5
0 No action.
m2
d = 50 - 100 mm; h < 50 mm; n < 1
1 Partial depth repair 65 mm
per 5 m2 Not Applicable
deep.
d = 50 - 100 mm; h > 50 mm; n < 1
n = number/m2 d = 2 Within 15 days
Pop out (Small Hole), per 5 m2
10 diameter h = maximum
Pothole Refer Para 8.4 d = 100 - 300 mm; h < 100 mm n <
depth 3
1 per 5 m2
d = 100 - 300 mm; h > 100 mm; n <
4
1 per 5 m2
d > 300 mm; h > 100 mm: n > 1 per
5
5 m2
Joint Defects
loss or damage L = Length Short Term Long Term
11 Joint Seal Defects 0 Difficult to discern.
as % total joint length Not Applicable

Page 404 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Sl. Degree of Repair Action
Type of Distress Measured Parameter Assessment Rating
No. Severity For the case d < D/2 For the case d > D/2
No action.
Discernible, L< 25% but of little
immediate consequence with
1 Clean joint, inspect later.
regard to ingress of water or
trapping incompressible material.
Notable. L > 25% insufficient
Clean and reapply sealant
protection against ingress of water
3 in selected locations.
and trapping incompressible
Within 7 days
material.
Severe; w > 3 mm negligible
protection against ingress of water Clean, widen and reseal the
5
and trapping incompressible joint. Within 7 days
material.
0 Nil, not discernible No action.
1 w < 10 mm Apply low viscosity epoxy
resin/ mortar in cracked
2 w = 10 - 20 mm, L < 25% portion.
w = width on either side of Within 7 days
the joint L = length of Partial Depth Repair.
12 Spalling of Joints 3 w = 20 - 40 mm, L > 25%
spalled portion (as % joint Within 15 days Not Applicable
length) 30 - 50 mm deep, h = w +
4 w = 40 - 80 mm, L > 25%
20% of w, within 30 days
50 - 100 mm deep repair. H
5 w > 80 mm, and L > 25% = w + 20% of w.
Within 30 days
0 not discernible, < 1 mm No action. No action.
1 f < 3 mm
Determine cause and
Replace the slab as
2 f = 3 - 6 mm observe, take action for
appropriate.
Faulting (or Stepping) diamond grinding
13 f = difference of level Within 30days
in Cracks or Joints 3 f = 6 - 12 mm Diamond Grinding
4 f= 12 - 18 mm Raise sunken slab.
Replace the slab as
Strengthen subgrade and
appropriate.
5 f> 18 mm sub-base by grouting and
Within 30days
raising sunken slab
Short Term Long Term
H = vertical displacement 0 Nil, not discernible
14 Blow-up or Buckling
from normal profile No Action
1 h < 6 mm

Page 405 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Sl. Degree of Repair Action
Type of Distress Measured Parameter Assessment Rating
No. Severity For the case d < D/2 For the case d > D/2
2 h = 6 - 12 mm Install Signs to Warn Traffic
3 h = 12 - 25 mm within 7 days
Full Depth Repair. Within
4 h > 25 mm
30 days
Replace broken slabs.
5 shattered slabs, i.e. 4 or more pieces
Within 30 days
0 Not discernible, h < 5 mm
No action.
1 h = 5 - 15 mm
h = 15-30 mm, Nos <20%
2 Install Signs to Warn Traffic
joints
H = negative vertical within 7 days
3 h = 30 - 50 mm
15 Depression displacement from normal Not Applicable
Strengthen subgrade.
profile L=length
4 h > 50 mm or > 20% joints Reinstate pavement at
normal level
If L < 20 m.
5 h > 100 mm
Within 30 days
Short Term Long Term
0 Not discernible. h < 5 mm
No action.
1 h = 5 - 15 mm Follow up.
h = positive vertical h = 15 - 30 mm, Nos
2 Install Signs to Warn Traffic
displacement from normal <20% joints
16 Heave within 7 days
profile. 3 h = 30 - 50 mm
scrabble
L = length 4 h > 50 mm or > 20% joints Stabilise subgrade.
Reinstate pavement at
5 h > 100 mm normal level if length
< 20 m. Within 30 days
0 h < 4 mm No action
Grind, in case of new Construction Limit for New
1 h = 4 - 7 mm
construction within 7 days Construction.
H = vertical displacement Grind, in case of ongoing Replace in case of new
17 Bump
from normal profile 3 h = 7 - 15 mm Maintenance construction.
within 15 days Within 30days
Full Depth Repair. Within Full Depth Repair. Within
5 h > 15 mm 30 days 30days
Short Term Long Term
0 Nil, not discernible < 3mm
No action.
18 Lane to Shoulder Drop-off f = difference of level 1 f = 3 - 10 mm Spot repair of shoulder
2 f = 10 - 25 mm within 7 days
3 f = 25 - 50 mm Fill up shoulder For any 100 m stretch

Page 406 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Sl. Degree of Repair Action
Type of Distress Measured Parameter Assessment Rating
No. Severity For the case d < D/2 For the case d > D/2
4 f = 50 - 75 mm within 7 days Reconstruct shoulder, if
affecting 25% or more of
5 f > 75 mm stretch.
Within 30days
Drainage
0 not discernible No Action
Repair cracks and joints
1 to 2 slight/ occasional Nos < 10% Inspect and repair sub-
Without delay.
drainage at distressed
quantity of fines and water Lift or jack slab within 30
3 to 4 appreciable/ Frequent 10 - 25% sections and upstream.
expelled through open days.
19 Pumping
joints and cracks Nos Repair distressed
Nos/100 m stretch pavement sections.
abundant, crack development >
5 Strengthen subgrade and
25%
subbase. Replace slab.
Within 30 days
0-2 No discernible problem No action.
Blockages observed in drains, but Clean drains etc. within 7
Ponding on slabs due to 3 to 4 Action required to stop water
20 Ponding water flowing days, Follow up
blockage of drains damaging foundation within
Ponding, accumulation of water
5 -do- 30 days.
observed
Table -3: Maintenance Criteria for Safety Related Items and Other Furniture Items:
Asset Type Performance Level of Service (LOS) Frequency of Testing Recommended Time limit for Specification
Parameter Measurement Method Remedial measures Rectification s and
Standards
Highway Availability of Safe As per IRC SP :84-2019, a minimum of Monthly Manual Removal of obstruction within 24 hours, in IRC:SP84-
Sight Distance safe stopping sight distance shall be Measurement s case of sight line affected by temporary 2019
available throughout. with Odometer objects such as trees, temporary
Design Desirable Safe Stopping along with encroachments. In case of permanent
Speed, Minimum Sight Distance video / image structure or design deficiency: Removal of
kmph Sight (m) backup obstruction / improvement of deficiency at
Distance the earliest Speed Restriction boards and
(m) suitable traffic calming measures such as
100 360 180 transverse bar marking, blinkers, etc. shall be
80 260 130 applied during the period of rectification.

Pavement Wear <70% of marking remaining Bi- Annually Visual Re - painting Cat-1 Defect –within IRC:35-2015
Marking Assessment as 24 hoursCat-2 Defect
per Annexure-F - within 2 months

Page 407 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service (LOS) Frequency of Testing Recommended Time limit for Specification
Parameter Measurement Method Remedial measures Rectification s and
Standards
of IRC:35-2015
Day time Visibility During expected life Service Time Monthly As per Re - painting Cat-1 Defect – within IRC:35-2015
Cement Road -130mcd / m2 / lux Annexure-D of 24 hours Cat-2
Bituminous Road -100mcd / m2 / lux IRC:35-2015 Defect – within 2
months
Night Time Initial and Minimum Performance for Bi-Annually As per Re - painting Cat-1 Defect – within IRC:35-2015
Visibility Dry Retro reflectivity during night time: Annexure-E of 24 hours Cat-2
Design (RL) Retro Reflectivity (mcd IRC:35-2015 Defect – within 2
Speed / m2 / lux) months
Initial (7 Minimum
days) Threshold
level (TL) &
warranty
period
required up to
2 years
Up to 65 200 80
65 - 100 250 120
Above100 350 150
Initial and Minimum Performance for
Night Visibility under wet condition
(Retro reflectivity):
Initial 7 days Retro reflectivity: 100
mcd / m2 / lux Minimum Threshold
Level: 50mcd / m2 / lux
Skid Resistance Initial and Minimum performance for Bi-Annually As per Within 24 hours IRC:35-2015
Skid Resistance: Initial (7days): Annexure-G of
55BPNMin. Threshold: 44BPN*Note: IRC:35-2015
shall be considered under urban / city
traffic condition encompassing the
locations like pedestrian crossings, bus
bay, bus stop, cycle track intersection
delineation, transverse bar markings
etc
Road Signs Shape and Position Shape and Position as per IRC:67- Daily Visual with Improvement of shape, 48 hours in case of IRC:67-2012
2012.Signboard should be clearly video / image in case if shape is Mandatory Signs,
visible for the design speed of the backup damaged. Relocation as Cautionary and
section. per requirement Informatory Signs
(Single and Dual post
Page 408 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service (LOS) Frequency of Testing Recommended Time limit for Specification
Parameter Measurement Method Remedial measures Rectification s and
Standards
signs)15 Days in case
of Gantry /
Cantilever Sign
boards
Retro reflectivity As per specifications in IRC:67-2012 Bi-Annually Testing of each change of signboard 48 hours in case of RC:67-2012
Mandatory
signboard using Signs, Cautionary
Retro and Informatory
Reflectivity Signs (Single and
Measuring Dual post signs)1
Device. In Month in case of
accordance with Gantry / Cantilever
ASTM D4956- Sign boards
09.
Kerb Kerb Height As per IRC 86:1983 depending upon Bi-Annually m Use of distance raising Kerb eight Within 1 Month RC 86:1983
type of Kerb Reassuring tape
H
Kerb Painting Functionality: Functioning of Kerb Daily Visual with Kerb Repainting Within 7-days RC 35:2015
painting as intended video / image K
backup
Other Road Reflective Numbers and Functionality as per Daily Counting New Installation Within 2 months IRC:SP:84-
Furniture Pavement Markers specifications in IRC:SP:84-2019 and 2019, IRC:35-
(Road Studs) IRC:35-2015, unless specified in 2015
Schedule-B.
Pedestrian Functionality: Functioning of guardrail Daily Visual with Rectification Within 15 days IRC:SP:84-
Guardrail as intended video / image 2019
backup
Traffic Safety Functionality: Functioning of Safety Daily Visual with Rectification Within 7 days IRC:SP:84-
Barriers Barriers as intended video / image 2019,
backup IRC:119-2015
End Treatment of Functionality: Functioning of End Daily Visual with Rectification Within 7 days IRC:SP:84-
Treatment as intended video / image 2019,
Traffic Safety backup IRC:119-2015
Barriers
Attenuators Functionality: Functioning of Daily Visual with Rectification Within 7 days IRC:SP-2019,
Attenuators as intended video / image IRC:119-2015
backup
Guard Posts and Functionality: Functioning of Guard Daily Visual with Rectification Within 15 days IRC: 79 -1981
Delineators Posts and Delineators as intended video / image
Page 409 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service (LOS) Frequency of Testing Recommended Time limit for Specification
Parameter Measurement Method Remedial measures Rectification s and
Standards
backup
Overhead Sign Overhead sign structure shall be Daily Visual with Rectification Within 15 days IRC:67-2012
Structure structurally adequate video / image
backup
Traffic Blinkers Functionality: Functioning of Traffic Daily Visual with Rectification Within 7 days IRC:SP:84-
Blinkers as intended video / image 2019
backup
Glass Flooring & Glass shall be cleaned, transparent, Daily Visual with Rectification 24 hours
Glass Railing without cracks. video / image
backup
If found damaged shall be reported to Daily Visual with Rectification Immediately
Authority and replace immediately and video / image
shall be barricaded immediately. backup
Pedestrian Shall be maintained properly and ready Daily Visual with Rectification Within 7 Days
Facilities for use through the maintenance period video / image
backup
Highway Highway Lights Illumination: Minimum 40 Lux Daily The Improvement in 24 hours IRC: SP:84-
Lighting illumination on the road surface illumination Lighting System 2019,
System level shall be schedule D
measured with
luxmeter
No major failure in the lighting system Daily - Rectification of failure 24 hours IRC: SP:84-
2019,
schedule D
No minor failure in the lighting system Monthly - Rectification of failure 8 hours IRC: SP:84-
2019,
schedule D
Toll Plaza Canopy Minimum 40 Lux illumination on the Daily The Improvement in 24 hours IRC: SP:84-
Lights road surface illumination Lighting System 2019
level shall be
measured with
luxmeter
No major / minor failure in the lighting Daily - Rectification of failure 8 hours IRC: SP:84-
system 2019,
schedule D
Facade lighting Colours and Lux illumination on the Daily The Improvement in 24 hours As per
structure illumination Lighting System Schedule D
level shall be
measured with
Page 410 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service (LOS) Frequency of Testing Recommended Time limit for Specification
Parameter Measurement Method Remedial measures Rectification s and
Standards
luxmeter
No major / minor failure in the lighting Daily - Rectification of failure 8 hours As per
system Schedule D
CC TV Recording shall be continued 24 X 7 and Daily - Rectification of failure 8 hours As per
with Backup of 30 days. Schedule D
No major / minor failure in the lighting Daily - Rectification of failure 8 hours IRC: SP:84-
source of CCTV Cameras 2019,
schedule D
Trees and Obstruction in a No obstruction due to trees Monthly Visual with Removal of trees Immediate IRC: SP:84-
Plantation minimum video / image 2019
including headroom of 5.5 m backup
median above carriageway
plantation or obstruction in
visibility of road
signs
Deterioration in Health of plantation shall be as per Daily Visual with Timely watering and Within 90 days IRC: SP:84-
health of trees and requirement of specifications & video / image treatment. Or 2019
bushes instructions issued by Authority from backup Replacement of Trees
time to time and Bushes.
Vegetation Sight line shall be free from obstruction Daily Visual with Removal of Trees Immediate IRC: SP 84-
affecting sight line by vegetation video / image 2019
and road backup
structures
Inspection Cleaning of toilets, - Daily - - Every 4 hours
Bungalow premise of
inspection
bungalow
including parking
area
Defects in electrical - Daily - Rectification 24 hours
fixtures and
equipment ,DG set,
water and sanitary
installations
Defects in Daily Visual with Rectification 24 hours
electronic video / image
equipment backup
(projector, TV,
Refrigerator,

Page 411 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service (LOS) Frequency of Testing Recommended Time limit for Specification
Parameter Measurement Method Remedial measures Rectification s and
Standards
Washing Machine,
AC, Telephone
facility with
intercom and
networking, Video
conferencing setup,
etc) and furniture
Vehicle for Breakdown of Daily Replacement/Repair 24 hours Schedule-C
Authority vehicle
Other Damage or deterioration in Approach Roads, pedestrian Daily - Rectification 15 days IRC: SP 84-
Project facilities, truck lay-bys, bus-bays, bus- shelters, cattle 2019
Facilities crossings, Traffic Aid Posts, Medical Aid Posts and other
and works
Approach
roads
Table 4: Maintenance Criteria for Structures:
Asset Type Performance Level of Service Frequency of Testing Recommended Time limit for Rectification Specification s and
Parameter (LOS) Measurement Method Remedial measures Standards
Pipe / box / Free 85% of culvert 2 times in a Inspection by Cleaning silt up soils 15 days before onset of monsoon and IRC 5-2015, IRC SP:40-
slab culverts waterway / normal flow area year (before Bridge and debris in culvert within 30 days after end of rainy 1993 and IRC SP:13-2004
unobstructed to available and after rainy Engineer as barrel after rainy season.
flow section season) per IRC SP: season, removal of
35-1990 and bushes and vegetation,
recording of U / s of barrel, under
depth of barrel and D / s of
silting and barrel before rainy
area of season.
vegetation.
Leak-proof No leakage Bi-Annually Physical Fixing with sealant 30 days or before onset of rains IRC SP:40-1993 and IRC
expansion through inspection of suitably whichever comes earlier SP:69-2011
joints if any expansion joints expansion
joints as per
IRC SP: 35-
1990 if any,
for leakage
strains on
walls at
joints.

