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

0% found this document useful (0 votes)
49 views141 pages

Fschedule

The document outlines the Engineering, Procurement & Construction (EPC) project for the construction of a road from km 160.75 to km 209.90 of the Huri-Taliha section of NH-913 in Arunachal Pradesh. It details the site specifications, including land, structures, and environmental clearances, as well as the right of way and alignment plans. The project is scheduled for 2024 and includes an inventory of the site to be prepared by the contractor and authority representative.

Uploaded by

ssk.dhiren
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
49 views141 pages

Fschedule

The document outlines the Engineering, Procurement & Construction (EPC) project for the construction of a road from km 160.75 to km 209.90 of the Huri-Taliha section of NH-913 in Arunachal Pradesh. It details the site specifications, including land, structures, and environmental clearances, as well as the right of way and alignment plans. The project is scheduled for 2024 and includes an inventory of the site to be prepared by the contractor and authority representative.

Uploaded by

ssk.dhiren
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/ 141

MINISTRY OF ROAD TRANSPORT & HIGHWAYS,

GOVT. OF INDIA

Engineering, Procurement & Construction

(EPC)

FOR

Construction of road from km 160.75 to km 209.90 of Huri-Taliha section of NH-913


(Frontier Highway) to Intermediate Lane on EPC mode in the State of Arunachal Pradesh

SCHEDULE – A to R

2024
SCHEDULE – A

(See Clauses 2.1 and 8.1)

SITE OF THE PROJECT

1 The Site
I. The Site of the [Intermediate-Lane] Project Highway comprising the Huri-Taliha section
of National Highway-913 commencing from km 160+75 to km 209+90 in the State of
Arunachal Pradesh shall include the land, buildings, structures and road works as
described in Annexure- I of Schedule A.
II. The dates of handing over the Right of Way to the Contractor are specified in Annex-II of
this Schedule-A.
III. An inventory of the Site including the land, buildings, structures, road works, trees and
any other immovable property on, or attached to, the Site shall be prepared jointly by
the Authority Representative and the Contractor, and such inventory shall form part of
the memorandum referred to in Clause 8.2(i) of this Agreement.
IV. The alignment plans of the Project Highway are specified in Annex-III. In the case of
sections where no modification in the existing alignment of the Project Highway is
contemplated, the alignment plan has not been provided. Alignment plans have only
been given for sections where the existing alignment is proposed to be upgraded. The
proposed profile of the Project Highways shall be followed by the contractor with
minimum FRL as indicated in the alignment plan. The Contractor, however,
improve/upgrade the Road Profile as indicated in Annex-III based on site/design
requirement.
V. The Status of the environment clearances obtained or awaited is given in Annexure- IV.
Annex – I
(Schedule-A)
Site
1. Site
The Site of the [Intermediate-Lane] Project Highway comprises the Huri-Taliha section of
National Highway-913 commencing from km 160+75 to km 209+90 in the State of
Arunachal Pradesh. The land, carriageway and structures comprising the Site are
described below.
2. Land
The Site of the Project Highway comprises the land (sum total of land already in
possession and land to be possessed) as described below:

Design Chainage(km) Right of Way


S. No. Length (m) Remarks
From To (m)
1 160+750 160+975 225 24
2 160+975 161+225 250 40
3 161+225 161+450 225 24
4 161+450 161+650 200 30
5 161+650 161+784 134 50
6 161+784 161+875 91 30
7 161+875 162+325 450 24
8 162+325 162+525 200 40
9 162+525 162+650 125 50
10 162+650 162+850 200 30
11 162+850 163+150 300 50
12 163+150 163+400 250 30
13 163+400 163+525 125 24
14 163+525 163+625 100 30
15 163+625 163+875 250 24 Greenfield section
16 163+875 163+975 100 50
17 163+975 164+150 175 30
18 164+150 164+325 175 40
19 164+325 164+425 100 24
20 164+425 164+550 125 40
21 164+550 164+700 150 24
22 164+700 164+825 125 40
23 164+825 164+925 100 50
24 164+925 165+275 350 30
25 165+275 165+425 150 50
26 165+425 165+575 150 40
27 165+575 166+125 550 24
28 166+125 166+250 125 40
29 166+250 166+425 175 24
30 166+425 166+625 200 30
31 166+625 167+175 550 24
32 167+175 167+275 100 30
33 167+275 167+500 225 40
34 167+500 167+800 300 50
35 167+800 167+925 125 40
36 167+925 168+075 150 30
37 168+075 168+225 150 40
38 168+225 168+750 525 24
39 168+750 168+900 150 40
40 168+900 169+025 125 30
41 169+025 169+225 200 40
42 169+225 170+375 1150 24
43 170+375 170+850 475 40
44 170+850 171+050 200 50
45 171+050 171+275 225 60
46 171+275 171+550 275 50
47 171+550 172+050 500 40
48 172+050 172+133 83 50
49 172+133 172+300 167 40
50 172+300 172+425 125 30
51 172+425 172+525 100 40
52 172+525 172+650 125 24
53 172+650 172+825 175 50
54 172+825 173+275 450 24
55 173+275 173+400 125 30
56 173+400 173+750 350 40
57 173+750 173+925 175 24
58 173+925 174+150 225 60
59 174+150 174+275 125 30
60 174+275 174+450 175 50
61 174+450 174+650 200 40
62 174+650 174+775 125 30
63 174+775 174+950 175 40
64 174+950 175+150 200 60
65 175+150 175+375 225 40
66 175+375 175+525 150 30
67 175+525 175+925 400 50
68 175+925 176+075 150 40
69 176+075 176+250 175 24
70 176+250 176+350 100 30
71 176+350 176+650 300 50
72 176+650 176+825 175 60
73 176+825 177+075 250 50
74 177+075 177+475 400 60
75 177+475 177+650 175 30
76 177+650 178+250 600 50
77 178+250 178+400 150 40
78 178+400 178+650 250 24
79 178+650 179+125 475 60
80 179+125 179+275 150 24
81 179+275 179+500 225 50
82 179+500 180+075 575 60
83 180+075 180+300 225 40
84 180+300 180+500 200 50
85 180+500 180+600 100 60
86 180+600 180+850 250 30
87 180+850 180+975 125 40
88 180+975 181+175 200 24
89 181+175 181+400 225 50
90 181+400 181+550 150 40
91 181+550 181+825 275 50
92 181+825 181+975 150 40
93 181+975 182+300 325 50
94 182+300 182+400 100 40
95 182+400 182+750 350 50
96 182+750 182+950 200 30
97 182+950 183+325 375 24
98 183+325 183+475 150 30
99 183+475 183+600 125 24
100 183+600 183+900 300 30
101 183+900 184+100 200 24
102 184+100 184+225 125 30
103 184+225 184+350 125 24
104 184+350 184+550 200 50
105 184+550 184+975 425 40
106 184+975 185+150 175 30
107 185+150 185+275 125 40
108 185+275 185+725 450 24
109 185+725 185+975 250 60
110 185+975 186+075 100 24
111 186+075 186+225 150 50
112 186+225 186+425 200 24
113 186+425 186+725 300 40
114 186+725 186+925 200 50
115 186+925 187+025 100 40
116 187+025 187+125 100 24
117 187+125 187+250 125 50
118 187+250 187+425 175 24
119 187+425 187+525 100 40
120 187+525 187+650 125 30
121 187+650 188+000 350 24
122 188+000 188+100 100 40
123 188+100 188+350 250 30
124 188+350 188+600 250 60
125 188+600 188+850 250 24
126 188+850 189+075 225 50
127 189+075 189+275 200 40
128 189+275 189+400 125 50
129 189+400 189+500 100 40
130 189+500 189+625 125 30
131 189+625 189+775 150 24
132 189+775 190+025 250 60
133 190+025 190+200 175 50
134 190+200 190+550 350 24
135 190+550 190+647 97 40
136 190+647 190+875 228 24
137 190+875 191+525 650 50
138 191+525 191+700 175 40
139 191+700 191+975 275 24
140 191+975 192+275 300 50
141 192+275 192+625 350 24
142 192+625 192+825 200 50
143 192+825 193+150 325 30
144 193+150 193+228 78 40
145 193+228 193+400 172 24
146 193+400 193+500 100 40
147 193+500 193+775 275 30
148 193+775 194+675 900 24
149 194+675 194+800 125 30
150 194+800 194+975 175 40
151 194+975 195+125 150 30
152 195+125 195+225 100 40
153 195+225 195+350 125 50
154 195+350 195+650 300 24
155 195+650 195+775 125 30
156 195+775 196+225 450 24
157 196+225 196+475 250 40
158 196+475 196+625 150 50
159 196+625 197+300 675 40
160 197+300 197+675 375 24
161 197+675 197+825 150 40
162 197+825 198+025 200 30
163 198+025 198+250 225 24
164 198+250 198+375 125 30
165 198+375 198+550 175 24
166 198+550 198+675 125 30
167 198+675 199+025 350 24
168 199+025 199+148 123 30
169 199+148 199+675 527 24
170 199+675 199+800 125 30
171 199+800 199+975 175 24
172 199+975 200+100 125 30
173 200+100 200+350 250 24
174 200+350 200+525 175 30
175 200+525 201+075 550 24
176 201+075 201+200 125 40
177 201+200 201+350 150 30
178 201+350 201+525 175 24
179 201+525 201+650 125 30
180 201+650 201+750 100 40
181 201+750 201+900 150 24
182 201+900 202+025 125 40
183 202+025 202+175 150 30
184 202+175 202+775 600 24
185 202+775 202+900 125 40
186 202+900 203+025 125 30
187 203+025 203+250 225 24
188 203+250 203+450 200 40
189 203+450 203+575 125 50
190 203+575 203+675 100 40
191 203+675 203+800 125 50
192 203+800 203+925 125 40
193 203+925 204+125 200 50
194 204+125 204+450 325 30
195 204+450 204+750 300 24
196 204+750 204+850 100 30
197 204+850 205+050 200 24
198 205+050 205+200 150 40
199 205+200 205+400 200 24
200 205+400 205+600 200 30
201 205+600 205+875 275 40
202 205+875 206+000 125 24
203 206+000 206+100 100 40
204 206+100 206+275 175 50
205 206+275 206+475 200 30
206 206+475 206+650 175 50
207 206+650 206+775 125 24
208 206+775 206+925 150 40
209 206+925 207+025 100 30
210 207+025 207+150 125 40
211 207+150 207+475 325 24
212 207+475 207+575 100 30
213 207+575 207+800 225 24
214 207+800 207+900 100 30
215 207+900 208+575 675 24
216 208+575 208+750 175 40
217 208+750 208+850 100 50
218 208+850 209+425 575 24
219 209+425 209+600 175 40
220 209+600 209+750 150 30
221 209+750 209+900 150 24