Page 412 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service Frequency of Testing Recommended Time limit for Rectification Specification s and
Parameter (LOS) Measurement Method Remedial measures Standards
Structurally Spalling of Bi-Annually Detailed Repairs to spalling, 15 days IRC SP 40-1993 and
sound concrete not inspection of cracking, delamination, MORTH Specifications
more than 0.25 all rusting shall be clause 2800
sqm components followed as per IRC:
Delamination of of culvert as SP:40-1993.
concrete not per IRC
more than 0.25 SP:35-1990
sq.m. and
Cracks wider recording the
than 0.3 mm not defects
more than 1m
aggregate length
Protection Damaged of 2 times in a Condition Repairs to damaged 30 days after defect observation or 2 IRC: SP 40-1993 and IRC:
works in good rough stone year (before survey as per aprons and pitching weeks before onset of rainy season SP:13-2004.
condition apron or bank and after rainy IRC SP:35- whichever is earlier.
revetment not season) 1990
more than 3 sqm,
damage to solid
apron (concrete
apron) not more
than 1 sqm
Bridges Riding quality No pothole in Daily Visual Repairs to BC or 15 days MORT&H Specification
including or user wearing coat on inspection as wearing coat 2811
ROBs comfort bridge deck per IRC
Flyover etc. SP:35-1990
as applicable
Bridge - Bumps No bump at Daily Visual Repairs to BC on either 15 days MORT&H Specification
Super expansion joint inspection as side of expansion joints, 3004.2 & 2811.
Structure per IRC profile correction
SP:35-1990 course on approach
slab in case of
settlement to approach
embankment
User safety No damaged or Daily Visual Repairs and 3days IRC: 5-1998, IRC SP: 84-
(condition of missing stretch of inspection replacement of safety 2019 and IRC SP: 40-1993.
crash barrier crash barrier or and detailed barriers as the case may
and guard pedestrian hand condition be
rail) railing survey as per
IRC SP: 35-
1990.

Page 413 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service Frequency of Testing Recommended Time limit for Rectification Specification s and
Parameter (LOS) Measurement Method Remedial measures Standards
Rusted Not more than Bi-Annually Detailed All the corroded 15 days IRC SP: 40-1993 and
reinforcement 0.25 sq.m condition reinforcement shall MORTH Specification
Spalling of Not more than survey as per need to be thoroughly 1600.
concrete 0.50 sq.m IRC SP: 35- cleaned from rusting
Delamination Not more than 1990 using and applied with anti-
0.50 sq.m Mobile corrosive coating
Bridge before carrying out the
Inspection repairs to affected
Unit concrete portion with
epoxy mortar /
concrete
Cracks wider Not more than Bi-Annually Detailed Grouting with epoxy 48 hours IRC SP: 40-1993 and
than 0.30 mm 1m total length condition mortar, investigating MORTH Specification
survey as per causes for cracks 2800.
IRC SP: 35- development and carry
1990 using out necessary
Mobile rehabilitation.
Bridge
Inspection
Unit
Rainwater Leakage – nil Quarterly Detailed Grouting of deck slab at 1 months MORTH specifications
seepage condition leakage areas, 2600 & 2700
through deck survey as per waterproofing, repairs
slab IRC SP: 35- to drainage spouts
1990 using
Mobile
Bridge
Inspection
Unit
Deflection due Within design Once in every Load Test Carry out major 6 months IRC SP: 51-1999.
to permanent limits. 10 years for Method rehabilitation works on
loads and live spans more bridge to retain original
loads than 40m design loads capacity
Rusting of Within design Every month Corrosion Remove rust 7 days
structural and specification meters immediately.
members limits.
Stay Cables No change of As soon as Online Replacement/addition/ 7 days
system stresses beyond monitoring monitoring modification of cables,
acceptable limits system system. if needed.
specified in highlights the

Page 414 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service Frequency of Testing Recommended Time limit for Rectification Specification s and
Parameter (LOS) Measurement Method Remedial measures Standards
approved stress.
designs.
Bolt joints No loose Daily Visual Torquing of bolts to be Immediate. IRC: 24-2010.
Connections connections/ inspection as done with automatic
damaged per IRC torquing machine.
connections SP:35-1990 Damaged bolts to
replaced and torqued
as per design
Gauges / Shall be online Online – all the Online – all Shall be replaced in Immediate.
Sensors/ 24/7/365. time. the time. case of not being online.
BHMS
Vibrations in Frequency of Once in every Laser Strengthening of super 4 months AASHTO LRFD
bridge deck vibrations shall 5 years for displacement structure specifications
due to moving not be more spans more sensors or
trucks than5 Hz than 30m and laser vibro-
every 10 years meters
for spans
between 15 to
30m
Leakage in No damage to Bi-Annually Detailed Replace of seal in 15 days MORTHspecifications2600
Expansion elastomeric condition expansion joint and IRC SP: 40-1993.
joints sealant survey as per
compound in IRC SP:35-
strip seal 1990 using
expansion joint, Mobile
no leakage of rain Bridge
water through Inspection
expansion joint in Unit
case of buried
and asphalt plug
and copper strip
joint.
Debris and No dust or debris Monthly Detailed Cleaning of expansion 3 days MORTH specifications
dust in multi in expansion joint condition joint gaps thoroughly 2600 and IRC SP: 40-1993.
modular strip gap survey as per
seal IRC SP:35-
Expansion 1990 using
joint Mobile
Bridge
Inspection

Page 415 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service Frequency of Testing Recommended Time limit for Rectification Specification s and
Parameter (LOS) Measurement Method Remedial measures Standards
Unit
Drainage No down take Monthly Detailed Cleaning of drainage 3 days MORTHspecification2700.
spouts pipe missing / condition spouts thoroughly.
broken below survey as per Replacement of missing
soffit of the deck IRC SP: 35- / broken down take
slab. No silt, 1990 using pipes with a minimum
debris, clogging Mobile pipe extension of
of drainage spout Bridge 500mm below soffit of
collection Inspection slab. Providing sealant
chamber. Unit around the drainage
spout if any leakages
observed.
Bridge- Cracks / No cracks, Bi-Annually Detailed All the corroded 30 days IRC SP: 40-1993 and
substructure spalling of spalling of condition reinforcement shall MORTH specification2800.
concrete / concrete and survey as per need to be thoroughly
rusted steel rusted steel IRC SP: 35- cleaned from rusting
1990 using and applied with anti-
Mobile corrosive coating
Bridge before carrying out
Inspection repairs to substructure
Unit by grouting / guniting
and micro concreting
depending on type of
defect noticed
Bearings Delamination of Bi-Annually Detailed In case of failure of even 3 months MORTH specification 2810
bearing condition one bearing on any pier and IRC SP: 40-199.
reinforcement survey as per / abutment, all the
not more IRC SP: 35- bearings on that pier /
than5%, cracking 1990 using abutment shall be
or tearing of Mobile replaced, in order to get
rubber not more Bridge uniform load transfer
than 2 locations Inspection on to bearings.
per side, no Unit
rupture of
reinforcement or
rubber
Joints Malfunctioning of Daily Visual Repairs/ Replace to 15 days IRC: SP:69-2011
joints inspection as damaged components
per IRC
SP:35-1990

Page 416 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service Frequency of Testing Recommended Time limit for Rectification Specification s and
Parameter (LOS) Measurement Method Remedial measures Standards
Bridge Scouring Scouring shall not Bi-Annually Condition Suitable protection 1 month IRC SP: 40-1993, IRC83-
Foundations around be lower than survey and works around pier / 2014, MORTH
foundations maximum scour visual abutment specification 2500
level for the inspection as
bridge per IRC
SP:35-1990
using Mobile
Bridge
Inspection
Unit. In case
of doubt, use
Underwater
camera for
inspection of
deep wells in
major Rivers.
Protection Damaged of 2 times in a Condition Repairs to damaged 30 days after defect observation or IRC: SP 40-1993 and IRC:
works in good rough stone year (before survey as per aprons and pitching. 2Weeks before onset of rainy season SP:13-2004.
condition apron or bank and after rainy IRC SP:35- whichever is earlier.
revetment not season) 1990
more than 3
sq. m, damage to
solid apron
(concrete apron)
not more than 1
sq. m
Bridges Aesthetic Any defects/ Monthly Visual All the damaged area Immediate
including Painting deficiency not inspection as shall need to be
ROBs covered above per IRC thoroughly cleaned
Flyover etc. but pointed out SP:35-1990 from then painted
as applicable by Authority/
Engineer
Bridges Any other Daily Visual Repairs/ Replace to 3 Days
including defects/ inspection as damaged components
ROBs deficiency not per IRC
Flyover etc. covered above SP:35-1990
as applicable but pointed out
by Authority/
Engineer
Landslide Removal of Any other Daily Visual All the slide material Removal of slide within 12 hours. IRC:SP:106-2015

Page 417 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM 35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON
NH-503A INCLUDING CABLE STAYED BRIDGE (0.860 KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Asset Type Performance Level of Service Frequency of Testing Recommended Time limit for Rectification Specification s and
Parameter (LOS) Measurement Method Remedial measures Standards
mitigation slides from defects/ inspection shall be removed from Restoration/rectification/replacement
measures the ROW and deficiency not ROW and disposed of to of protection work within 7 days.
repair of slope covered above suitable locations. All
protection but pointed out the damaged
measures by Authority/ components of the
Engineer slope protections
measures shall be
rectified /replaced.
Note: Any Structure during the entire contract period which is found that does not comply with all requirements of this Table will be prepared, rehabilitated or even
reconstructed under the scope of the contractor.
All lighting (Roadway lighting, Façade lighting), BHMS, MBIU, CCTV, Pedestrian facilities shall be maintained for 10 years in good and running condition for complete
maintenance period at contractor’s cost.
Stay and suspension cables, its accessories shall be maintained as per manufactures specifications, Schedule D Thought out the maintenance period at contractor’s
cost.
The superstructure shall be cleaned and painted yearly at Contractor’s cost.
All the slide material shall be removed from the project ROW and the necessary protection measures shall be rectified/replaced as the case may be at contractors
cost.
The MBIU shall be maintained in good working condition at site/location suggested by Client throughout the maintenance period with required manpower, Fuel,
lubricants etc for operation of inspection and maintenance of the bridge and record of use of the machinery shall be maintain in register with video / image backup.

Page 418 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
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/Breast Wall 7 (Seven) days

(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 standards (even those not indicated herewith) along with
MoRT&H specifications shall be binding for all maintenance activities.
Flexible Pavement (CTSB and WMM)
Time limit for
Nature of Defect or deficiency repair/
rectification
(b) Granular earth shoulders, side slopes, drains and culverts
Variation by more than 1 % in the prescribed slope of camber/cross fall (shall not be
(i) 7 (seven) days
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 prescribed side (embankment) slopes 30 (thirty) days
(iv) Rain cuts/gullies in slope 7 (seven) days
(v) Damage to or silting of culverts and side drains 7 (seven) days
24 (twenty four)
(vi) Desilting of drains in urban/semi- urban areas
hours
7 (seven) days
(Restore
(vii) Railing, parapets, crash barriers immediately if
causing safety
hazard)
(c) Road side furniture including road sign and pavement marking
48 (forty eight)
(i) Damage to shape or position, poor visibility or loss of retro- reflectivity
hours
As and when
(ii) Painting of km stone, railing, parapets, crash barriers required/ Once
every year
(iii) Damaged/missing signs road requiring replacement 7 (seven) days
(iv) Damage to road mark ups 7 (seven) days
(d) Road lighting
24 (twenty four)
(i) Any major failure of the system
hours
(ii) Faults and minor failures 8 (eight) hours
(e) Trees and plantation
Obstruction in a minimum head- room of 5 m above carriageway or obstruction in 24 (twenty
(i)
visibility of road signs four)hours
(ii) Removal of fallen trees from carriageway 4 (four) hours
Timely watering
(iii) Deterioration in health of trees and bushes
and treatment
(iv) Trees and bushes requiring replacement 30 (thirty) days
(v) Removal of vegetation affecting sight line and road structures 15 (fifteen) days
(f) Rest area
Every 4 (four)
(i) Cleaning of toilets
hours
24 (twenty four)
(ii) Defects in electrical, water and sanitary installations
hours
(g) [Toll Plaza]
(h) Other Project Facilities and Approach roads
Damage in approach roads, pedestrian facilities, truck lay- byes, bus-bays, bus-
(i) 15 (fifteen) days
shelters, cattle crossings, [Traffic Aid Posts, Medical Aid Posts] and service roads
Page 419 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(ii) Damaged vehicles or debris on the road 4 (four) hours
(iii) Malfunctioning of the mobile crane 4 (four) hours
Bridges
(a) Superstructure
within 48 (forty
eight) hours
within 15
Any damage, cracks, spalling/ scaling Temporary measures
(i) (fifteen) days or
Permanent measures
as specified by
the Authority’s
Engineer
(b) Foundations
(i) Scouring and/or cavitation 15 (fifteen) days
(c) Piers, abutments, return walls and wing walls
(i) Cracks and damages including settlement and tilting, spalling, scaling 30 (thirty) days
(d) Bearings (metallic) of bridges
15 (fifteen) days
Greasing of
(i) Deformation, damages, tilting or shifting of bearings metallic
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
Gathering of dirt in bearings and joints; or clogging of spouts, weep holes and vent-
(ii) 3 (three) days
holes
3 (three) days
(immediately
(iii) Damage or deterioration in kerbs, parapets, handrails and crash barriers within 24 hours
if posing danger
to safety)
(iv) Rain-cuts or erosion of banks of the side slopes of approaches 7 (seven) days
(v) Damage to wearing coat 15 (fifteen) days
(vi) Damage or deterioration in approach slabs, pitching, apron, toes, floor or guide bunds 30 (thirty) days
(vii) Growth of vegetation affecting the structure or obstructing the waterway 15 (fifteen) days
(g) Hill Roads
(i) Damage to retaining wall/breast wall 7 (seven) days
12 (twelve)
(ii) Landslides requiring clearance
hours
24 (twenty four)
(iii) Snow requiring clearance
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.]

Page 420 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annex-II
(Schedule-E)
Annex-II: Tentative guidelines for maintenance of Cable stayed bridge
1. Maintenance may be defined as measurements to guarantee the continuous performance of a
structure at its capacity level. For bridges, maintenance can be defined as ensuring the safe,
unrestrained passage of people, and vehicles as specified in the construction. This is a combination
of planned maintenance, refurbishment, inspection, replacement and the repair of accidental
damage. In another point of view, maintenance work could be regarded as the action taken to
prolong the useful life of a bridge at a minimum cost with least interference to its operational
function. The structural components composing the bridge are subject to a number of potential
hazards that can be categorised into:
• Environmental hazards: Earthquake, strong wind, soil erosion, flooding etc.
• Accidents & incidents: ship or vehicle collision, overloading, fire etc.
• Degradation of materials: fatigue, erosion corrosion, cracking, aging, etc.
• Structural accommodation and construction non conformities
2. The bridge maintenance activities include repairing bent or damaged steel beams, coating
removals & coatings, cracked or spalled concrete, damaged expansion joints, bent or damaged
railings. These activities can entail operation of support vehicles and equipment, pavement repair,
welding and grinding operations, associated pollutants, environmental stewardship practices
under paving, structural pavement failure (dig outs), pavement grinding, concrete slab, spall
repairs etc.
3. The life cycle cost based study of bridge maintenance and rehabilitation is very limited. It is
necessary and urgent to develop appropriate maintenance and rehabilitation strategies that not
only meet serviceability criteria but also consider the life-cycle cost optimization. Maintenance and
rehabilitation are necessary to maintain the safety, serviceability and sustainability of these bridge
structures. In order to optimize maintenance and rehabilitation interventions and achieve a cost-
effective life-cycle performance for in-service cable supported bridges, it is necessary and urgent
to establish sound life-cycle based maintenance and rehabilitation strategies.
4. Preventative bridge maintenance avoids larger scale work in both natural and financial resources.
Preventive maintenance is defined as a planned strategy of cost-effective treatments applied at the
proper time to preserve and extend the useful life of a bridge. Preventive maintenance activities
eligible for funding include sealing or replacing leaking joints; applying deck overlays that will
significantly increase the service life of the deck; painting the structural steel; and applying
electrochemical chloride extraction treatments to decks and substructure elements.
5. Bridge maintenance encompasses:
5.1 Cleaning activities including water flush of all decks, drains, bearings, joints, pier caps, abutment
seats, concrete rails, and parapets.
5.2 Preventive maintenance activities such as painting, coating, sealant applications for routine, minor
deck patching and railing repairs.
5.3 Technical and specialized repairs including jacking up the structures, crack repairs, epoxy
injection, repairing or adjusting bearing systems, repair and sealing of expansion joints, repair or
reinforcement of main structural members to include stringers, beams, piers, pier and pile cap,
cables, abutments and footings, underwater repairs, major deck repairs, major applications of
coatings, sealants.
5.4 Stream channel maintenance including debris removal, stabilizing banks and correcting erosion
problems.
5.5 To maintain and repair bridges, establishing procedures are necessary for early detection of
problems, timely repair, good preventative maintenance and consideration of long term
effectiveness.
5.6 The evaluated urgency of repair, the life-cycle costs, user costs, and minimum requirements of
structural performance, structural risks, traffic and other operational requirements, aesthetics,
environmental risks and ecological pressures can be taken into account for multiple-attribute
planning on all hierarchical levels of the system. The life-cycle analysis and optimization module
involves the data applications for studying the economy of the life cycle and cost-effectiveness of
Page 421 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
optional maintenance, repair and rehabilitation strategies.
5.7 In order to conserve fiscal and natural resources and ensure safety, investing in bridge inspection
for preventative maintenance on such “smart bridge” is essential. The “smartest” bridge to date is
considered in terms of density of sensors, contains sensors, data-collection boxes, and a central
data processing unit. It will count on the investment to help to make smaller, less costly repairs
while problems are still manageable. Engineering data collection will be able to be correlated with
continuous environmental data collection on-site. Some of the bridge maintenance activities that
provide the biggest benefit for the smallest level of investment generally include - Eliminating deck
joints, Repairing or installing new expansion dams on bridge decks, Repairing bridge decks,
Maintaining proper deck drainage, Restoring or replacing bridge bearings, Repairing or replacing
bridge approach slabs, Repairing bridge beam ends and beam bearing areas, Bridge painting etc.
6. Maintaining Activities: -
6.1 Effective bridge deck drainage is important because deck structure and reinforcing steel is
susceptible to corrosion from de-icing salts; moisture on bridge decks freezes before surface
roadways, hydroplaning can occur more easily; and drainage occurs over environmentally
sensitive areas.
7. Bridge Cleaning
7.1 Bridge cleaning consists of cleaning all bridge components that are susceptible to dirt, debris, bird
dropping and de-icing salts. Drainage systems and components subject to dirt or bird droppings
accumulation need to be cleaned regularly by hand tools, air blasting or preferably water flushing.
7.2 Bridge painting/coating/sealing covers all protective and preventative maintenance activities
designed to prevent deterioration of structure components. Components made of non-weathering
steel are generally painted with a multicoated paint system to protect the steel from rust and
corrosion. Bridges painted earlier typically used lead, chromium, or cadmium pigmented paints,
which must be removed according to the guidelines and disposed of as a hazardous waste.
7.3 As an alternative to removal, some toxic based paint is in a condition that permits an over coating
of paint to effectively contain the toxic material and protect the steel. Critical variables which
determine the success or failure of an over coating job include: the condition of the existing paint,
the extent of corrosion on the substrate, the level of surface cleanliness achieved, and the
environment of exposure.
7.4 The removal of lead-containing paint considered the relative cost increases associated with
changing regulations that deal with removal and handling of hazardous debris during bridge
maintenance painting operations. The relative cost of paint material is almost always insignificant
when viewed in terms of the overall cost of the bridge maintenance job. The advantage in the
relative durability of the better coating systems often far outweighs the nominally increased cost
of these materials at the time of application. In general, for moderately to severely corrosive
environments, the most durable options in the coating material and in the surface preparation
system will be the optimum choices from a life-cycle cost standpoint.
7.5 Metallizing is a term used to describe thermal sprayed metal coatings. For corrosion control
coatings on steel structures, metallizing refers to the thermal spraying of zinc or aluminium alloys
as a coating directly onto steel surfaces. Metallized coatings provide corrosion protection to steel
by sacrificial and barrier protection. The coating itself provides a barrier between the environment
and the steel surface, especially when applied in combination with conventional sealers as
topcoats. Due to the electrochemical reaction between steel and zinc or aluminium in an aqueous
and salt-contaminated environment, these coatings tend to “sacrifice” themselves to protect the
steel at the site of any damage in the coating. This sacrificial protection is similar to the protection
provided by zinc-rich primers or galvanizing. The project can be considered successful and
equipment advances enabled metallizing to be done much faster than in the past. Under life-cycle
costing, metallizing can be advantageous despite its cost.
8. Deterioration in cable stayed bridge
8.1 The major hazards of in-service cable supported bridges, including fatigue cracking of orthotropic
steel decks, deterioration of cables, damage of main cables, hangers and expansion joints etc.
Advanced maintenance and rehabilitation tools are introduced to save the life-cycle cost, acoustic
emission monitoring technique and cold retrofit technique are detailed studied. A framework is
provided for the strategies of maintenance and rehabilitation based on life-cycle cost. The
framework takes into account of the safety, serviceability and sustainability during the lifetime of
cable supported bridges. The Cable supported bridges are subject to Fatigue and fracture,

Page 422 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Durability, Life-cycle cost, Maintenance and rehabilitation, Cold retrofit technique, Sustainability.
8.2 Life-Cycle Cost Based Maintenance and Rehabilitation Strategies for Cable Supported Bridges,
Problems mainly include fatigue failure of the orthotropic steel deck, fracture or deterioration of
main cables and hangers, as well as wear and damage of expansion joints, due to wheel loading,
harsh environments and natural hazards. Consequences of traffic closure or even traffic capacity
reduction may lead to inconvenience for users and thus result in significant losses of society and
economy. Therefore, sound maintenance and rehabilitation strategies for cable supported bridges
are important for the purpose of providing an acceptable standard of safety and serviceability, as
well as meeting the sustainability and low carbon energy requirements during their operation
service time.
8.3 Fatigue Cracking of Orthotropic Steel Decks Orthotropic steel decks (OSDs) have been widely used
in cable supported bridges for several decades in parts of the world for they are considerably
lighter, thus allow longer spans to be efficiently designed.
8.4 The complex configurations and direct exposure to repeated vehicular loading lead to relatively
high levels of stress concentration. Many details of OSDs are fatigue-sensitive. Recently, more and
more engineers, researchers, as well as bridge owners pay more attention to the fatigue problem
of the OSDs since a large number of fatigue cracks have been found. Hundreds of fatigue cracks
have been detected in the steel decks.
8.5 Stay cables are made of high strength steel strands and are susceptible to corrosion with the
presence of humidity and oxygen. Under the action of repeated vehicle load, stay cables may
initiate fatigue cracks and in the meanwhile, the buffeting and fluttering vibrations caused by wind
and rain would increase the stress in the stay cables and make the fatigue.
8.6 Test Deterioration of stay cables mainly refers to damage in the cover, corrosion of steel wires,
fatigue of cable and cable anchor systems, and other damages caused by excessive vibration. The
corrosion of stay cables includes uniform corrosion, dent corrosion, crack corrosion, stress
corrosion and corrosion fatigue. Anti-corrosion measures should be made on a case-by-case basis
since each bridge is different in production, transportation, storage, erection and maintenance.
Commonly used PE protective cover of stay cables may deteriorate due to damages such as
transverse cracks, longitudinal cracks, scratches, corrugations and indentations. After these,
corrosion of the steel wire may accelerate. In addition, the actions of wind and rain, or the vibration
of the bridge tower and deck, vibrations such as wake galloping, vortex-induced vibration, rain
vibration, parametric-induced vibration as well as buffeting may occur. Some of these vibrations’
amplitudes are not big, but the frequency is relatively larger while others amplitudes may be big.
Such vibrations of the stay cables are the main cause of fatigue in the vicinity of the anchorages of
cable-stayed bridges and may also damage the corrosion protection system of cables or even lead
to the failure of stay cables.
8.7 The main cables and hangers are essential elements of a suspension bridge and they are also the
most difficult components to maintain. Thus, more attention should be paid to their maintenance
and rehabilitation. A main cable’s damage has always been associated with corrosion. The damage
of hangers has always been associated with corrosion. The vibrations such as buffeting, galloping
and rain vibration or a combination of these.
8.8 As the temperature changes, the girder of cable supported bridges will experience expansion and
contraction which may lead to longitudinal strain in the girder. In the meanwhile, the bridge deck
will produce longitudinal displacements under vehicle loads. In order to meet the requirements of
such strain and deformation, it is necessary to set expansion joints between the bridge girder and
the abutment or between hinged joints. As expansion joints are repeatedly subjected to vehicle
loads, even a very small unevenness can cause a great impact. Expansion joints have been
recognized as weak components in cable supported bridges for a long time. In addition, along with
the rapid increase of traffic volume and the unavoidable phenomenon of overload, the impact of
expansion joints increases. This may accelerate the wear and damage of expansion joints and cause
both economic and social problems in maintenance and rehabilitation during the operation service
time.
8.9 Dehumidification System Steel corrosion is a recognized cause for deterioration in bridge cables
and girders. There were several cases worldwide where rehabilitation and replacement had to be
done due to corrosion problems and these led to enormous costs of bridge maintenance.
Traditional anti-corrosion protection systems for components such as main cables and steel girder
cannot totally prevent corrosion, but merely slow it down. The invention and application of
dehumidification systems have proven to be able to totally prevent corrosion. Generally,

Page 423 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
dehumidification systems can be designed and installed in components such as main cable and
anchor houses of suspension bridges and also at steel girders.
8.10 The cost of maintenance and rehabilitation depends on the reliability level for when the
maintenance and rehabilitation work is to be applied. Thus, formulating a reasonable reliability
level after maintenance and rehabilitation is important to provide an acceptable level of safety and
serviceability during operation service over the entire life cycle.
8.11 Major hazards of in-service cable supported bridges, including fatigue cracking of orthotropic steel
decks, deterioration of cables, damage of main cables, hangers and expansion joints are analysed
in operation condition.
8.12 Advanced maintenance and rehabilitation tools are introduced to save the life-cycle cost, acoustic
emission monitoring technique and cold retrofit technique.
9. Bridge Management Systems (BMS)
9.1 The growth of the bridge stock and the availability of computers have led to the development of
bridge management systems (BMS) for managing the bridges. It is important that bridge
management is brought into consideration at the very beginning of the bridge design stage. Recent
experience has shown that the durability and maintenance should also be addresses along with
safety and serviceability at the design stage itself. It is accepted fact that many parts of the bridges
from bearings, expansion joints, surfacing, etc. to hangers, cable stays and external prestressing
tendons all have to be replaced. Some of these replacements are more than once during the design
lifetime of the bridge. Account should be taken at the design stage so that replacements can be
carried out with ease and with minimum intervention to traffic.
9.2 Bridge structures need to maintain from time to time to brought into service and the people who
are responsible for maintenance are different from those who carry out the design. Therefore, the
maintaining parties need to have a full set of the drawings and maintenance schedules that indicate
the frequency of inspection & maintenance. The maintenance plan should also highlight areas
where something has gone wrong during construction & which need special monitoring.
9.3 Once the bridge is completed, it starts to be exposed under the impaction of both traffic & the
environment. A comprehensive bridge management system is an integrated set of formal
procedure for directing / controlling all activities related to bridges. A bridge management system
should incorporate:-
9.4 A set of data that describes the physical and operating condition of the bridge at any given time.
9.5 A procedure for predicting changes in the bridge condition caused by future deterioration and
improvement work.
9.6 A number of BMS are now being developed, which may comprising of three main modules –
recommendations, optimization and improvement. It is designed only for bridges. It covers only
routine maintenance and deterioration part of the highway bridge management activities.
9.7 The bridge management system is necessary to ensure a rational study of a bridge from conception
to the end of useful life. The bridge is planned to be inspected as per requirement. The cables will
have a monitoring system which may consists of laser vibrometer to monitor structural of the
cables. It measures the cables under excitation, or prevailing wind conditions. The vibrometer
allows the evaluators to target more than one cable from a single setup. For maintenance, the type
of cable is most important in dealing with corrosion protection and cable anchorage. The option to
protect the cable from corrosion is using polyethylene pipe to enclose epoxy coated cables.
9.8 The long term condition assessment of cable & bridge decks on the structural health monitoring
techniques shall improve predictions of deterioration over the service life and guide future
decision making on bridge maintenance & repair.
9.9 The Routine/Regular inspections & other activities of the bridge & its components shall be carried
out as per IRC SP-18, IRC-SP-35, IRC-SP-52 and relevant guidelines issued by MoRTH from time to
time. The contractor shall hand over two complete & durable sets of ‘as built ‘drawings & designs
duly signed by contactor & Authority Engineer to the Authority at the time of issue of completion
certificate. The contractor shall carry out NDT on each & every components of bridge before
opening to traffic and furnish the same to the Authority. Based on these data, ‘Principal /Detail
‘inspections shall be done an interval of 5 years or twice in the defect liability period.
10. Maintenance of Cable Stay Bridge Components:
10.1 The Contractor shall prepare a manual providing information about the basic demands on the