3. Carriageway
There is no existing road and the alignment is entirely Greenfield.
4. Major Bridges
The Site includes the following Major Bridges.

Existing Type of super structures No. of Spans


Carriageway Overall
S. No. Chainage Sub- Super with span
Foundation width (m) width (m)
(m) structure structure length (m)

Nil

5. Road over-bridges (ROB)/ Road under-bridges (RUB):

NIL

6. Grade separators:

NIL

7. Minor bridges:

The Site includes the following minor bridges:

S. Existing Type of Structure No. of Spans Carriageway Overall


No. Chainage Sub Super with span Width (m) width
Foundation
(m) structure structure length (m) (m)
Nil

8. Railway level crossings:

NIL

9. Underpasses (vehicular, non-vehicular):

Nil

10. Culverts:

Nil

11. Bus Bays:

Nil

12. Truck Lay byes:

NIL

13. Road side drains:

NIL

14. Major junctions:

Nil

15. Minor Junctions:

Nil

16. Bypasses:

Nil

17. Other structures:

Nil

18. Utilities:

Nil
Annex – II
(As per Clause 8.3 (i))
(Schedule-A)

Dates for providing Right of Way of Construction zone

The dates on which the Authority shall provide Right of Way to the C ontractor on
different stretches of the Site are stated below:

Design Chainage(km) Right of Way Date of Providing


S. No. Length (m)
(m) Full Right of Way
From To
1 160+750 160+975 225 24
2 160+975 161+225 250 40
3 161+225 161+450 225 24
4 161+450 161+650 200 30
5 161+650 161+784 134 50
6 161+784 161+875 91 30
7 161+875 162+325 450 24
8 162+325 162+525 200 40
9 162+525 162+650 125 50
10 162+650 162+850 200 30
11 162+850 163+150 300 50
12 163+150 163+400 250 30
13 163+400 163+525 125 24
14 163+525 163+625 100 30
15 163+625 163+875 250 24
16 163+875 163+975 100 50 On appointed date
17 163+975 164+150 175 30
18 164+150 164+325 175 40
19 164+325 164+425 100 24
20 164+425 164+550 125 40
21 164+550 164+700 150 24
22 164+700 164+825 125 40
23 164+825 164+925 100 50
24 164+925 165+275 350 30
25 165+275 165+425 150 50
26 165+425 165+575 150 40
27 165+575 166+125 550 24
28 166+125 166+250 125 40
29 166+250 166+425 175 24
30 166+425 166+625 200 30
31 166+625 167+175 550 24
32 167+175 167+275 100 30
33 167+275 167+500 225 40
34 167+500 167+800 300 50
35 167+800 167+925 125 40
36 167+925 168+075 150 30
37 168+075 168+225 150 40
38 168+225 168+750 525 24
39 168+750 168+900 150 40
40 168+900 169+025 125 30
41 169+025 169+225 200 40
42 169+225 170+375 1150 24
43 170+375 170+850 475 40
44 170+850 171+050 200 50
45 171+050 171+275 225 60
46 171+275 171+550 275 50
47 171+550 172+050 500 40
48 172+050 172+133 83 50
49 172+133 172+300 167 40
50 172+300 172+425 125 30
51 172+425 172+525 100 40
52 172+525 172+650 125 24
53 172+650 172+825 175 50
54 172+825 173+275 450 24
55 173+275 173+400 125 30
56 173+400 173+750 350 40
57 173+750 173+925 175 24
58 173+925 174+150 225 60
59 174+150 174+275 125 30
60 174+275 174+450 175 50
61 174+450 174+650 200 40
62 174+650 174+775 125 30
63 174+775 174+950 175 40
64 174+950 175+150 200 60
65 175+150 175+375 225 40
66 175+375 175+525 150 30
67 175+525 175+925 400 50
68 175+925 176+075 150 40
69 176+075 176+250 175 24
70 176+250 176+350 100 30
71 176+350 176+650 300 50
72 176+650 176+825 175 60
73 176+825 177+075 250 50
74 177+075 177+475 400 60
75 177+475 177+650 175 30
76 177+650 178+250 600 50
77 178+250 178+400 150 40
78 178+400 178+650 250 24
79 178+650 179+125 475 60
80 179+125 179+275 150 24
81 179+275 179+500 225 50
82 179+500 180+075 575 60
83 180+075 180+300 225 40
84 180+300 180+500 200 50
85 180+500 180+600 100 60
86 180+600 180+850 250 30
87 180+850 180+975 125 40
88 180+975 181+175 200 24
89 181+175 181+400 225 50
90 181+400 181+550 150 40
91 181+550 181+825 275 50
92 181+825 181+975 150 40
93 181+975 182+300 325 50
94 182+300 182+400 100 40
95 182+400 182+750 350 50
96 182+750 182+950 200 30
97 182+950 183+325 375 24
98 183+325 183+475 150 30
99 183+475 183+600 125 24
100 183+600 183+900 300 30
101 183+900 184+100 200 24
102 184+100 184+225 125 30
103 184+225 184+350 125 24
104 184+350 184+550 200 50
105 184+550 184+975 425 40
106 184+975 185+150 175 30
107 185+150 185+275 125 40
108 185+275 185+725 450 24
109 185+725 185+975 250 60
110 185+975 186+075 100 24
111 186+075 186+225 150 50
112 186+225 186+425 200 24
113 186+425 186+725 300 40
114 186+725 186+925 200 50
115 186+925 187+025 100 40
116 187+025 187+125 100 24
117 187+125 187+250 125 50
118 187+250 187+425 175 24
119 187+425 187+525 100 40
120 187+525 187+650 125 30
121 187+650 188+000 350 24
122 188+000 188+100 100 40
123 188+100 188+350 250 30
124 188+350 188+600 250 60
125 188+600 188+850 250 24
126 188+850 189+075 225 50
127 189+075 189+275 200 40
128 189+275 189+400 125 50
129 189+400 189+500 100 40
130 189+500 189+625 125 30
131 189+625 189+775 150 24
132 189+775 190+025 250 60
133 190+025 190+200 175 50
134 190+200 190+550 350 24
135 190+550 190+647 97 40
136 190+647 190+875 228 24
137 190+875 191+525 650 50
138 191+525 191+700 175 40
139 191+700 191+975 275 24
140 191+975 192+275 300 50
141 192+275 192+625 350 24
142 192+625 192+825 200 50
143 192+825 193+150 325 30
144 193+150 193+228 78 40
145 193+228 193+400 172 24
146 193+400 193+500 100 40
147 193+500 193+775 275 30
148 193+775 194+675 900 24
149 194+675 194+800 125 30
150 194+800 194+975 175 40
151 194+975 195+125 150 30
152 195+125 195+225 100 40
153 195+225 195+350 125 50
154 195+350 195+650 300 24
155 195+650 195+775 125 30
156 195+775 196+225 450 24
157 196+225 196+475 250 40
158 196+475 196+625 150 50
159 196+625 197+300 675 40
160 197+300 197+675 375 24
161 197+675 197+825 150 40
162 197+825 198+025 200 30
163 198+025 198+250 225 24
164 198+250 198+375 125 30
165 198+375 198+550 175 24
166 198+550 198+675 125 30
167 198+675 199+025 350 24
168 199+025 199+148 123 30
169 199+148 199+675 527 24
170 199+675 199+800 125 30
171 199+800 199+975 175 24
172 199+975 200+100 125 30
173 200+100 200+350 250 24
174 200+350 200+525 175 30
175 200+525 201+075 550 24
176 201+075 201+200 125 40
177 201+200 201+350 150 30
178 201+350 201+525 175 24
179 201+525 201+650 125 30
180 201+650 201+750 100 40
181 201+750 201+900 150 24
182 201+900 202+025 125 40
183 202+025 202+175 150 30
184 202+175 202+775 600 24
185 202+775 202+900 125 40
186 202+900 203+025 125 30
187 203+025 203+250 225 24
188 203+250 203+450 200 40
189 203+450 203+575 125 50
190 203+575 203+675 100 40
191 203+675 203+800 125 50
192 203+800 203+925 125 40
193 203+925 204+125 200 50
194 204+125 204+450 325 30
195 204+450 204+750 300 24
196 204+750 204+850 100 30
197 204+850 205+050 200 24
198 205+050 205+200 150 40
199 205+200 205+400 200 24
200 205+400 205+600 200 30
201 205+600 205+875 275 40
202 205+875 206+000 125 24
203 206+000 206+100 100 40
204 206+100 206+275 175 50
205 206+275 206+475 200 30
206 206+475 206+650 175 50
207 206+650 206+775 125 24
208 206+775 206+925 150 40
209 206+925 207+025 100 30
210 207+025 207+150 125 40
211 207+150 207+475 325 24
212 207+475 207+575 100 30
213 207+575 207+800 225 24
214 207+800 207+900 100 30
215 207+900 208+575 675 24
216 208+575 208+750 175 40
217 208+750 208+850 100 50
218 208+850 209+425 575 24
219 209+425 209+600 175 40
220 209+600 209+750 150 30
221 209+750 209+900 150 24
Annex – III
(Schedule-A)

Alignment Plans

The existing alignment of the Project Highway shall be modified in the following
sections as per the alignment plan indicated below:

I. The alignment of the Project Highway is enclosed in alignment plan. Finished


road level indicated in the alignment plan shall be followed by the contractor as
minimum FRL. In any case, the finished road level of the project highway shall
not be less than those indicated in the alignment plan. The contractor shall,
however, improve/upgrade the Road profile as indicated in Annex-III based on
site/design requirement.

II. Traffic Signage plan of the Project Highway showing numbers & location of
traffic signs is enclosed. The contractor shall, however, improve/upgrade upon
the traffic signage plan as indicated in Annex-III based on site/design
requirement as per IRC: SP: 99 & IRC: 67.
Annex – IV

(Schedule-A)

Environment Clearances

The Environment Clearances are not required for this Project Highway.
SCHEDULE – B

(See Clause 2.1)

Development of the Project Highway

1 Development of the Project Highway

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

2 Rehabilitation and augmentation

Rehabilitation and augmentation shall include construction of Intermediate-Lane


configuration Project Highway as described in Annex-I of this Schedule-B and in
Schedule-C.