Page 424 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
components used in the bridge, the construction of the bridge, and suggestions about the
inspection procedures based on recommendations of suppliers and manufacturers. The major
inspection should include the following:-
• Cable enclosure: A careful examination of the main cables is necessary to ensure that their
protective covering is in good condition. Cracking and unsoundness are the main problems of the
cable enclosure.
• Damping system: Damping system should be inspected to ensure that they are performing as the
original design required. The operation and adjustment of the damping system should be executed
according to the suggestions by the manufacturer and should be part of the maintenance
procedures of the structure. The damping system may need to be replaced if the dampers are
seriously deformed. The maintenance of the damping system should base on the manual of the
manufacturer.
• Cable anchorages: The anchorages should be inspected for water tightness; drainage between
guide transition pipes; and corrosion protection of the anchor system.
• Cables: To accurately determine the load – carry – capacity of the main cables, non-destructive
testing is required. First the alignment is inspected. The strength of the stay is kept under the deign
value.
• Cables: If the steel cables are wrapped inside a grout pipe, no maintenance is possible. Maintaining
of the protection means maintain the cable inside. Periodic maintenance of a cable-stayed bridge
includes repainting of cable enclosures or rewrapping of polyethylene cable enclosures. Painting
of metal enclosures is about every 15 to 20 years but the time varies depending on the
environmental and site conditions. Repairing should be compatible to the original paint system.
The wrapping tape should be rewrapped every 5 to 7 years.
• Anchorage Protection: The waterproofing system at the connection is crucial to the cable and any
defect in this part should be repaired immediately. Again, the recoating should conform to the
original coating of the system.
• Cable-stayed force adjustments: Maintenance should include the measurement of the forces
distributed on the cables to ensure no single cable is experiencing abnormal excess force. If the
long-term behaviour of the bridge is differs from that assumed in the design, cable-stay force
adjustments may be required. Any readjustment of stay forces should be performed by
experienced technicians based on the original design.
• Vibration adjustment: Vibration should be measured at constant time intervals and should be
compared to the operational manual. Excessive vibration of the cable could result in damage to the
whole bridge. The main forces inducing vibration are the wind forces and water dropping on the
cables. If vibrations are excessive, adjustments to the damping system should be made. Solution to
the problem is correction on the damping system. Again, corrective measurements should be
performed by professionals.
• Cable protection: Cable protection protects the cable not only from moisture but also temperature
variations, ultraviolet attack, and environmental corrosions. Protection has the tendency to put
more importance on the grout or oil surrounding the stays. They are crucial in extending the life
expectancy of the cables.
• Retensioning of cables: The retensioning procedure for cable-stayed should be incorporated to the
original design. Actually, retensioning of the cables should be required as a design requirement.
Variations during construction, differences between expected and actual material properties all
require re-examine of the tension of the cable stays and retensioning is often needed. Retensioning
should be executed only under experienced engineers and under a proper designed maintenance
program.
• Cable replacement: In modern cable-stayed bridge designs, complete cable replacement under
traffic is required in the design stage. The cable replacement is a major rehabilitation work of the
bridge should also be investigated as part of the rehabilitation program.
11. Inspection Procedures
11.1 Abutments: Footings should be checked for the potential of scour or undercutting. The inspection
should normally be done at the season of the lowest water level. Scour or undercutting of a pier on
piles can be quite serious, and hence exposed piles should be properly inspected. Exposed concrete
should be examined for the presence and severity of cracks and visual signs of deterioration. Tops

Page 425 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
of piers and abutments are particularly vulnerable to de-icing chemical attack. Steel partially
encased in substructure concrete should be inspected at exposed faces for deterioration and
movement. If any movement or settlement is suspected, piers and abutments should be observed
and compared with previous records.
11.2 Piles: The piles in the splash zone and below the water surface should be checked for corrosion
and deterioration. All submerged piles should be checked for deterioration and section loss, with
special attention to exposed piles. Corrosion of exposed piles can be more severe at the terminus
of concrete encasement, at the waterline and at the middle.
11.3 Bearings: Bearings should be re-examined after unusual events such as traffic damage, earthquake,
or battering from flood debris. The inspection should focus on the physical condition of bearing
pads, including any abnormal flattering, bulging, or splitting that may result in uneven distribution
of loads. The concrete at bearing seats should be checked for cracks and spalls.
12. Maintenance and rehabilitation:
12.1 Foundation settlement: Uneven settlements usually lead to cracking of the substructure. Uniform
settlement may leave the unit intact and result in a change of bridge elevations or a tilt of the
substructure elements. Tilting of the substructure often contributes to either closure or opening of
the deck joints over the tilted substructure, making joint replacement necessary.
12.2 Scour: Protective materials to be placed around a scoured foundation must be sufficient stable to
resist the hydraulic forces causing the scouring in the first place. The most commonly used repair
methods include dump riprap, hand-laid riprap bagged concrete and cofferdams.
12.3 Pile repair: Although prestressed concrete piles show better resistance to the chemical because of
their dense, high-quality concrete cast under controlled conditions and the fact is that the concrete
is under compression. They are not immune to deterioration. A jackets built over the deteriorated
area is the most common method adapted while pile deteriorated.
12.4 Prestressed Concrete: Prestressed concrete offers many advantages as a material for bridge
construction such as better durability. Like steel, or any other material for that matter, prestressed
concrete requires a thorough and attentive maintenance program to ensure that the structure
serves its function at a high level of performance.
13. Inspection procedures of Prestressed Concrete Structure:
13.1 Basic features or conditions which should be identified by the inspector can be defined as:
cracking, wet spots, spalling, and excessive deflection, presence of efflorescence, scaling and
settlement or uplift of the structure. Of particular concern is the condition of the prestressing
tendons. Advanced methods based on non-destructive evaluation, such as ultrasonic, electrical,
and radiographic techniques can be used to indicate possible delaminations in the concrete or
corrosion to the prestressing steel. Anchorage zones and beam ends should then be constantly
inspected. These areas are particularly susceptible to joint leakage and the intrusion of water at
the anchorage. In addition to moisture, anchorage zones are also susceptible to cracking due to
high stress at this location.
13.2 Deterioration of prestressed concrete: Provided below is an outline of some of the major forms of
deterioration prestressed Concrete members are subject to:
a) Cracking
b) Deterioration of prestressing steel
c) Another source of deterioration is the deck joint leakage
13.3 Rehabilitation of prestressed concrete: These both protect and repair a prestressed concrete
structure. One basic step is to repair and replace the deficient joints. A preliminary assessment of
damage should include a brief analysis of the approximate strength of the member and then a
complete capacity analysis should follow to articulate stress levels in the damage section.
Discussed below are some basic methods to repair damage to prestressed concrete members:
i. Patching. For small, localize areas of deterioration, patching offers a quick low cost remedial
measure. If the patch is located in an area that is normally in compression, the member should
be preloaded to simulate the effects of live load on the structure.
ii. Crack injection: When an element is subjected to an overload condition which induces
cracking, the injection of epoxy resin is often a suitable repair method. On the other hand, if
the crack is subjected to constant loads, then the crack injection is not recommended since the

Page 426 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
crack is likely to reappear.
iii. Permanent formwork: If the prestressed concrete member has suffered from accidental
damage which caused the exposure of the prestressing steel, permanent formwork is often
used. Sometimes jacketing of the damaged area with concrete is used. In essential, both of
these repairs are similar to patch.
iv. Sealers: Concrete sealers are used to protect the underlying concrete from being intruded by
moisture.
v. Strengthening: Methods include bonded external reinforcement, tendon replacement and
external posttensioning.
vi. Influence of maintenance on the design of highway structures:
vii. The design considerations could help a bridge serviceable at a minimum cost throughout its
operational life.
14. Low-maintenance design:
14.1 To design a low maintenance bridge, the designs must be realistic and pragmatic of the parts that
have directly contact with the traffic. Hence, all such parts should be designed to be inspected and
replaced easily and rapidly. This means every part of the bridge should be designed for rapidly
inspection and reparation. The best way to ensure rapid defect identification and reparation is to
provide easy access to every part of the bridge for future maintenance workers. Serious loss of
strength exacerbated because the economical use of materials and excessive deflections can ensue,
leading to troublesome and expensive maintenance operations. In most optimistic cases, the time-
dependent properties should be studied to decide maintenance procedures afterwards. It should
be stressed that maintenance as well aesthetics should be considered in the design stage of bridges.
An expensive bridge that will cheap to maintenance and will last for a longer time must be shown
in the long run cheaper than a cheaper bridge in construction but cost a lot to maintenance and
last a much shorter time.
15. Practical design considerations
15.1 Elimination of roadway irregularities: As all the joints must be brought up to the surface as well as
the joints often shorter life span than other parts of the bridge, the best way to eliminate such joint-
related problems is to have as few joints as possible. Changes of level often occur in the point where
approach meets bridge. Firstly, different compaction of the pavement will be prevented if the full
depth of paving is carried from the approach on to the bridge without reduction. Secondly,
approach embankments should be constructed in advance, to preload the ground and the
consolidation could be prevent after the pavement is constructed. Thirdly, abutments and wing
walls should be designed so that compaction machinery could operate effectively.
15.2 Design for parts accessible to traffic: The functions of joints, surfacing drainage, parapets, lighting
and traffic aids merely assist to traffic for safely & smoothly. They contribute substantially to the
service a bridge provides to the traffic passing through and should be designed based on the
consideration of low maintenance cost.
15.3 Joints: Volume changes may be caused by temperature variations, loss of prestress, and shrinkage.
A typical bridge may be approximately 1 in longer per 100 ft of length in the summer than in the
winter. Forces, such as centrifugal and longitudinal vehicle force, traction, earthquake, wind, earth
pressure, and ice loads all cause movements in the conjunction. AASHTO stipulates that thermal
movement must be provided for at the rate of 1.25 in/100 ft. Types of joints developed for this
purpose vary from open joints, simple planes or weakness, and elastic joints to sliding bar joints.
The joints must be represent the state-of-the-art approach to accommodating the complex
movements in a bridge. Deterioration of expansion joints from continuous use must be accepted.
Designing multi-span bridges as continuous and reducing the number of joints. To evenly
distribute the movement, restrainer belts across joints could redistribute the movement to other
joints. The joint should be designed to carry traffic impact without appreciable defection. In a
desirable condition for low-maintenance design, joints should have a life expectancy the same as
the roadway deck. Some suggested guidelines for joints are summarized as follows:
15.4 Seating’s should be provided to support the joints where joints have to be used. Joint seals could
then base on solid concrete rather than on mortar that is likely to break under traffic. Use more
holding-down bolts than theoretically necessary to ensure that the joints are firmly embedded in
strong structural concrete. Provide the minimum number of expansion joints possible, consistent
with the concept of integral bridges. Continuous bridges with integral abutments are the most

Page 427 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
practical method. Use oversized expansion joints to accommodate anticipated movements. The
movement should include creep and shrinkage effects. A conservative factor of design is 1.25.
Detail a joint to limit deflection under traffic loads and prevent failure of the anchorage system.
Enhance joint water tightness: With open joints, use deflector plates to protect the bearings.
Because joints are open to damage from debris and dirt, make provisions for maintenance and
cleaning. If the joint design is the contractor's responsibility, introduce performance specifications.
Although cost may be increased, this would improve performance. Provide relief joints at the
bridge ends 30 to 50 ft. away from the bridge ends to reduce force from pavement growth. Include
quality control of all materials, process, and fieldwork, and specify appropriate non-destructive
inspection and testing procedures. Prepare instructions and specifications for the installation of
the expansion joint devices. Finally, joint seal anchor bolts can be fixed with nuts tightened to
tension the anchor bolts to simplify the operation of replacing the joints when it has to be replaced
the day it wears out.
16. Mechanical and electrical equipment:
16.1 Operation parts normally require ongoing maintenance and repair. This means that a preventive
maintenance program must be developed for equipment such as Parapets, lighting and traffic aids
should be designed easy to move and replace and at the same time, be constructed of corrosion-
resistant material. Electric supplies should be ducted, with draw pits and inspection chambers.
16.2 4. Bearings: Bearings in a bridge transmit the various vertical and horizontal forces from the
superstructure to the substructure. Bearings must be designed for both the static loads from the
dead weights of the structure and the dynamic loads generated by passing vehicles, wind,
temperature variations, tractive forces, and earthquakes. The bearings are expected to function
without maintenance for a long period of time. Therefore, they must be properly inspected at
regular intervals because the stability and integrity of the entire structure depend on this.
Monitoring of the movement of the structure and observing the substructure and superstructure
members for signs of distress still is the best way to detect bearing dysfunctions.
16.3 Durable concrete: The durability of concrete is determined by four factors: cement content,
compaction, cover and curing. Practically, strength requirements for concrete can be achieved
using concrete insufficient for durability. Concrete quality may be further enhanced by the use of
air-entraining. Durable concrete may be obtained with the use of proper aggregates and vibration
to ensure placement without voids or rock pockets, and by following acceptable curing procedures.
Adequate cover can be assured by choosing a design with allowance for site errors.
16.3.1 Substructures and foundations:
The major bridge failures worldwide, more than 45 percent of these bridge related incidents are
attributed to scour. This suggests that measures to reduce the severity of this problem should be
considered in the planning stage by selecting a bridge site to minimize scour action. A review of
substructure history of existing bridges in the same vicinity and waterway may provide useful data
and guidelines with regard to the best protective philosophy.
16.3.2 Concrete bridge decks:
It appears that the deterioration of concrete bridge decks is the most frequently mentioned
problem. The main cause being salt-induced corrosion of the reinforcing steel. For reducing
concrete deck maintenance, the following are recommended:
1 . Emphasize the importance of quality control and place of reinforcing steel on plans and in the
specifications. Specify a water-cement ratio no greater than 0.4 combined with air
entrainment. Also, specify a minimum clear cover to the top steel of 2 inch.
2. Specify epoxy-coated bars in all decks to be subjected to salt applications. All reinforcing steel
in the deck should be coated to prevent formation of corrosion.
3. Specify high-density, low-slump concrete or latex-modified concrete with low permeability for
overlays. Past experience and research indicate that chloride intrusion will continue but at a
reduced rate.
4. In addition to the requirements specified above, use epoxy-coated bars on particular
vulnerable structures, such as segmental bridges, and on bridges carrying high volume traffic.
16.3.3 Reinforced and prestressed concrete: To improve maintenance, a number of recommendations
for detailing of reinforced concrete are listed below:
1. Ensure that areas of secondary reinforcement provided are sufficient to cope with early