3 Specifications and Standards

The Project Highway shall be designed and constructed in conformity with the
Specifications and Standards specified in Annex-I of Schedule-D.
Annex – I

(Schedule-B)

Description of the Intermediate Lane Project Highway

1. Development of Intermediate Lane Highway in Greenfield Section


i. The Project Highway shall follow the greenfield alignment as shown in the
alignment plans specified in Annex-III of Schedule-A. Geometric
deficiencies, if any, in the horizontal and vertical profiles shown in Annex-I
of Schedule A shall be corrected as per the prescribed standards for
mountainous and steep terrain to the extent land is available.

ii. Width of Carriageway


a. Intermediate-Lane National Highway shall be constructed. The paved
carriageway shall be 5.5m wide in accordance with the typical cross
sections mentioned at para 2(XI) of this Annex-I of Schedule-B.
b. Except as otherwise provided in this agreement, the width of the
paved carriageway and cross-sectional features shall conform to this
paragraph.
2. Geometric Design and General Features
i. General
Geometric design and general features of the Project Highway shall be in
accordance with the Section 2 of the Manual.
ii. Design speed
The design speed shall be minimum design speed of 40 kmph for
mountainous/steep terrain except following locations:
S. No. Chainage (km) Design Speed (kmph)
1 189+487 30
2 190+040 30
3 190+413 30
4 195+251 30
5 195+366 30
6 195+464 30
7 195+544 30
8 195+783 30
9 195+895 30
10 195+961 30
iii. Improvement of the existing road geometrics:
NIL
iv. Right of Way
The details of the Right of Way are given in Annexure-II of Schedule-A.
v. Type of shoulders
a. In built-up sections, footpaths/fully paved shoulders shall be provided in
the following stretches:

Design Chainage (m) Width Covered


Width of Paved of drain TCS
Sl. No
From (m) To (m) Length (m) Carriageway Shoulder Paver Cum Type
block Footpath
Nil

b. In open country, 1.45 m hard shoulders (100 mm GSB shall be provided)


c. Design and specifications of hard shoulder shall conform to the
requirements specified in the Relevant manual.

vi. Lateral and vertical clearances at underpasses:


NIL
vii. Lateral and vertical clearances at overpasses
NIL
viii. Service roads / Slip roads
NIL
ix. Grade separated structures:
NIL
x. Cattle and pedestrian underpass /overpass:
NIL
xi. Typical cross-sections of the Project Highway

The typical cross sections to be provided on the Project Highway are as under:

Design Chainage(Km)
S.No Length(m) TCS Type
From To
1 160+750 160+775 25 TCS II

2 160+775 160+850 75 TCS I


3 160+850 160+875 25 TCS III
Design Chainage(Km)
S.No Length(m) TCS Type
From To

4 160+875 160+925 50 TCS I


5 160+925 160+950 25 TCS II
6 160+950 161+100 150 TCS III
7 161+100 161+125 25 TCS I
8 161+125 161+375 250 TCS III
9 161+375 161+425 50 TCS I
10 161+425 161+575 150 TCS III
11 161+575 161+600 25 TCS I
12 161+600 161+742 142 TCS III
13 161+742 161+784 42 BRIDGE
14 161+784 161+800 16 TCS I
15 161+800 161+925 125 TCS III
16 161+925 161+975 50 TCS I
17 161+975 162+000 25 TCS II
18 162+000 162+025 25 TCS I
19 162+025 162+050 25 TCS III
20 162+050 162+125 75 TCS I
21 162+125 162+700 575 TCS III
22 162+700 162+750 50 TCS I
23 162+750 163+175 425 TCS III
24 163+175 163+200 25 TCS I
25 163+200 163+400 200 TCS III
26 163+400 163+525 125 TCS I
27 163+525 163+550 25 TCS III
28 163+550 163+600 50 TCS I
29 163+600 163+625 25 TCS III
30 163+625 163+659 34 TCS I
31 163+659 163+769 110 BRIDGE
32 163+769 163+875 106 TCS I
33 163+875 164+025 150 TCS III
34 164+025 164+050 25 TCS I
35 164+050 164+342 292 TCS III
36 164+342 164+362 20 BRIDGE
Design Chainage(Km)
S.No Length(m) TCS Type
From To

37 164+362 164+375 13 TCS II


38 164+375 164+575 200 TCS III
39 164+575 164+600 25 TCS I
40 164+600 164+625 25 TCS II
41 164+625 165+125 500 TCS III
42 165+125 165+175 50 TCS I
43 165+175 165+593 418 TCS III
44 165+593 165+618 25 BRIDGE
45 165+618 165+625 7 TCS II
46 165+625 165+800 175 TCS III
47 165+800 165+875 75 TCS I
48 165+875 166+250 375 TCS III
49 166+250 166+275 25 TCS I
50 166+275 166+276 1 TCS II
51 166+276 166+326 50 BRIDGE
52 166+326 166+350 24 TCS II
53 166+350 166+625 275 TCS III
54 166+625 166+750 125 TCS I
55 166+750 166+800 50 TCS III
56 166+800 166+850 50 TCS I
57 166+850 167+000 150 TCS III
58 167+000 167+011 11 TCS I
59 167+011 167+086 75 BRIDGE
60 167+086 167+100 14 TCS II
61 167+100 167+900 800 TCS III
62 167+900 168+000 100 TCS I
63 168+000 168+375 375 TCS III
64 168+375 168+450 75 TCS I
65 168+450 168+600 150 TCS III
66 168+600 168+675 75 TCS I
67 168+675 168+925 250 TCS III
68 168+925 168+975 50 TCS I
69 168+975 169+250 275 TCS III
Design Chainage(Km)
S.No Length(m) TCS Type
From To

70 169+250 169+300 50 TCS I


71 169+300 169+325 25 TCS III
72 169+325 169+350 25 TCS I
73 169+350 169+546 196 TCS III
74 169+546 169+621 75 BRIDGE
75 169+621 169+625 4 TCS I
76 169+625 169+825 200 TCS III
77 169+825 169+925 100 TCS I
78 169+925 170+350 425 TCS III
79 170+350 170+375 25 TCS I
80 170+375 170+675 300 TCS III
81 170+675 170+700 25 TCS II
82 170+700 171+342 642 TCS III
83 171+342 171+392 50 BRIDGE
84 171+392 171+400 8 TCS I
85 171+400 171+635 235 TCS III
86 171+635 171+725 90 BRIDGE
87 171+725 171+750 25 TCS I
88 171+750 172+133 383 TCS III
89 172+133 172+173 40 BRIDGE
90 172+173 172+225 52 TCS I
91 172+225 172+350 125 TCS III
92 172+350 172+375 25 TCS I
93 172+375 172+875 500 TCS III
94 172+875 172+900 25 TCS I
95 172+900 172+975 75 TCS III
96 172+975 173+050 75 TCS I
97 173+050 173+122 72 TCS III
98 173+122 173+232 110 BRIDGE
99 173+232 173+250 18 TCS I
100 173+250 173+350 100 TCS III
101 173+350 173+375 25 TCS I
102 173+375 173+491 116 TCS III
Design Chainage(Km)
S.No Length(m) TCS Type
From To