Page 428 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
thermal cracking.
2. Provide suitable reinforcement at member junctions so that the actual restraints are
recognized, as opposed to the perhaps more pessimistic assumptions about mutual restraints
made in the design of the individual elements themselves.
3. Consider to use deeper but less heavily reinforced members.
4. Ensure adequate concrete cover to anchorages.
5. Ensure adequate cover to ducts along their whole lengths.
6. Take all possible steps in detailed design to ensure adequate grouting of ducts.
7. For both pre- and post-tension construction, ensure that anti-bursting steel in anchorage
zones is adequate and well detailed to avoid congestion.
8. For large segmental bridges, it may be necessary to modify the prestress force after
construction. Additional prestressing may also be dictated at a later date to correct for
unanticipated creep or for additional loads such as a new wearing surface. The
recommendation is to provide for the installation of additional prestress of about 10 percent
of the initial prestress. Since the tendon anchorage for the spare ducts are inside the box girder
and generally located at the web flange fillet, they are easily accessible. If future prestressing
becomes necessary, it can be provided by inserting the required tendon in the duct, jacking it
to the design loads, anchoring and grouting it.
17. Tools & Plants:
17.1 The contactor shall ensure the availability of all tools & plants at site/camp to carry out
maintenance of Cable Stayed Bridge during DLP:
I. Hand tools
II. Power tools
III. Power tools cleaning to bare metal,
IV. Blast Cleaning tools,
V. Shrouded Power Tools,
VI. Proper lighting network
VII. MBIU
VIII. Remote Sensing Drones
IX. Cable Dehumidifiers on anchor nodes: The main cables dehumidification involves
injecting dry air into the cables micro-environment & allowing the air permeate into the
interstitial spaces (voids) between the individual cable wires. It addresses root causes of
corrosion by removing water and therefore control the humidity within the cable.
X. Fire Extinguisher System
XI. All safety accessories for workers
XII. xii. Lift/elevators
XIII. xiii. Specialised Inspection vehicles
XIV. xiv. Rescue navigational system
XV. xv. Others tools tec. Decided by Authority Engineer
18. Scheduling Maintenance and Repair:
There are times of the year when the effects of pollution from bridge maintenance and repair
would cause the most damage and times when the damage would be minimal. The exact timing
depends upon the site and the species involved. Schedule bridge maintenance to avoid egg
incubation, juvenile rearing and downstream migration periods of fish. Using prefabricated bridge
elements and systems makes construction less disruptive for the environment. Bats are primary
predators of vast numbers of insect pests that are extremely costly to farmers and foresters. The
successful control of pollution from bridge maintenance and repair involves minimizing the
potential sources of pollutants from the outset.
19. Conclusions:
Page 429 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Initial cost is mainly considered in constructing a bridge in the past, whereas future payments such
as the cost of strengthening or rehabilitation were neglected. This situation has brought numerous
economic as well as social problems due to the lack of rational maintenance and rehabilitation
strategies. Thus, it is necessary and urgent to develop appropriate bridge maintenance and
rehabilitation strategies that not only meet serviceability criteria but also consider the life-cycle
cost (LCC) optimization. As for bridge management, new technologies such as GIS and Imaging
Technologies have immense potential in implementing BMS objects. Non-destructive evaluation
will also gain more importance in determine bridge status. Besides these new developed
technologies, probability is crucial in determine total cost of a bridge and should be combined with
other engineering information to give the best results. These methods give the BMS lots of space
to be discovered. The concept of maintenance is sure to get more and more consequence and it
really deserves engineers today to pay more attention especially on long life structure.

Page 430 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
SCHEDULE-F
(See Clause 4.1 (vii) (a))
APPLICABLE PERMITS
1 Applicable Permits
1.1 The Contractor shall obtain, as required under the Applicable Laws, the following Applicable
Permits:
(a) Permission/clearance from of the State Government/SEIAA/DEIAA for extraction of
boulders from stone quarries and borrow areas;
(b) Permission of Village Panchayats and Consents from State Pollution Control Board for
installation of crusher (for fixed and/or mobile crushers);
(c) Licence for use of explosives for blasting,
(d) Labours licence /permits
(e) Permission of the State Government/Ground Water Authority for drawing water for
construction;
(f) If any additional dumping site involving private land / govt land for dumping site is
required in addition to already provided, the contractor may take permission for the same
from concerned owner of private land / state government/ local administration as the
case may be.
The cost of permission and developing this site and any other cost incidental to use of such
dumping site shall be borne solely by contractor.
(g) Permission from Village Panchayat for establishing construction/stack yard/labour
camp(s).
(h) Consents of State Pollution Control Board for setting up batching plant;
(i) NOC of Village Panchayats and Consents of State Pollution Control Board for setting up
asphalt plant;
(j) Any other permits or clearances required under Applicable Laws.
1.2 Applicable Permits, as required, relating to environmental protection and conservation shall have
been procured by the Authority in accordance with the provisions of this Agreement.

Page 431 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

SCHEDULE-G
(See Clauses 7.1 and 19.2)
Annex-I
(See Clause 7.1)
Form of Bank Guarantee
Performance Security/Additional Performance Security
Chief Engineer (North -1),
Ministry of Road Transport & Highways,
Room No.- 321, Transport Bhawan, 1- Parliament Street,
New Delhi – 110001
Phone 011-23724820; e-mail: [email protected]
WHEREAS:
(a) _________________________ [name and address of contractor] (hereinafter called the “Contractor”) and
Ministry of Road Transport & Highways, Govt. of India (hereinafter called the “Authority”)
have entered into an agreement (hereinafter called the “Agreement”) for “Construction of
Missing Link from Birhu to Lathiani into 4-Lane & paved shoulder configuration from Km
35/550 (Design Chainage 0.000) to 42/800 (Design Chainage 8.153) on NH-503A including
Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar Reservoir and its
approaches in Himachal Pradesh 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 / Defects Liability Period and Maintenance Period} (as defined in the
Agreement) in a sum of Rs….. cr. (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 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 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 National Highways Authority of India], 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 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 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, fulfilment and / or performance of all or any of the

Page 432 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
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
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 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 ****$. 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 authorised 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 paragraph 8 above or until it is released earlier by the Authority
pursuant to the provisions of the Agreement.

Signed and sealed this ………. day of ……….., 22……… at ………..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:

(Signature)

(Name)

(Designation)

(Code Number)

(Address)

NOTES:
1. The bank guarantee should contain the name, designation and code number of the officer(s)

Page 433 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
signing the guarantee.
2. 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.
$ Insert date being 2 (two) years from the date of issuance of this Guarantee (in accordance with Clause 7.2
of the Agreement).

Page 434 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Annex–II
(Schedule - G)
(See Clause 19.2)
Form for Guarantee for Advance Payment
To
Chief Engineer (North -1),
Ministry of Road Transport & Highways,
Room No.- 321, Transport Bhawan, 1- Parliament Street,
New Delhi – 110001
Phone 011-23724820; e-mail: [email protected]
WHEREAS:
(A) [name and address ochf contractor] (hereinafter called the “Contractor") has executed an
agreement (hereinafter called the “Agreement”) with the Ministry of Road Transport &
Highways, Govt. of India (hereinafter called the “Authority”)for “Construction of Missing Link
from Birhu to Lathiani into 4-Lane & paved shoulder configuration from Km 35/550 (Design
Chainage 0.000) to 42/800 (Design Chainage 8.153) on NH-503A including Cable Stayed
Bridge (0.860 Km) on Back Water of Govind Sagar Reservoir and its approaches in Himachal
Pradesh on EPC mode”, subject to and in accordance with the provisions of the Agreement.
(B) In accordance with Clause 19.2 of the Agreement, the Authority shall make to the Contractor an
interest bearing @Bank Rate + 3% advance payment (herein after 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”)$.
(C) 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.------------crore)
(the “Guarantee Amount”).

$ The Guarantee Amount should be equivalent to 110% of the value of the applicable instalment.
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 instalment 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 National Highways Authority of India], that the Contractor has committed default in the due
and faithful performance of all or any of its obligations for the repayment of the instalment 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 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 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.
Page 435 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
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 ****.$ 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 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.

Signed and sealed this ………. day of ……….., 22……… at ………..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:


(Signature)
(Name)
(Designation)
(Code Number)
(Address)

NOTES:
1. The bank guarantee should contain the name, designation and code number of the officer(s)
signing the guarantee.
Page 436 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
2. 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.
3. The bank shall be any bank listed in the list of nationalized / Govt banks only but not any
scheduled commercial private banks.

$ 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).

Page 437 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
SCHEDULE-H
See Clauses 10.1 (iv) and 19.3
1 Contract Price Weightages
1.1 The Contract Price for this Agreement is Rs. *******.
1.2 Proportions of the Contract Price for different stages of Construction of the Project Highway shall be
as specified below:
Item no. Weightage Stage for payment Percentage
in Weightage
percentage
to the
Contract
Price
B.1- Reconstruction/ New 4-lane realignment/ bypass (Flexible
pavement)
(1) Earthwork up to top of Embankment Top Layer 29.58%
(2) Sub-Grade Layer 0.58%
(3) Sub Base Course 17.13%
Road works (4) Non-Bituminous Base Course 10.92%
including (5) Bituminous Base Course 12.11%
culverts, widening 11.54% (6) Wearing Coat 10.12%
and repair of C.1- Reconstruction/New service road/Link Road (Flexible
culverts. pavement)
(1) Earthwork up to top of Embankment Top Layer 0.61%
(2) Sub-Grade Layer 0.09%
(3) Sub Base Course 1.76%
(4) Non-Bituminous Base Course 0.94%
(5) Bituminous Base Course 1.21%
(6) Wearing Coat 0.96%
D) Re-Construction and New culverts on existing road,
realignments, bypasses:
Culverts (length < 6 m) 13.97%
A.2- New Minor Bridge
i) Foundation +Sub-Structure: On completion of the 26.08%
foundation work including foundations for wing and
return walls, abutments, piers upto the
abutment/pier cap.
ii) Super-structure: On completion of the 8.03%
super-structure in all respects including
wearing coat, bearings, expansion
joints, handrails, crash barriers, road signs &
markings tests on completion etc. complete in all
respect.
iii) Approaches: On completion of approaches 6.97%
Minor including Retaining walls, stone pitching, protection
Bridges/Under works complete in all respect and fit for use.
3.83%
passes/Over B.2(i)- New Underpasses
pass/Aqueduct` i) Foundation +Sub-Structure: On completion of the 8.36%
foundation work including foundations for wing and
return walls, abutments, piers upto the
abutment/pier cap.
ii) Super-structure: On completion of the 4.17%
super-structure in all respects including
wearing coat, bearings, expansion
joints, handrails, crash barriers, road signs &
markings tests on completion etc. complete in all
respect.
iii) Wearing Coat 0.40%
iv) Approaches: On completion of approaches 22.60%
including Retaining walls, stone pitching, protection

Page 438 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Item no. Weightage Stage for payment Percentage
in Weightage
percentage
to the
Contract
Price
works complete in all respect and fit for use.
B.2(ii)- New overpasses
i) Foundation +Sub-Structure: On completion of the 6.59%
foundation work including foundations for wing and
return walls, abutments, piers upto the
abutment/pier cap.
ii) Super-structure: On completion of the 4.52%
super-structure in all respects including
wearing coat, bearings, expansion
joints, handrails, crash barriers, Cross road over the
Over pass and Aqueduct Road signs & markings tests
on completion etc. complete in all respect.
iii)Wearing Coat 0.11%
iv) Approaches: On completion of approaches 12.17%
including Retaining walls, stone pitching, protection
works complete in all respect and fit for use.
Major Bridge 65.22% A.2(i)- New 4-lane Major Bridge (Cable Stay Portion)
(length >60 m) i) Foundation 10.68%
works and ROB/ ii) Sub-structure
RUB/ elevated a) Abutment/ Pier 0.34%
sections/flyovers b) Pylon (up to Deck level) 2.21%
including iii)Super-structure (including bearings)
viaducts, if any (a)Pylon (Above deck level) 2.00%
(b)Segment in casting 7.93%
(c)Segment in erection including internal Pre-
stressing 18.49%
(d)Pylon Stay cable supply 4.88%
(e)Pylon stay cable installation including stressing 9.07%
(f)Pedestal & Bearing 0.02%
g) Wearing Coat including expansion joints 0.42%
h) Miscellaneous Items like handrails, crash
barriers, road markings etc.)
i) Crash Barrier and Jersey Barrier 0.29%
ii) Anti-glare 0.03%
iii)Steel Handrail 0.09%
(i) Theme lighting on cable stay bridge 5.05%
(j) BHMS 4.33%
(m) Approaches (including Retaining walls, stone 0.05%
pitching and protection works)
A.2(ii)-Viaduct portion of Major Bridge
i) Foundation 6.15%
ii) Sub-structure 1.16%
iii)Super-structure(including bearings)
(a)Segment in casting 4.62%
(b)Segment in erection including internal Pre-
stressing 6.93%
(c)Pedestal & bearing 0.21%
(d) Wearing Coat including expansion joints & 0.26%
Drainage Spouts
(e) Miscellaneous Items like handrails, crash barriers,
road markings etc.)
i) Crash Barrier and Jersey Barrier 0.19%
ii) Anti-glare 0.02%
iii)"W" Metal Beam Crash Barrier 0.07%

Page 439 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Item no. Weightage Stage for payment Percentage
in Weightage
percentage
to the
Contract
Price
(viii) Approaches (including Retaining walls, stone 0.04%
pitching and protection works)
C.2- Via Duct cum Bridge
i) Foundation 6.31%
ii) Sub-structure 1.06%
iii)Super-structure 5.40%
(including bearings)
iv) Wearing Coat including expansion joints 0.15%
v) Miscellaneous Items like handrails, crash barriers, 0.16%
road markings etc.)
vi) Wing walls/return walls 0.11%
vii) Approaches (including Retaining 1.29%
walls/Reinforced Earth wall, stone pitching and
protection works)
Other Works 19.41% 1) Toll Plaza including rigid pavement 6.92%
2) Road side drains
(i)RCC Drain Cum Footpath 2.78%
(ii)PCC Lined drain along road 0.66%
(iii)PCC catched drain on slope berm including chute 0.75%
drain
(iv)PCC line drain behind retaining structure in fill 1.15%
area
3) Road signs, markings, delineators, raised pavement 7.76%
marking, km/ hecto-meter/5th km stones, MCB, steel
railing, Anti-Glare Devices in Median, RCC new jersey
crash barrier, etc.
4)ATMS 1.99%
5)Highway & Project Lighting 1.20%
6) Project Facilities
a) Pickup Bus Stop 0.37%
b) Truck lay-byes 1.20%
c) Inspection Bungalow 2.17%
d)Vehicle facilities for Authority 1.68%
e) Rainwater harvesting 0.07%
f) Junctions including Protection Work. 5.46%
7) Roadside plantation 0.04%
8) Slope Protection works. (RCC Retaining wall/PCC
Toe wall/PCC Breast wall/Gabion Wall/Geocell
Fascia Reinforced soil wall) other than approaches to
the bridges, elevated sections/ flyovers/grade
separators and ROBs/RUBs
(i) PCC Toe wall
a)Toe Wall (PCC) Height-2.0 m 0.14%
b)Toe Wall (PCC) Height-2.5 m 2.15%
c)Toe Wall (PCC) Height-3.0 m 2.70%
(ii) RCC Retaining wall
a)Retaining Wall (RCC) Height-4.0 m 2.79%
(iii) Gabion Wall
a)Gabion Wall Height-5 m 0.42%
b)Gabion Wall Height-5.5 m 0.70%
c)Gabion Wall Height-6.0 m 3.04%
d)Gabion Wall Height-6.5 m 1.04%
e)Gabion Wall Height-7.0 m 0.21%
f)Gabion Wall Height-7.5 m 0.91%
g)Gabion Wall Height-8.0 m 1.98%
Page 440 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Item no. Weightage Stage for payment Percentage
in Weightage
percentage
to the
Contract
Price
h)Gabion Wall Height-8.5 m 4.18%
(iv) Geo Cell facia RS Wall 14.60%
(v) PCC Breast Wall
a)PCC Breast Wall Height-2.0 m 0.27%
b)PCC Breast Wall Height-2.5 m 1.70%
c)PCC Breast Wall Height-3.0 m 17.75%
9) a. Slope Protection Work (Rock Bolt & Shotcrete) 1.46%
b. Coir Matt and Hydroseeding. 0.71%
10) Muck Management including Dumping of 5.43%
excavated material, compaction & Levelling and slope
protection work with gabion at muck dumping Side
11) Safety and traffic management during 0.79%
construction
12) Utility Shifting
(i)HT & LT line including transforms & crossing 0.27%
(ii)Water Pipelines including crossing 0.51%
(iii)Water Tank including 0.19%
(iv)Hand Pumps 0.15%
13) Provision of utility corridor along & across
proposed highway
(i)Installation and testing of Utility duct (90mm) 1.12%
along the proposed highway including utility
chambers
(ii) Installation of Cross utility pipes of 300mm in 0.16%
three row at each location
14) Installation of Power Connection from nearby HT
Line to Project Site
(i)Power connection from nearest HT line 0.34%
(ii)Installation of Two nos. of 100 KVA Transformer 0.08%
1.3 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:
Table 1.3.1
Stage of Payment Percentage Payment Procedure
-weightage
A-Widening and strengthening of
existing road. [**] Unit of measurement is linear length. Payment
(1) Earthwork up to top of the sub- of each stage shall be made on pro rata basis on
grade completion of a stage in full length or 10% (Ten
(2) Sub-Base Course [**] per cent) length of the total project length
(3) Non-Bituminous Base Course [**] whichever is less.
(4) Bituminous Base Course [**]
(5) Wearing Coat [**]
(6) Widening and repair of culverts [**] 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 at least five
culverts.
B.1- Reconstruction/New 4-lane
realignment/bypass Unit of measurement is linear length. Payment
(Flexible pavement) of each stage shall be made on pro rata basis on
completion of a stage in full length or 1 (One)
(1) Earthwork up to top of Embankment 29.58% km length.
Top Layer