103 173+491 173+551 60 BRIDGE


104 173+551 173+575 24 TCS I
105 173+575 173+750 175 TCS III
106 173+750 173+850 100 TCS I
107 173+850 174+700 850 TCS III
108 174+700 174+750 50 TCS I
109 174+750 175+704 954 TCS III
110 175+704 175+729 25 BRIDGE
111 175+729 175+775 46 TCS I
112 175+775 176+100 325 TCS III
113 176+100 176+125 25 TCS I
114 176+125 176+150 25 TCS II
115 176+150 176+250 100 TCS I
116 176+250 177+825 1575 TCS III
117 177+825 177+900 75 TCS I
118 177+900 178+500 600 TCS III
119 178+500 178+525 25 TCS I
120 178+525 179+144 619 TCS III
121 179+144 179+184 40 BRIDGE
122 179+184 179+200 16 TCS II
123 179+200 180+131 931 TCS III
124 180+131 180+151 20 BRIDGE
125 180+151 180+375 224 TCS III
126 180+375 180+425 50 TCS I
127 180+425 180+700 275 TCS III
128 180+700 180+775 75 TCS I
129 180+775 183+000 2225 TCS III
130 183+000 183+050 50 TCS II
131 183+050 183+075 25 TCS I
132 183+075 183+150 75 TCS III
133 183+150 183+200 50 TCS II
134 183+200 183+650 450 TCS III
135 183+650 183+700 50 TCS I
Design Chainage(Km)
S.No Length(m) TCS Type
From To

136 183+700 183+800 100 TCS III


137 183+800 183+825 25 TCS I
138 183+825 183+925 100 TCS III
139 183+925 183+975 50 TCS I
140 183+975 184+150 175 TCS III
141 184+150 184+325 175 TCS I
142 184+325 185+325 1000 TCS III
143 185+325 185+400 75 TCS I
144 185+400 185+475 75 TCS III
145 185+475 185+525 50 TCS I
146 185+525 185+550 25 TCS III
147 185+550 185+625 75 TCS I
148 185+625 186+000 375 TCS III
149 186+000 186+050 50 TCS I
150 186+050 187+025 975 TCS III
151 187+025 187+050 25 TCS I
152 187+050 187+075 25 TCS III
153 187+075 187+100 25 TCS I
154 187+100 187+225 125 TCS III
155 187+225 187+300 75 TCS I
156 187+300 187+325 25 TCS III
157 187+325 187+350 25 TCS I
158 187+350 187+525 175 TCS III
159 187+525 187+575 50 TCS I
160 187+575 187+700 125 TCS III
161 187+700 187+775 75 TCS II
162 187+775 187+800 25 TCS I
163 187+800 187+825 25 TCS III
164 187+825 187+900 75 TCS I
165 187+900 188+125 225 TCS III
166 188+125 188+150 25 TCS I
167 188+150 188+675 525 TCS III
168 188+675 188+775 100 TCS I
Design Chainage(Km)
S.No Length(m) TCS Type
From To

169 188+775 189+150 375 TCS III


170 189+150 189+200 50 TCS I
171 189+200 189+352 152 TCS III
172 189+352 189+382 30 BRIDGE
173 189+382 189+400 18 TCS II
174 189+400 189+600 200 TCS III
175 189+600 189+625 25 TCS I
176 189+625 189+630 5 TCS II
177 189+630 189+660 30 BRIDGE
178 189+660 189+675 15 TCS II
179 189+675 189+725 50 TCS I
180 189+725 190+275 550 TCS III
181 190+275 190+350 75 TCS I
182 190+350 190+425 75 TCS III
183 190+425 190+438 13 TCS II
184 190+438 190+488 50 BRIDGE
185 190+488 190+500 12 TCS I
186 190+500 190+625 125 TCS III
187 190+625 190+647 22 TCS I
188 190+647 190+722 75 BRIDGE
189 190+722 190+750 28 TCS II
190 190+750 190+775 25 TCS III
191 190+775 190+800 25 TCS I
192 190+800 190+850 50 TCS II
193 190+850 190+875 25 TCS I
194 190+875 191+825 950 TCS III
195 191+825 191+925 100 TCS I
196 191+925 192+325 400 TCS III
197 192+325 192+350 25 TCS I
198 192+350 192+375 25 TCS II
199 192+375 192+950 575 TCS III
200 192+950 193+000 50 TCS I
201 193+000 193+228 228 TCS III
Design Chainage(Km)
S.No Length(m) TCS Type
From To

202 193+228 193+303 75 BRIDGE


203 193+303 193+400 97 TCS I
204 193+400 193+960 560 TCS III
205 193+960 193+985 25 BRIDGE
206 193+985 194+000 15 TCS II
207 194+000 194+075 75 TCS I
208 194+075 194+200 125 TCS III
209 194+200 194+325 125 TCS I
210 194+325 194+350 25 TCS III
211 194+350 194+450 100 TCS I
212 194+450 195+375 925 TCS III
213 195+375 195+400 25 TCS I
214 195+400 195+475 75 TCS III
215 195+475 195+500 25 TCS I
216 195+500 195+525 25 TCS II
217 195+525 195+554 29 TCS I
218 195+554 195+604 50 BRIDGE
219 195+604 195+625 21 TCS II
220 195+625 197+525 1900 TCS III
221 197+525 197+625 100 TCS I
222 197+625 197+950 325 TCS III
223 197+950 198+000 50 TCS I
224 198+000 198+025 25 TCS III
225 198+025 198+075 50 TCS I
226 198+075 198+100 25 TCS III
227 198+100 198+175 75 TCS I
228 198+175 198+800 625 TCS III
229 198+800 198+825 25 TCS I
230 198+825 198+875 50 TCS II
231 198+875 199+000 125 TCS III
232 199+000 199+025 25 TCS I
233 199+025 199+088 63 TCS III
234 199+088 199+148 60 BRIDGE
Design Chainage(Km)
S.No Length(m) TCS Type
From To

235 199+148 199+175 27 TCS II


236 199+175 199+200 25 TCS I
237 199+200 199+250 50 TCS III
238 199+250 199+350 100 TCS I
239 199+350 199+425 75 TCS III
240 199+425 199+500 75 TCS I
241 199+500 199+850 350 TCS III
242 199+850 199+950 100 TCS I
243 199+950 200+050 100 TCS III
244 200+050 200+100 50 TCS I
245 200+100 200+125 25 TCS III
246 200+125 200+300 175 TCS I
247 200+300 200+700 400 TCS III
248 200+700 200+850 150 TCS I
249 200+850 200+875 25 TCS II
250 200+875 201+000 125 TCS I
251 201+000 201+250 250 TCS III
252 201+250 201+300 50 TCS I
253 201+300 201+375 75 TCS III
254 201+375 201+500 125 TCS I
255 201+500 201+825 325 TCS III
256 201+825 201+875 50 TCS I
257 201+875 202+525 650 TCS III
258 202+525 202+550 25 TCS I
259 202+550 202+675 125 TCS III
260 202+675 202+725 50 TCS II
261 202+725 202+750 25 TCS I
262 202+750 203+075 325 TCS III
263 203+075 203+150 75 TCS I
264 203+150 203+800 650 TCS III
265 203+800 203+850 50 TCS I
266 203+850 204+125 275 TCS III
267 204+125 204+127 2 TCS I
Design Chainage(Km)
S.No Length(m) TCS Type
From To