Page 441 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Percentage Payment Procedure
-weightage
(2) Sub-Grade Layer 0.58%
(3) Sub Base Course 17.13%
(4) Non-Bituminous Base Course 10.92%
(5) Bituminous Base Course 12.11%
(6) Wearing Coat 10.12%
B.2- Reconstruction/New 4-lane Unit of measurement is linear length. Payment
realignment/bypass of each stage shall be made on pro rata basis on
(Rigid pavement) completion of a stage in full length or 10% (Ten
(1) Earthwork up to top of the sub-grade [**] per cent) length of the total project length
(2) Sub Base Course [**] whichever is less.
(3) Dry Lean Concrete (DLC) Course [**]
(4) Pavement Quality Control (PQC ) [**]
Course
C.1- Reconstruction/ New service Unit of measurement is linear length. Payment
road (Flexible pavement) shall be made on pro rata basis on
completion.
(1) Earthwork up to top of Embankment 0.61%
Top Layer
(2) Sub-Grade Layer 0.09%
(3) Sub Base Course 1.76%
(4) Non-Bituminous Base Course 0.94%
(5) Bituminous Base Course 1.21%
(6) Wearing Coat 0.96%
C.2- Reconstruction/ New service [**] Unit of measurement is linear length. Payment
road/Loops of each stage shall be made on pro rata basis on
(Rigid pavement) completion of a stage in full length or 10% (Ten
(1) Earthwork up to top of the sub-grade per cent) length of the total project length
(2) Sub Base Course [**] whichever is less.
(3) Dry Lean Concrete (DLC) Course [**]
(4) Pavement Quality Control [**]
(PQC ) Course
(5) Widening and repair of Culverts [**]
D- Re-Construction and New culverts 13.97% Cost of each culvert shall be determined on
on existing road, realignments, pro rata basis with respect to the total
bypasses: number of culverts. Payment shall be made on
(1) Culverts (length < 6m) the completion of five 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
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 payment purposes. The total length calculated here is only for payment
purposes and will not affect and referred in other clauses of the Contract Agreement.

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:

Table 1.3.2
Stage of Payment Weightage Payment Procedure
1 2 3

Page 442 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
A.1-Widening and repair of minor Cost of each minor bridge shall be
bridges determined on pro rata basis with respect
(length > 6m and < 60m) to the total linear length of the minor
Minor Bridges [**] bridges. Payment shall be made on the
completion of widening & repair works of
a minor bridge.
A.2- New minor bridges 26.08% Foundation +Sub-Structure: Cost of each
(i) Foundation +Sub-Structure: On minor bridge shall be determined on pro
completion of the foundation work rata basis with respect to the total linear
including foundations for wing and return length (m) of the minor bridges. Payment
walls, abutments, piers upto the against foundation + sub-structure shall
abutment/pier cap. be made on pro-rata basis on completion
of a stage i.e. not less than 25% of the
scope of foundation +sub-structure of each
bridge subject to completion of atleast two
foundations along with sub-structure upto
abutment/pier cap level of each bridge.
In case where load testing is required for
foundation, the trigger of first payment
shall include load testing also where
specified.
(ii) Super-structure: On completion of the 8.03% Super-structure:
super-structure in all respects including Payment shall be made on pro-rata basis
wearing coat, bearings, expansion joints, on completion of a stage i.e., completion of
hand rails, crash barriers, road signs & super-structure of at least one span in all
markings, tests on completion etc. respects as specified in the column of
complete in all respect. "Stage of Payment" In this sub-clause.
(iii) Approaches: On completion of 6.97% Approaches: Payment shall be made on
approaches including Retaining walls, pro-rata basis on completion of a stage i.e.
stone pitching, protection works complete completion of approaches in all respect as
in all respect and fit for use. specified in the column of “Stage of
Payment” in this sub-clause.
(iv) Guide Bunds and River Training [**] Guide Bunds and River Training Works:
Works: Payment shall be made on pro-rata basis
On completion of Guide Bunds and river on completion of a stage i.e. completion of
Training Works complete in all respects Guide Bunds and River training Works in
all respects as specified.
B.1-Widening and repair of Cost of each underpass/overpass shall be
underpasses/overpasses determined on pro rata basis with respect
to the total linear length of the
[**]
underpasses/overpasses. Payment shall
be made on the completion of widening &
repair works of a underpass/overpass.
B.2(i)- New Underpasses: 8.36% Foundation +Sub-Structure: Cost of each
Underpass shall be determined on pro rata
(i) Foundation +Sub-Structure: On basis with respect to the total linear length
completion of the foundation work (m) of the Underpasses. Payment against
including foundations for wing and return foundation + sub-structure shall be made
walls, abutments, piers upto the on pro-rata basis on completion of a stage
abutment/pier cap. i.e., not less than 25% of the scope of
foundation +sub-structure of each
Underpasses subject to completion of
atleast two foundations along with sub-
structure upto abutment/pier cap level
each underpass.
In case where load testing is required for
foundation, the trigger of first payment
shall include load testing also where
specified.
(ii) Super-structure: On completion of the 4.17% Super-structure:
super-structure in all respects including Payment shall be made on pro-rata basis on

Page 443 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
wearing coat, bearings, expansion joints, completion of a stage i.e., completion of
hand rails, crash barriers, Cross road, road super structure of atleast one span in all
signs &markings, tests on completion etc. respects as specified in the column of "Stage
complete in all respect. of Payment" in this sub- clause
(iii) Wearing Coat 0.40% Payment shall be made on completion of
wearing coat including expansion joints
complete in all respects as specified.
(iv) Approaches: On completion of 22.60%
Approaches:
approaches including Retaining walls/
Payment shall be made on pro-rata basis on
Reinforced Earth walls, stone pitching,
completion of a stage i.e., completion of all
protection works complete in all respect
approaches in all respects as specified.
and fit for use.
B.2(i)- New Overpasses: 6.59% Foundation +Sub-Structure: Cost of each
Overpass shall be determined on pro rata
(i) Foundation +Sub-Structure: On basis with respect to the total linear length
completion of the foundation work (m) of the overpasses. Payment against
including foundations for wing and return foundation + sub-structure shall be made
walls, abutments, piers upto the on pro-rata basis on completion of a stage
abutment/pier cap. i.e., not less than 25% of the scope of
foundation +sub-structure of each
Overpasses subject to completion of
atleast two foundations along with sub-
structure upto abutment/pier cap level
each overpass.
In case where load testing is required for
foundation, the trigger of first payment
shall include load testing also where
specified.
(ii) Super-structure: On completion of the 4.52%
Super-structure:
super-structure in all respects including
Payment shall be made on pro-rata basis on
wearing coat, bearings, expansion joints,
completion of a stage i.e., completion of
hand rails, crash barriers, Cross road over
super structure of atleast one span in all
the Over pass and Aqueduct, road signs
respects as specified in the column of "Stage
&markings, tests on completion etc.
of Payment" in this sub- clause
complete in all respect.
(iii)Wearing Coat 0.11% Payment shall be made on completion of
wearing coat complete in all respects as
specified.
(iv) Approaches: On completion of
Approaches:
approaches including Retaining walls/
Payment shall be made on pro-rata basis on
Reinforced Earth walls, stone pitching, 12.17%
completion of a stage i.e., completion of all
protection works complete in all respect
approaches in all respects as specified.
and fit for use.
1.3.3 Major Bridge works, ROB/RUB, and Structures.
Procedure for estimating the value of Major Bridge works, ROB/RUB and Structures shall be as
stated in table 1.3.3:
Table 1.3.3
Stage of Payment Weightage Payment Procedure
1 2 3
A.1- Widening and repairs of Major
Bridges
Foundation: Cost of each structure shall be
determined on pro rata basis with respect to the
total linear length (m) of the structure. Payment
against foundation shall be made on pro rata
(i) Foundation
[**] basis on completion of a stage i.e., not less than
25% of the scope of foundation of the structure
subject to completion of atleast two foundation
of the structure.
In case where load testing is required for

Page 444 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
foundation, the trigger of first payment shall
include load testing also where specified.
Sub-Structure:. Payment against Sub-
structure shall be made on pro-rata basis on
completion of a stage i.e., not less than 25% of
(ii) Sub-structure [**] the scope of sub-structure of structure subject
to completion of atleast two sub-structure of
abutments/piers upto abutment/piers cap level
of the structure.
Payment shall be made on pro-rata basis on
(iii) Super-structure (including completion of a stage i.e., completion of super
[**]
bearings) structure including bearing of atleast one span
in all respects as specified.
Wearing Coat: Payment shall be made on
(iv) Wearing Coat including completion of wearing coat including
[**]
expansion joints expansion joints complete in all respects as
specified.
Miscellaneous: Payments shall be made on
(v) Miscellaneous Items like hand
completion of all miscellaneous works like
rails, crash barriers, road markings [**]
hand rails, crash barriers, road markings etc.
etc.
complete in all respects as specified.
Wing walls/return walls: Payments shall
be made on completion of all wing
(vi) Wing walls/return walls [**]
walls/return walls complete in all respects
as specified.
Guide Bunds, River Training works:
(vii) Guide Bunds, River Training [**] Payments shall be made on completion of all
works etc. guide bunds/river training works etc.
complete in all respects as specified.
Approaches: Payments shall be made on
(viii) Approaches (including
completion of both approaches including stone
Retaining walls, stone pitching and [**]
pitching, protection works, etc. complete in all
protection works)
respects as specified.
A.2-(i) New Major Bridges (4-lane
cable Stayed Portion)

10.68% Foundation: Payment shall be made on pro


rata basis on completion of a minimum of
25% of total depth of each foundation.
(i) Foundation
In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.
(ii) Sub-structure Sub-Structure including pylons:
0.34% Payment against Sub-structure shall be
made on pro-rata basis on completion of a
stage i.e., not less than 25% of the scope of
(a) Abutment/ Pier sub-structure of the structure subject to
completion of at least two sub-structures of
abutments/piers upto abutment/pier cap
level of the structure.
2.21% Payment shall be made on pro rata basis on
completion of minimum 25% of total
(b) Lower Pylon (up to Deck level)
height of each pylon as per the weightage
given in this table
(iii) Super-structure (including
Super-structure:
bearings)
2.00% Payment shall be made on pro rata basis on
completion of minimum 25% of total
(a)Pylon (Above deck level)
height of each pylon as per the weightage
given in this table.

Page 445 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
7.93%
Payment shall be made on pro rata basis on
completion of minimum 5% of linear length
as per the following –
(b)Segment (Pre-cast) in casting 40% payment shall be made for the
approved precast segments cast/brought on
site as per the weightage given in this table
on completion*

18.49% *The maximum payment at any time


against un-launched/ un-erected finished
casted/fabricated segments brought on site
will not be more than 25% of the total no. of
segments/length to be launched.
(c) Segment (Pre-cast) in erection
55% payment shall be made on erection
including internal Pre-stressing
after successful completion of required
testing as per the weightage given in this
table on completion.

5% payment shall be made after final


successful load test of the Bridge.
4.88%
Payment for supply and installation of stay
(d)Pylon Stay cable supply-Providing
cables shall be made on pro-rata basis on
Stay cable system comprising of
galvanized strand HDPE Sheathing, completion of stage as per following
recess pipe, bearing plate and exit pipe, weightage:
including fabrication delivery, testing
permanent protection including 35% payment shall be made for the material
anchorage. brought on site, after satisfactory
completion of fatigue, wind load test & other
9.07% tests,

45% payment shall be made after


(e)Pylon stay cable installation
including stressing- installation of Stay installation of all the stay cable along with its
cable system comprising of galvanized accessories as described below:
strand HDPE Sheathing, recess pipe,
bearing plate and exit pipe, including Payment for this shall be made on pro rata
fabrication delivery, testing permanent basis on completion of minimum 10 Nos. of
protection including anchorage. stay cables.
20% payment shall be made after final
successful load test of the Bridge.
0.02% Payment shall be made on the completion of
(f)Pedestal & Bearing whole work as per the weightage given in
this table
0.42% Wearing Coat: Payment shall be made on
(g) Wearing Coat including expansion completion of wearing coat including
joints expansion joints complete in all respects as
specified.
(h) Miscellaneous Items like hand rails,
crash barriers, road markings, theme
Miscellaneous: Payments shall be made on
lighting, BHMS etc.)
completion of all miscellaneous works like
i) RCC Crash Barrier, New Jersey 0.29%
handrails, crash barriers, road markings etc.
Barrier and drainage Spouts.
complete in all respects as specified.
ii) Anti-glare 0.03%
iii) Steel hand rails 0.09%
(i) Theme lighting on cable stay bridge 5.05% Payment shall be made on the completion as

Page 446 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
per the weightage given in this table
4.33% 70% Payment shall be made after
installation, Testing, and submission of First
(j) Bridge Health Monitoring System Report of Bridge Health Monitoring System
(BHMS) (BHMS) and remaining 30% payment shall
be made on during maintenance period per
year equally on pro rata basis.
[**] Wing walls/return walls: Payment shall be
made on the completion of all wing
(k) Wing walls/return walls
walls/return walls complete in all respects
as specified
[**] Payments shall be made on completion of all
(l) Guide Bunds, River Training works
guide bunds/river training works etc.
etc.
complete in all respects as specified.
0.05% Approaches: Payments shall be made on
(m) Approaches (including Retaining
completion of both approaches including
walls, stone pitching and protection
stone pitching, protection works, etc.
works)
complete in all respects as specified.
Payment shall be made on pro rata basis on
A.2-(ii) New 4-lane Major Bridge completion of minimum 25% of total depth
Viaduct portion of the each foundations.
6.15%
(i) Foundation In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.
Payment against Sub-structure shall be
made on pro-rata basis on completion of a
stage i.e. not less than 25% of the scope of
(ii) Sub-structure 1.16% sub-structure of the structure subject to
completion of at least two sub-structures of
abutments/piers upto abutment/pier cap
level of the structure.
(iii) Super-structure (including
Super-structure:
bearings)
Payment shall be made on pro rata basis on
completion of minimum 5% of linear length
as per the following –

40% payment shall be made for the


(a)Segment in casting 4.62% approved fabricated segments brought on
site as per the weightage given in this table
on completion*

*The maximum payment at any time


against un-launched/ un-erected finished
fabricated segments brought on site will not
be more than 25% of the total no. of
segments/length to be launched.

(b)Segment in erection including 55% payment shall be made on erection


6.93%
internal Pre-stressing after successful completion of required
testing as per the weightage given in this
table on completion.

5% payment shall be made after final


successful load test of the Bridge.
Payment shall be made on the completion of
(c)Pedestal & bearing 0.21% whole work as per the weightage given in
this table
Page 447 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
Wearing Coat: Payment shall be made on
d) Wearing Coat including expansion completion of wearing coat including
0.26%
joints expansion joints complete in all respects as
specified.
(e) Miscellaneous Items like hand rails,
Miscellaneous: Payments shall be made on
crash barriers, road markings etc.)
completion of all miscellaneous works like
i) Crash Barrier and Jersey Barrier 0.19%
hand rails, crash barriers, road markings etc.
ii) Anti glare 0.02%
complete in all respects as specified.
iii)"W" Metal Beam Crash Barrier 0.07%
[**] Wing walls/return walls: Payments shall
be made on completion of all wing
(f) Wing walls/return walls
walls/return walls complete in all respects
as specified.
[**] Payments shall be made on completion of all
(g) Guide Bunds, River Training works
guide bunds/river training works etc.
etc.
complete in all respects as specified.
Approaches: Payments shall be made on
(h) Approaches (including Retaining
completion of both approaches including stone
walls, stone pitching and protection 0.04%
pitching, protection works, etc. complete in all
works)
respects as specified.
B.1 -Widening and repairs of
(a) RUB
Foundation: Cost of each ROB/RUB shall be
determined on pro rata basis with respect to
the total linear length (m) of the
ROBs/RUBs. Payment against foundation
shall be made on pro-rata basis on
(b) ROB completion of a stage i.e. not less than 25%
[**]
(i) Foundation of the scope of foundation of the ROB/RUB
subject to completion of at least two
foundations of the ROB/RUB.
In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.
Sub-Structure: Payment against Sub-
structure shall be made on pro-rata basis on
completion of a stage i.e. not less than 25%
(ii) Sub-structure [**] of the scope of sub-structure of the
ROB/RUB subject to completion of at least
two sub-structures of abutments/piers upto
abutment/pier cap level of the ROB/RUB.
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 in all
respects as specified in the column of "Stage
of Payment" In this sub-clause excluding any
payment made in pursuance to here in
under:
If precast girders/segments are used, on
(iii) Super-structure (including casting of all such girders and segments for
[**]
bearings) at least one span and on submission of
Indemnity Bond by the Contractor, 40% of
the actual cost of such precast
girders/segments determined based on SoR
prevalent on the Base date within 30 days of
submission of the bill therefor. In case the
Contract Price is lower/ higher than the
Estimated Project Cost as per RFP, then the
SOR rates shall be reduced/ increased in the
same proportion accordingly. Balance

Page 448 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
payment shall be after
erection of / launching of these elements as
per stage payment stipulations
Wearing Coat: Payment shall be made on
completion of (a) in case of ROB- wearing
(iv) Wearing Coat including expansion
coat including expansion joints complete in
joints in case of ROB. In case of RUB,
[**] all respects as specified and (b) in case of
rigid pavement under RUB including
RUB- rigid pavement under RUB including
drainage facility as specified.
drainage facility complete in all respects as
specified as specified.
Miscellaneous: Payments shall be made on
(v) Miscellaneous Items like hand rails, completion of all miscellaneous works like
[**]
crash barriers, road markings etc. hand rails, crash barriers, road markings etc.
complete in all respects as specified.
Wing walls/return walls: Payments shall
be made on completion of all wing
(vi) Wing walls/return walls [**]
walls/return walls complete in all respects
as specified.
Approaches: Payments shall be made on
(vii) Approaches (including Retaining
completion of both approaches including
walls, stone pitching and protection [**]
stone pitching, protection works, etc.
works)
complete in all respects as specified.
B.2- New
(a) RUB
[**] Foundation: Cost of each ROB/RUB shall be
determined on pro rata basis with respect to
the total linear length (m) of the
ROBs/RUBs. Payment against foundation
shall be made on pro-rata basis on
(b) ROB completion of a stage i.e. not less than 25%
(i) Foundation of the scope of foundation of the ROB/RUB
subject to completion of atleast two
foundations of the ROB/RUB .
In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.
[**] Sub-Structure:. Payment against Sub-
structure shall be made on pro-rata basis on
completion of a stage i.e. not less than 25%
(ii) Sub-structure of the scope of sub-structure of the
ROB/RUB subject to completion of atleast
two sub-structures of abutments/piers upto
abutment/pier cap level of the ROB/RUB.
[**] 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 in all
respects as specified in the column of "Stage
of Payment" In this sub-clause excluding any
payment made in pursuance to here in
under:
(iii) Super-structure (including If precast girders/segments are used, on
bearings) casting of all such girders and segments for
at least one span and on submission of
Indemnity Bond by the Contractor, 40% of
the actual cost of such precast
girders/segments determined based on SoR
prevalent on the Base date within 30 days of
submission of the bill therefor. In case the
Contract Price is lower/ higher than the
Estimated Project Cost as per RFP, then the

Page 449 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
SOR rates shall be reduced/ increased in the
same proportion accordingly. Balance
payment shall be after
erection of / launching of these elements as
per stage payment stipulations
[**] Wearing Coat: Payment shall be made on
completion of (a) in case of ROB- wearing
(iv) Wearing Coat including expansion
coat including expansion joints complete in
joints in case of ROB. In case of RUB,
all respects as specified and (b) in case of
rigid pavement under RUB including
RUB- rigid pavement under RUB including
drainage facility as specified.
drainage facility complete in all respects as
specified as specified.
[**] Miscellaneous: Payments shall be made on
(v) Miscellaneous Items like hand rails, completion of all miscellaneous works like
crash barriers, road markings etc. hand rails, crash barriers, road markings etc.
complete in all respects as specified.
[**] Wing walls/return walls: Payments shall
be made on completion of all wing
(vi) Wing walls/return walls
walls/return walls complete in all respects
as specified.
[**] Approaches:
Payment shall be made on pro-rata basis on
completion of a stage i.e., completion of
approaches in all respect as specified
excluding any payment made in pursuance
to here in under:
If Reinforced Earth Wall is used with Facia
Panels/Blocks, on casting of all the Facia
Panels/Blocks of all approaches and on
(vii) Approaches (including Retaining submission of Indemnity Bond by the
walls/Reinforced Earth wall, stone Contractor, 40% of the actual cost of such
pitching and protection works) precast girders/segments determined based
on SoR prevalent on the Base date within 30
days of submission of the bill therefor. In
case the Contract Price is lower/ higher than
the Estimated Project Cost as per RFP, then
the SOR rates shall be reduced/ increased in
the same proportion accordingly. Balance
payment shall be after erection of /
launching of these elements as per stage
payment stipulations
C.1- Widening and repairs of [**]
Elevated Section/Flyovers/ Grade
Separators
[**] Foundation: Cost of each structure shall be
determined on pro rata basis with respect to
the total linear length (m) of the structures.
Payment against foundation shall be made
on pro-rata basis on completion of a stage i.e.
(i) Foundation
not less than 25% of the scope of foundation
of the structure subject to completion of
atleast two foundations of the structure .
In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.
[**] Sub-Structure:. Payment against Sub-
structure shall be made on pro-rata basis on
completion of a stage i.e. not less than 25%
(ii) Sub-structure
of the scope of sub-structure of the structure
subject to completion of atleast two sub-
structures of abutments/piers upto

Page 450 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
abutment/pier cap level of the structure.
[**] 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 in all
respects as specified in the column of "Stage
of Payment" In this sub-clause excluding any
payment made in pursuance to here in
under:
If precast girders/segments are used, on
casting of all such girders and segments for
at least one span and on submission of
(iii) Super-structure (including
Indemnity Bond by the Contractor, 40% of
bearings)
the actual cost of such precast
girders/segments determined based on SoR
prevalent on the Base date within 30 days of
submission of the bill therefor. In case the
Contract Price is lower/ higher than the
Estimated Project Cost as per RFP, then the
SOR rates shall be reduced/ increased in the
same proportion accordingly. Balance
payment shall be after erection of /
launching of these elements as per stage
payment stipulations
[**] Wearing Coat: Payment shall be made on
(iv) Wearing Coat including expansion completion of wearing coat including
joints, bearings, groutings expansion joints, bearings, groutings
complete in all respects as specified.
[**] Miscellaneous: Payments shall be made on
(v) Miscellaneous Items like hand rails, completion of all miscellaneous works like
crash barriers, road markings etc. hand rails, crash barriers, road markings etc.
complete in all respects as specified.
[**] Wing walls/return walls: Payments shall
be made on completion of all wing
(vi) Wing walls/return walls
walls/return walls complete in all respects
as specified.
[**] Approaches:
Payment shall be made on pro-rata basis on
completion of a stage i.e., completion of
approaches in all respect as specified
excluding any payment made in pursuance
to here in under:
If Reinforced Earth Wall is used with Facia
Panels/Blocks, on casting of all the Facia
Panels/Blocks of all approaches and on
(vii) Approaches (including Retaining submission of Indemnity Bond by the
walls/Reinforced Earth wall, stone Contractor, 40% of the actual cost of such
pitching and protection works) precast girders/segments determined based
on SoR prevalent on the Base date within 30
days of submission of the bill therefor. In
case the Contract Price is lower/ higher than
the Estimated Project Cost as per RFP, then
the SOR rates shall be reduced/ increased in
the same proportion accordingly. Balance
payment shall be after erection of /
launching of these elements as per stage
payment stipulations
C.2 -New Viaduct cum Bridge Foundation: Cost of each structure shall be
(i) Foundation determined on pro rata basis with respect to the
6.31%
total linear length (m) of the structure. Payment
against foundation shall be made on pro rata

Page 451 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
basis on completion of a stage i.e not less than
25% of the scope of foundation of the structure
subject to completion of atleast two foundation
of the structure.

In case where load testing is required for


foundation, the trigger of first payment shall
include load testing also where specified.
Sub-Structure:. Payment against Sub-
structure shall be made on pro-rata basis on
completion of a stage i.e not less than 25% of
(ii) Sub-structure 1.06% the scope of sub-structure of structure subject
to completion of atleast two sub-structure of
abutments/piers upto abutment/piers cap level
of the structure.
Super-structure:
Payment shall be made on pro-rata basis on
(iii) Super-structure (including
5.40% completion of a stage i.e. completion of super
bearings)
structure including bearing of at least one span
in all respects as specified.
Wearing Coat: Payment shall be made on
(iv) Wearing Coat including expansion completion of wearing coat including
0.15%
joints expansion joints complete in all respects as
specified.
Miscellaneous: Payments shall be made on
(v) Miscellaneous Items like handrails, completion of all miscellaneouse works like
0.16%
crash barriers, road markings etc. hand rails, crash barriers, road marking etc.
Complete in all respects as specified.
Wing walls/return walls: Wing wall/return
walls: Payments shall be made on completion
(vi) Wing walls/return walls 0.11%
of all wing wall/return walls complete in all
respects as specified.
Approaches: Payments shall be made on
(vii) Approaches (including Retaining
completion of both approaches including stone
walls/, stone pitching and protection 1.29%
pitching, protection works, etc. complete in all
works)
respects as specified.
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
1) Toll Plaza Unit of measurement is each completed toll plaza.
Payment of each toll plaza shall be made on pro
rata basis with respect to the total of all toll plazas
6.92% on completion of all the works related to toll plaza
including Rigid Pavement and all the other
amenities/services to be provided at toll plaza as
per this contract agreement.
2) Road side drains
(i)RCC Drain Cum Footpath 2.78%
(ii) PCC Lined drain along road 0.66% Unit of Measurement is Linear Length in km.
(iii) PCC catched drain on Payment shall be made on pro rata Basis on
slope berm including chute 0.75% completion of a stage in a Length of not less than
drain 10 % (ten per cent) of the total Length.
(iv) PCC line drain behind
1.15%
retaining structure in fill area
3) Road signs, markings,
Unit of measurement is linear length in km.
delineators, raised pavement
7.76% Payment shall be made on pro rata basis on
marking, km/ hecto -
completion of whole work
meter/5th km stones, MCB,

Page 452 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
steel railing, Anti-Glare
Devices in Median, RCC new
jersey crash barrier in median,
Gantry etc.
4) Advanced Traffic Payment shall be made after installation, Testing
Management Systems (ATMS) 1.99% and submission of First Report of Advance Traffic
Management System (ATMS).
5)Highway & Project Lighting Payment shall be made on pro rata basis on
1.20%
completion.
6) Project Facilities
a) Pickup Bus Stop 0.37%
b) Truck lay-byes 1.20%
c) Inspection Bungalow 2.17%
Payment shall be made on pro rata basis for
d)Vehicle facilities for
1.68% completed facilities.
Authority
e) Rainwater harvesting 0.07%
f) Junctions including
5.46%
Protection Work.
Payment shall be made on pro rata basis on
7) Road Side plantation 0.04%
completion.
8) Slope Protection works.
(RCC Retaining/RRM Toe
wall/RRM Breast wall/Gabion
Wall/Geocell Fascia
Reinforced soil wall) other
than approaches to the
bridges, elevated sections/
flyovers/grade separators and
ROBs/RUBs
(i) PCC Toe wall
a)Toe Wall (PCC) Height-2.0 m 0.14%
b)Toe Wall (PCC) Height-2.5 m 2.15%
c)Toe Wall (PCC) Height-3.0 m 2.70%
(ii) RCC Retaining wall
a)Retaining Wall (RCC)
2.79%
Height-4.0 m
(iii) Gabion Wall
a)Gabion Wall Height-5 m 0.42% Payment shall be made on pro rata basis on
b)Gabion Wall Height-5.5 m 0.70% completion.
c)Gabion Wall Height-6.0 m 3.04%
d)Gabion Wall Height-6.5 m 1.04%
e)Gabion Wall Height-7.0 m 0.21%
f)Gabion Wall Height-7.5 m 0.91%
g)Gabion Wall Height-8.0 m 1.98%
h)Gabion Wall Height-8.5 m 4.18%
(iv) Geo Cell facia RS Wall 14.6%
(v) PCC Breast Wall
a)PCC Breast Wall Height-2.0
0.27%
m
b)PCC Breast Wall Height-2.5
1.70%
m
c)PCC Breast Wall Height-3.0
17.75%
m
9) a. Slope Protection Work
1.46%
(Rock Bolt & Shotcrete)
b.Coir Matt and Hydroseeding. 0.71%
10)Muck Management
Payment shall be made on pro rata basis for completed
including slope protection 5.43%
facilities.
work at muck dumping Side
11) Safety and traffic 0.79% Payment shall be made on pro rata basis every six

Page 453 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Stage of Payment Weightage Payment Procedure
management during months.
construction
12) Utility Shifting
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 LT/
HT line. Payment shall be made for completed
activity. (The average weightage of major activities
(i) HT & LT line including
0.27% (only for payment purpose) in shifting work is (i)
transforms & crossing
Erection of Poles-20%(ii) Conductor stringing
including laying of cable- 30%, (iii) OTR erection (if
involved)-10% and (iv) Charging of line including
dismantling and site clearance-40% (with OTR) and
50%without OTR)
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 pipeline. Payment shall be made for completed
(ii) Water Pipelines including
0.51% activity. (The average weightage of major
crossing
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 one Water Tank shall be paid on
(iii) Water Tank 0.19% completion/commissioning of water tank in all
respect.
Payment shall be made on completion of shifting of
(iv) Hand Pumps 0.15% all Handpumps whose shifting is completed in all
respect.
13) Provision of utility
corridor along & across
proposed highway
(i)Installation and testing of
Unit of measurement is as per completed activities.
Utility duct (90mm) along the
1.12% Cost per activity shall be determined on pro-rata
proposed highway including
basis.
utility chambers
(ii) Installation of Cross utility
pipes of 300mm in three row 0.16%
at each location
14) Installation of Power
Connection from nearby HT
Line to Project Site for
Unit of measurement is as per completed activities.
Power Supply
Cost per activity shall be determined on pro-rata
(i)Power connection from
0.34% basis.
nearest HT line
(ii)Installation of Two nos. of
0.08%
100 KVA Transformer
2 Procedure for payment for Maintenance
2.1 The cost for maintenance shall be as stated in Clause 14.1.1.
2.2 Payment for Maintenance shall be made in quarterly instalments in accordance with the provisions
of Clause 19.7.