268 204+127 204+177 50 BRIDGE


269 204+177 204+200 23 TCS I
270 204+200 204+650 450 TCS III
271 204+650 204+700 50 TCS I
272 204+700 204+950 250 TCS III
273 204+950 205+025 75 TCS I
274 205+025 205+250 225 TCS III
275 205+250 205+260 10 TCS I
276 205+260 205+310 50 BRIDGE
277 205+310 205+325 15 TCS II
278 205+325 205+450 125 TCS III
279 205+450 205+475 25 TCS I
280 205+475 205+500 25 TCS II
281 205+500 205+525 25 TCS I
282 205+525 205+625 100 TCS III
283 205+625 205+650 25 TCS I
284 205+650 206+375 725 TCS III
285 206+375 206+425 50 TCS I
286 206+425 206+675 250 TCS III
287 206+675 206+725 50 TCS I
288 206+725 207+225 500 TCS III
289 207+225 207+250 25 TCS I
290 207+250 207+275 25 TCS III
291 207+275 207+350 75 TCS I
292 207+350 207+425 75 TCS III
293 207+425 207+450 25 TCS I
294 207+450 207+675 225 TCS III
295 207+675 207+725 50 TCS I
296 207+725 207+925 200 TCS III
297 207+925 208+000 75 TCS I
298 208+000 208+100 100 TCS III
299 208+100 208+150 50 TCS I
300 208+150 208+175 25 TCS II
Design Chainage(Km)
S.No Length(m) TCS Type
From To

301 208+175 208+200 25 TCS I


302 208+200 208+300 100 TCS III
303 208+300 208+500 200 TCS I
304 208+500 208+875 375 TCS III
305 208+875 208+950 75 TCS I
306 208+950 208+975 25 TCS II
307 208+975 209+050 75 TCS I
308 209+050 209+650 600 TCS III
309 209+650 209+675 25 TCS I
310 209+675 209+800 125 TCS III
311 209+800 209+900 100 TCS I
49150

TCS wise length distribution is as under:


Sr. Length
TCS type Description
No. (in m)
INTERMEDIATE ROAD WITH HARD SHOULDERS IN OPEN
1 TCS I COUNTRY WITH STONE MASONARY WALL IN VALLEY SIDE 6986.5
AND CUTTING IN HILL SIDE (MOUNTAINOUS TERRAIN)
INTERMEDIATE ROAD WITH HARD SHOULDERS IN OPEN
2 TCS II 840.5
COUNTRY WITH BOTH SIDE STONE MASONARY WALL
INTERMEDIATE ROAD WITH HARD SHOULDERS IN OPEN
3 TCS III COUNTRY IN BOX CUTTING WITH BOTH SIDE PCC BREAST 39611.5
WALL & CUTTING (MOUNTAINOUS TERRAIN)
4 TCS IV 2 LANE NEW BRIDGE 1327

5 Culvert 384.5
Total length (in m) 49150
3. INTERSECTIONS AND GRADE SEPARATORS:
All intersections and grade separators shall be as per Section 3 of the relevant
Manual.

Properly designed intersections shall be provided at the locations and of the types
and features given in the tables below:

i. At-grade intersections:

Junctions shall be provided where major roads, cross or join the project road.

(a) Major Junctions:

Sr. No. Design Chainage (m) Type of Junction Location

Nil

(b) Minor Junctions:

The following minor Junctions shall be improved as per relevant manual.

Sr.
Design Chainage (m) Type of Intersection Location
No.

1. 160+800 Y-Junction Village


2. 196+370 T-Junction Village
3. 208+130 T-Junction Village
4. 209+900 Y-Junction Village

ii. Grade separated intersection with/without ramps:

NIL

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. Raising of the existing road.

The existing road shall be raised in the following sections:


S.
Section (from km to km) Length (Km) Extent of raising
No.
NIL

5. PAVEMENT DESIGN

i. Pavement design shall be carried out in accordance with the relevant


Manual.

ii. Type of pavement- Flexible pavement.

iii. Design requirements:

a. Design Period and strategy

Flexible pavement for new pavement shall be designed for a minimum


design period of 15 years. Stage construction shall not be permitted.

b. Design Traffic

Notwithstanding anything to the contrary contained in this Agreement


or the Manual, the Contractor shall design the pavement for a design
traffic of 8 million standard axles (msa).

Notwithstanding the actual traffic and actual effective subgrade CBR ,


minimum pavement crust composition shall be provided:

1. Mixed Seal Surfacing: 20mm


2. Dense Bituminous Macadam (DBM) Grade-II :50mm
3. Wet Mix Macadam (WMM): 150mm
4. Granular Sub Base (GSB): 100mm
iv. Reconstruction of stretches

Entire road shall be newly constructed.


6. ROADSIDE DRAINAGE

Drainage system including surface and subsurface drains for the Project Highway
shall be provided as per Section 6 of the relevant Manual.

(a) Open Drain

RCC open drain in 86209m shall be provided on hill side along the Project Highway
as shown in the TCS.
(b) Covered Drain- NIL
[Note: variation in length of drain beyond 10% only shall be treated as positive/negative
change of scope. For the sake of clarity, it is mentioned that only the
increase/decrease in length in excess of 10% of original length shall be considered for
positive/negative CoS.]

7. DESIGN OF STRUCTURES

i. General
a. All bridges, culverts and structures shall be designed and constructed in
accordance with relevant Manual and shall conform to the cross- sectional
features and other details specified therein.

b. Width of the carriageway of new bridges and structures shall be 9.0m.

Major Bridge

Width Of Carriage
Span Arrangement
S.NO. CHAINAGE (km) Way And Cross
(m)
Sectional Features
1 163+714 1x30+1x50+1x30 8.0m carriage way and
0.5 m crash barrier (on
2 167+048 3x25
either sides) (Total outer
3 169+583 3x25 to outer width 9.0m)
4 171+680 3x30
5 173+177 1x25+2x30+1x25
6 190+684 3x25
7 193+265 3x25

Note: The hydraulic parameters such as HFL, Linear Water way, Afflux, Scour depth,
etc. shall be determined by the contractor during its design and approved by
Authority’s Engineer. Contractor is free to adopt any span arrangement, FRL,
Foundation / substructure / super structure type subject to approval from
Authority’s Engineer and fitment of approaches within the Right of Way. Any change
in overall length beyond 10% shall be treated as positive / negative change of scope.
For the sake of clarity, it is mentioned that only the increase/decrease in length in
excess of 10% of original length shall be considered for positive/negative CoS.