Page 454 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

SCHEDULE-I
(See Clause 10.2 (iv))
Drawings
1 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.

Page 455 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Annex – I
(Schedule - I)
List of Drawings
A broad list of the drawings of the various components/elements of the Project Highway and project
facilities required to be submitted by the Contractor is given below:
a) Detailed Geo-Technical report.
b) Detailed Topography.
c) Drawings of Road furniture items and traffic signage Plan.
d) Drainage Plan.
e) Bathymetric Survey.
f) Site Specific Work Zone Traffic Safety Management Plan .
g) GAD for Cable Stayed Bridge.
h) Drawings and design of Project Facilities including Inspection bungalow.
i) Drawings of Horticulture and land scaping.
j) Horizontal & vertical alignment with details of reference pillars, Horizontal intersection points,
vertical intersection points, elements of curves and sight distances, and roadway super elevation
details at every 20 m. It should also show the beginning and end of all structures.
k) Cross section at 25 m interval along the alignment with ROW, and all underground and above ground
utilities.
l) Typical cross section with details of pavement structures and embankments.
m) Detailed drawings for individual Bridge (including fabrication drawings) & Structures.
n) Detailed drawings for individual culverts.
o) Detailed layout drawings for intersections, rotaries, loops & ramps.
p) Drawings for Road sign, marking, Toll plazas, Bus stops, Parking areas, Truck lay-bys.
q) Detailed layout drawings for Theme Lighting,Street lighting and variable message signs.
r) Detailed layout drawings for Vehicle rescue post.
s) Detailed drawings of road side furniture and safety structures.
t) Detailed drawing of protection works(Retaining wall/Breast wall/Toe Wall/Gabion Wall/RS
wall/RE wall).
u) Detailed drawings of Drainage including RCC covered drains PCC Road Side Drain , Catch Water
Drain and PCC lined Drains.
v) Detailed drawings of Launching and/or erection scheme/scaffolding details for individual Bridge &
Structures and river channel protection during construction.
Any other Drawing required as per the instruction of Authority’s Engineer.

Page 456 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

SCHEDULE-J
(See Clause 10.3 (ii))
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 and Eigty-
Four,35% of the schedule construction period) 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.
(iii) The Construction of inspection Bangalow shall be completed in all respect as per the scope
mentioned in schedule C and should be made operational Prior to the occurrence of Project
Milestone-I.
3 Project Milestone-II
(i) Project Milestone-II shall occur on the date falling on the 657th (Six Hundred and Fifty-
Seven, 60% of the schedule construction period) 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 not less than 35% (thirty-five per cent) of the
Contract Price and should have started construction of all bridges.
4 Project Milestone-III
(i) Project Milestone-III shall occur on the date falling on the 931st (Nine Hundred and Thirty-
One, 85% of the schedule construction period) 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 70% (seventy per cent) of the Contract
Price and should have started construction of all project facilities.
5 Scheduled Completion Date
(i) The Scheduled Completion Date shall occur on the 1095th (One Thousand and 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.

Page 457 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

SCHEDULE-K
(See Clause 12.1 (ii))
Tests on Completion
1. Schedule for Tests
(i) 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.
(ii) 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
(i) 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 [***].
(ii) Riding quality test: Riding quality of each lane of the carriageway shall be checked with the
help of a Network Survey Vehicle (NSV) fitted with latest equipment’s and the maximum
permissible roughness for purposes of this Test shall be [2,000 (two thousand)] mm for each
kilometer.
(iii) 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 Non
destructive 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) metres or more shall also be
subjected to load testing.
(iv) Span Load Test - The span load test shall be conducted as per IRC:SP:51-2015 “Guidelines
for load testing of Bridges”
(v) 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, except tests as
specified in clause 5, but shall include measuring the reflectivity of road markings and road
signs; and measuring the illumination level (lux) of lighting using requisite testing
equipment.
(vi) 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.
(vii) 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.
5. The Authority Engineer will carry out tests with the following equipment at his own cost in
the presence of contractor’s representative.

Page 458 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
Sr. Key metrics Equipment to be
Frequency of condition survey
No. of Asset used
At least twice a year (As per survey months defined for the state
basis rainy season)
Surface defects Network Survey NSV shall be conducted (as per guidelines of Ministry) before the
1
of pavement Vehicle (NSV) start of work, before issue of provisional/final completion
certificate, & at every six months after completion of work till the
end of DLP/maintenance period.
Roughness of Network Survey At least twice a year (As per survey months defined for the state
2
pavement Vehicle (NSV) basis rainy season)
Falling Weight
Strength of
3 Deflectometer At least once a year
pavement
(FWD)
Mobile Bridge
At least twice a year (As per survey months defined for the state
4 Bridges Inspection Unit
basis rainy season)
(MBU)
Retro- At least twice a year (As per survey months defined for the state
5 Road signs
reflectometer basis rainy season)
The first testing with the help of NSV shall be conducted at the time of issue of Completion Certificate.

Page 459 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

SCHEDULE-L
(See Clause 12.2)
Completion Certificate
1 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
****section (km ** to km **) of National Highway No. ***] (the “Project Highway”) on Engineering,
Procurement and Construction (EPC) basis 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 safely 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….. , Scheduled Completed Date for which was the ……… day of ………20…..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Authority’s Engineer by:

(Signature)

(Name)

(Designation) (Address)

Page 460 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

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
(i) Monthly lump sum payments for maintenance shall be reduced in the case of non- compliance
with the Maintenance Requirements set forth in Schedule-E.
(ii) Any deduction made on account of non-compliance with the Maintenance Requirements shall
not be paid even after compliance subsequently. The deductions shall continue to be made
every month until compliance is done.
(iii) 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 on monthly basis
(i) The following percentages shall govern the payment reduction:
S. No. Item/Defect/Deficiency Percentage
(a) Carriageway/Pavement
(i) Potholes, cracks, other surface defects 7.5%
(ii) Repairs of Edges, Rutting 2.5%
(b) Road, Embankment, Cuttings, Shoulders
Edge drop, inadequate cross fall, undulations, settlement, potholes, ponding,
(i) 5%
obstructions
(ii) Deficient slopes, rain cuts, disturbed pitching, vegetation growth, pruning of trees 2.5%
(c) Bridges and Culverts
Desilting, cleaning. vegetation growth, damaged pitching, flooring, parapets, wearing
(i) 15%
course, footpaths, any damage to foundations
(ii) Any Defects in Cable Stay System, superstructures, bearings and sub-structures 20%
(iii) Painting, repairs/replacement kerb, railings, parapets, guideposts/crash barriers 2.5%
(d) Roadside Drains
(i) Cleaning and repair of drains 2.5%
(e) Road Furniture
Cleaning, painting, replacement of road signs, delineators, road markings, 200
(i) 5%
m/km/5th km stones
(f) Miscellaneous Items
Removal of dead animals, broken down/accidental vehicles, fallen trees, road
(i) 5%
blockades or malfunctioning of mobile crane and MBIU.
(ii) Any other Defects in accordance with paragraph 1. 5%
(g) Defects in Other Project Facilities including Vehicle for Authority 2.5%
(h) Bridge Health Monitoring System, ATMS 10%
(i) Removal of slides and Restoration of Protection Works 5%
(j) Defects in Theme Lighting, street Lighting, Inspection bungalow 10%

(ii) The amount to be deducted from monthly lump-sum payment for non- compliance of
particular item shall be calculated as under:
𝑅 = 𝑃⁄100 × (𝑀1 𝑜𝑟 𝑀2) × 𝐿1⁄𝐿
Where,
P= Percentage of particular item/Defect/deficiency for deduction
M1= Monthly lump-sum payment in accordance para 1.2 above of this Schedule M2= Monthly lump-sum
payment in accordance para 1.2 above of this Schedule L1= Non-complying length L = Total length of the
road,
R= Reduction (the amount to be deducted for non-compliance 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.

Page 461 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
SCHEDULE-N
(See Clause 18.1 (i))
Selection of Authority’s Engineer
1 Selection of Authority’s Engineer
(i) 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 shall apply for
selection of an experienced firm to discharge the functions and duties of an Authority’s
Engineer.
(ii) In the event of termination of the Technical Consultants appointed in accordance with the
provisions of Paragraph 1.1, 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.

Page 462 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

Annex – I
(Schedule - N)
Terms of Reference for Authority’s Engineer
1. Scope
(i) 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 [name and address of the Authority] (the “Authority”) and .......... (the
“Contractor”) for Construction of Missing Link from Birhu to Lathiani into 4-Lane & paved
shoulder configuration from Km 35/550 (Design Chainage 0.000) to 42/800 (Design Chainage
8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its approaches in Himachal Pradesh on Engineering, Procurement, Construction
(EPC) basis, and a copy of which is annexed hereto and marked as Annex-A to form part of this
TOR.
# - In case the bid of Authority’s Engineer is invited simultaneously with the bid of EPC project,
then the status of bidding of EPC project only to be indicated
(ii) The TOR shall apply to construction and maintenance of the Project Highway.
2. Definitions and interpretation
(i) 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.
(ii) 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.
(iii) The rules of interpretation stated in Article 1 of the Agreement shall apply, mutatis mutandis,
to this TOR.
3. General
(i) 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.
(ii) 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) issuance of Completion Certificate or
(e) any other matter which is not specified in (a), (b), (c) or (d) above and which creates a
financial liability on either Party.
(iii) 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.
(iv) 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.
(v) The Authority’s Engineer shall aid and advise the Authority on any proposal for Change of
Scope under Article 13.
(vi) 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
Page 463 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
statement relying on good industry practice and authentic literature.
4. Construction Period
(i) During the Construction Period, the Authority’s Engineer shall review and approve 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 (vi). The Authority’s Engineer shall complete
such review and approval 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.
(ii) The Authority’s Engineer shall review and approve any revised Drawings sent to it by the
Contractor and furnish its comments within 10 (ten) days of receiving such Drawings.
(iii) The Authority’s Engineer shall review and approve 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.
(iv) The Authority’s Engineer shall complete the review and approve 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.
(v) 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.
(vi) 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.
(vii) 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.
(viii) 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.
(ix) 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 (ix), 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.
(x) The Authority’s Engineer shall test check at least 50 (fifty) percent of the quantity or number
of tests prescribed for each category or type of test for quality control by the Contractor.
(xi) The timing of tests referred to in Paragraph 4 (ix), 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.
(xii) 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.
(xiii) The Authority’s Engineer may instruct the Contractor to execute any work which is urgently

Page 464 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
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.
(xiv) 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.
(xv) 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 12.2.
(xvi) 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.
(xvii) 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.
(xviii) 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, as the case may be. For carrying out its
functions under this Paragraph 4 (xviii) 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
(i) 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.
(ii) 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.
(iii) 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.
(iv) 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.
(v) 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
(i) The Authority’s Engineer shall determine the costs, and/or their reasonableness, that are
required to be determined by it under the Agreement.
(ii) The Authority’s Engineer shall determine the period of Time Extension that is required to be
determined by it under the Agreement.
Page 465 of 478
CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
(iii) The Authority’s Engineer shall consult each Party in every case of determination in
accordance with the provisions of Clause 18.5.
7. Payments
(i) 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 (iv) (d).
(ii) 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.
(iii) 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.
(iv) 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
(i) 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.
(ii) 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.
(iii) 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.
(iv) 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.
(v) The Authority’s Engineer shall inform the Authority and the Contractor of any event of
Contractor’s Default within one week of its occurrence.

Page 466 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

SCHEDULE-O
(See Clauses 19.4 (i), 19.6 (i), and 19.8 (i))
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
(i) 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 (iii) (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:
(i) the monthly payment admissible in accordance with the provisions of the Agreement;
(j) the deductions for maintenance work not done;
(k) net payment for maintenance due, (a) minus (b);
(l) amounts reflecting adjustments in price under Clause 19.12; and
(m) 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.

Page 467 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
SCHEDULE-P
(See Clause 20.1)
Insurance
1. Insurance during Construction Period
(i) The Contractor shall effect and maintain at its own cost, from the Appointed Date till the date
of issue of the 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.
(ii) The insurance under sub para (a) and (b) of paragraph 1(i) above shall cover the Authority
and the Contractor against all loss or damage from any 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 of not less than 15% of the Contract Price
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 which arises from a
cause occurring prior to the issue of the 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
(i) The Contractor shall insure against its liability for any loss, damage, death or bodily injury,
or damage to any property (except things insured under Paragraphs 1 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. [*******]
(ii) 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 an 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.

Page 468 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE
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 [2,200 (two thousand and two hundred only)] 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 shall
be as per the requirement of maintenance mentioned in Schedule-E.

Page 469 of 478


CONSTRUCTION OF MISSING LINK FROM BIRHU TO LATHIANI INTO 4-LANE & PAVED SHOULDER CONFIGURATION FROM KM
35/550 (DESIGN CHAINAGE 0.000) TO 42/800 (DESIGN CHAINAGE 8.153) ON NH-503A INCLUDING CABLE STAYED BRIDGE (0.860
KM) ON BACK WATER OF GOVIND SAGAR RESERVOIR AND ITS APPROACHES IN HIMACHAL PRADESH ON EPC MODE

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 Construction of Missing Link from Birhu to Lathiani
into 4-Lane & paved shoulder configuration from Km 35/550 (Design Chainage 0.000) to 42/800 (Design
Chainage 8.153) on NH-503A including Cable Stayed Bridge (0.860 Km) on Back Water of Govind Sagar
Reservoir and its approaches in Himachal Pradesh (the “Project Highway”) on Engineering, Procurement
and Construction (EPC) basis through (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 and designation of Authority’s Representative)

(Address)

***** End of the Document *****

Page 470 of 478

You might also like