Minor Bridge-
Span Width Of Carriage
S.NO. CHAINAGE (km) Arrangement Way And Cross
(m) Sectional Features
1 161+763 3x14
2 164+352 1x20
3 165+605 1x25
4 166+301 2x25
5 171+367 1x50 8.0m carriage way
6 172+153 2x20 and 0.5m crash barrier
7 173+521 3x20 (on either sides) (Total
outer to outer width
8 175+716 1x25
9.0m)
9 179+164 2x20
10 180+141 1x20
11 189+367 1x30
12 189+645 1x30
13 190+463 2x25
14 193+972 1x25
15 195+579 2x25
16 199+118 3x20
17 204+152 1x50
18 205+285 2x25
Note: The hydraulic parameters such as HFL, Linear Water way, Afflux, Scour depth,
etc. shall be determined by the contractor during its design and approved by
Authority’s Engineer. Contractor is free to adopt any span arrangement, FRL,
Foundation / substructure / super structure type subject to approval from
Authority’s Engineer and fitment of approaches within the Right of Way. Any change
in overall length beyond 10% shall be treated as positive / negative change of scope.
For the sake of clarity, it is mentioned that only the increase/decrease in length in
excess of 10% of original length shall be considered for positive/negative CoS.

c. The following structures shall be provided with footpaths:

S. No. Location at km Remarks

NIL

d. All bridges shall be high-level bridges.

e. All the bridges shall be designed to carry utility services.


f. Cross-section of the new culverts and bridges at deck level for the Project
Highway shall conform to the GAD provided in the Drawing Folder

ii. Culverts:

a. Overall width of all culverts shall be equal to the roadway width of the
approaches.

b. Reconstruction of existing culverts: Nil

c. Widening of existing culverts: Nil

d. New culverts shall be constructed as per particulars given in the table


below:

Culvert Location Size [Span x


S.NO. TPYE
(Chainage km) Height (m)]
1 160+770 1x1.5 Slab Culvert
2 160+926 1x1.5 Slab Culvert
3 161+111 1x1.5 Slab Culvert
4 161+389 1x1.5 Slab Culvert
5 161+586 1x2.5 Slab Culvert
6 162+300 1x2.5 Slab Culvert
7 162+460 1x1.5 Slab Culvert
8 162+900 1x2.5 Slab Culvert
9 163+025 1x1.5 Slab Culvert
10 163+172 1x1.5 Slab Culvert
11 163+413 1x2.5 Slab Culvert
12 163+440 1x1.5 Slab Culvert
13 163+625 1x1.5 Slab Culvert
14 164+024 1x1.5 Slab Culvert
15 164+333 1x1.5 Slab Culvert
16 164+764 1x1.5 Slab Culvert
17 165+060 1x2.5 Slab Culvert
18 165+140 1x2.5 Slab Culvert
19 165+235 1x1.5 Slab Culvert
20 165+450 1x2.5 Slab Culvert
21 165+698 1x2.5 Slab Culvert
22 167+256 1x1.5 Slab Culvert
23 167+408 1x2.5 Slab Culvert
24 167+940 1x1.5 Slab Culvert
25 168+224 1x2.5 Slab Culvert
26 168+476 1x1.5 Slab Culvert
27 168+625 1x1.5 Slab Culvert
28 168+812 1x2.5 Slab Culvert
29 168+940 1x1.5 Slab Culvert
Culvert Location Size [Span x
S.NO. TPYE
(Chainage km) Height (m)]
30 169+125 1x2.5 Slab Culvert
31 169+345 1x2.5 Slab Culvert
32 169+430 1x1.5 Slab Culvert
33 169+859 1x1.5 Slab Culvert
34 170+264 1x1.5 Slab Culvert
35 170+351 1x1.5 Slab Culvert
36 170+481 1x2.5 Slab Culvert
37 170+675 1x1.5 Slab Culvert
38 170+784 1x2.5 Slab Culvert
39 170+975 1x2.5 Slab Culvert
40 171+850 1x1.5 Slab Culvert
41 172+013 1x2.5 Slab Culvert
42 172+119 1x1.5 Slab Culvert
43 172+350 1x1.5 Slab Culvert
44 172+596 1x1.5 Slab Culvert
45 172+876 1x1.5 Slab Culvert
46 172+994 1x1.5 Slab Culvert
47 173+777 1x1.5 Slab Culvert
48 174+150 1x1.5 Slab Culvert
49 174+483 1x1.5 Slab Culvert
50 174+694 1x2.5 Slab Culvert
51 174+839 1x2.5 Slab Culvert
52 175+882 1x2.5 Slab Culvert
53 175+942 1x2.5 Slab Culvert
54 176+042 1x2.5 Slab Culvert
55 176+115 1x1.5 Slab Culvert
56 176+440 1x2.5 Slab Culvert
57 176+582 1x2.5 Slab Culvert
58 176+708 1x2.5 Slab Culvert
59 176+800 1x2.5 Slab Culvert
60 176+941 1x2.5 Slab Culvert
61 177+573 1x1.5 Slab Culvert
62 177+835 1x1.5 Slab Culvert
63 178+000 1x2.5 Slab Culvert
64 178+265 1x2.5 Slab Culvert
65 178+352 1x1.5 Slab Culvert
66 178+448 1x1.5 Slab Culvert
67 178+862 1x2.5 Slab Culvert
68 179+351 1x1.5 Slab Culvert
69 179+477 1x2.5 Slab Culvert
70 179+724 1x2.5 Slab Culvert
71 179+906 1x2.5 Slab Culvert
72 180+397 1x1.5 Slab Culvert
73 180+557 1x1.5 Slab Culvert
Culvert Location Size [Span x
S.NO. TPYE
(Chainage km) Height (m)]
74 181+040 1x1.5 Slab Culvert
75 181+405 1x1.5 Slab Culvert
76 181+495 1x2.5 Slab Culvert
77 181+673 1x2.5 Slab Culvert
78 181+760 1x2.5 Slab Culvert
79 181+899 1x2.5 Slab Culvert
80 182+052 1x2.5 Slab Culvert
81 182+350 1x2.5 Slab Culvert
82 182+465 1x2.5 Slab Culvert
83 183+010 1x1.5 Slab Culvert
84 183+160 1x1.5 Slab Culvert
85 183+397 1x2.5 Slab Culvert
86 183+671 1x1.5 Slab Culvert
87 183+792 1x1.5 Slab Culvert
88 183+939 1x1.5 Slab Culvert
89 184+051 1x1.5 Slab Culvert
90 184+236 1x1.5 Slab Culvert
91 184+481 1x2.5 Slab Culvert
92 184+668 1x1.5 Slab Culvert
93 184+772 1x1.5 Slab Culvert
94 185+075 1x1.5 Slab Culvert
95 185+335 1x1.5 Slab Culvert
96 185+475 1x1.5 Slab Culvert
97 185+563 1x1.5 Slab Culvert
98 186+022 1x1.5 Slab Culvert
99 186+278 1x1.5 Slab Culvert
100 186+383 1x1.5 Slab Culvert
101 186+666 1x1.5 Slab Culvert
102 186+837 1x1.5 Slab Culvert
103 186+923 1x1.5 Slab Culvert
104 187+233 1x1.5 Slab Culvert
105 187+543 1x1.5 Slab Culvert
106 187+750 1x1.5 Slab Culvert
107 187+879 1x1.5 Slab Culvert
108 188+128 1x1.5 Slab Culvert
109 188+190 1x1.5 Slab Culvert
110 188+303 1x2.5 Slab Culvert
111 188+718 1x1.5 Slab Culvert
112 189+174 1x1.5 Slab Culvert
113 190+078 1x1.5 Slab Culvert
114 190+326 1x1.5 Slab Culvert
115 190+826 1x1.5 Slab Culvert
116 191+017 1x1.5 Slab Culvert
117 191+593 1x1.5 Slab Culvert
Culvert Location Size [Span x
S.NO. TPYE
(Chainage km) Height (m)]
118 191+876 1x1.5 Slab Culvert
119 192+350 1x1.5 Slab Culvert
120 192+446 1x1.5 Slab Culvert
121 192+557 1x1.5 Slab Culvert
122 192+672 1x2.5 Slab Culvert
123 192+785 1x2.5 Slab Culvert
124 192+974 1x1.5 Slab Culvert
125 193+123 1x1.5 Slab Culvert
126 193+362 1x1.5 Slab Culvert
127 193+452 1x2.5 Slab Culvert
128 193+510 1x2.5 Slab Culvert
129 193+611 1x2.5 Slab Culvert
130 193+790 1x2.5 Slab Culvert
131 194+116 1x1.5 Slab Culvert
132 194+635 1x2.5 Slab Culvert
133 194+757 1x2.5 Slab Culvert
134 194+925 1x2.5 Slab Culvert
135 195+170 1x2.5 Slab Culvert
136 195+378 1x1.5 Slab Culvert
137 195+503 1x1.5 Slab Culvert
138 195+700 1x2.5 Slab Culvert
139 195+776 1x2.5 Slab Culvert
140 195+897 1x2.5 Slab Culvert
141 196+037 1x1.5 Slab Culvert
142 196+270 1x2.5 Slab Culvert
143 196+386 1x2.5 Slab Culvert
144 196+793 1x2.5 Slab Culvert
145 197+055 1x2.5 Slab Culvert
146 197+335 1x1.5 Slab Culvert
147 197+567 1x1.5 Slab Culvert
148 197+738 1x1.5 Slab Culvert
149 197+836 1x2.5 Slab Culvert
150 197+974 1x1.5 Slab Culvert
151 198+153 1x1.5 Slab Culvert
152 198+305 1x2.5 Slab Culvert
153 198+425 1x1.5 Slab Culvert
154 198+784 1x1.5 Slab Culvert
155 198+814 1x1.5 Slab Culvert
156 198+854 1x1.5 Slab Culvert
157 198+998 1x1.5 Slab Culvert
158 199+307 1x1.5 Slab Culvert
159 199+450 1x1.5 Slab Culvert
160 199+739 1x1.5 Slab Culvert
161 199+910 1x1.5 Slab Culvert
Culvert Location Size [Span x
S.NO. TPYE
(Chainage km) Height (m)]
162 200+057 1x1.5 Slab Culvert
163 200+281 1x2.5 Slab Culvert
164 200+392 1x2.5 Slab Culvert
165 200+505 1x2.5 Slab Culvert
166 200+704 1x1.5 Slab Culvert
167 200+847 1x1.5 Slab Culvert
168 201+236 1x1.5 Slab Culvert
169 201+391 1x1.5 Slab Culvert
170 201+493 1x1.5 Slab Culvert
171 201+600 1x2.5 Slab Culvert
172 201+720 1x2.5 Slab Culvert
173 201+845 1x1.5 Slab Culvert
174 202+031 1x1.5 Slab Culvert
175 202+125 1x2.5 Slab Culvert
176 202+240 1x1.5 Slab Culvert
177 202+366 1x1.5 Slab Culvert
178 202+537 1x1.5 Slab Culvert
179 202+696 1x1.5 Slab Culvert
180 202+939 1x1.5 Slab Culvert
181 203+084 1x1.5 Slab Culvert
182 203+382 1x2.5 Slab Culvert
183 203+590 1x2.5 Slab Culvert
184 203+818 1x1.5 Slab Culvert
185 204+064 1x1.5 Slab Culvert
186 204+354 1x2.5 Slab Culvert
187 204+554 1x1.5 Slab Culvert
188 204+660 1x1.5 Slab Culvert
189 204+835 1x2.5 Slab Culvert
190 205+000 1x1.5 Slab Culvert
191 205+500 1x1.5 Slab Culvert
192 205+628 1x1.5 Slab Culvert
193 205+725 1x1.5 Slab Culvert
194 205+916 1x1.5 Slab Culvert
195 206+173 1x2.5 Slab Culvert
196 206+392 1x1.5 Slab Culvert
197 206+700 1x1.5 Slab Culvert
198 206+828 1x2.5 Slab Culvert
199 207+228 1x1.5 Slab Culvert
200 207+674 1x1.5 Slab Culvert
201 208+511 1x1.5 Slab Culvert
202 208+616 1x2.5 Slab Culvert
203 208+914 1x1.5 Slab Culvert
204 208+989 1x1.5 Slab Culvert
205 209+089 1x1.5 Slab Culvert
Culvert Location Size [Span x
S.NO. TPYE
(Chainage km) Height (m)]
206 209+339 1x1.5 Slab Culvert
207 209+654 1x1.5 Slab Culvert
The size indicated are tentative and minimum. The exact location of the
culvert and size (span and height) shall be designed by the contractor as per
relevant Manual and got approved from Authority’s Engineer. No Change of
Scope will be admissible due to increase / decrease in Span length & height
of the culvert. However, if any, new culvert is added or a culvert indicated
in this para of Annex-I to Schedule-B is not constructed, the same will be
treated as Change of Scope.

Catch pit shall be provided on hill side of the culverts and culverts will be
provided with stepped floors along with necessary energy dissipaters on
valley side.

e. Repairs/replacements of railing/parapets, flooring and protection works of


the existing culverts shall be undertaken as follows:

S. No. Design Chainage (Km) Type of repair required

NIL
f. Floor protection works shall be as specified in the relevant IRC Codes and
Specifications.

iii. Bridges

a. Existing bridges to be re- constructed/widened:

I. The existing bridges at the following locations shall be re-constructed


as new Structures. -NIL
II. The following narrow bridges shall be widened: NIL
b. New Bridges:

New bridges at the following locations on the Project Highway shall be


constructed. GADs for the new bridges are attached in the drawings folder.
Minor bridge:
LOCATION / Span Arrangement
S.NO. Remarks, if any
CHAINAGE (km) (m)
1 161+763 3x14 8.0m carriage way and 0.5
2 164+352 1x20 m crash barrier (on either
3 165+605 1x25 sides) (Total outer to outer
4 166+301 2x25 width 9.0m)
5 171+367 1x50
LOCATION / Span Arrangement
S.NO. Remarks, if any
CHAINAGE (km) (m)
6 172+153 2x20
7 173+521 3x20
8 175+716 1x25
9 179+164 2x20
10 180+141 1x20
11 189+367 1x30
12 189+645 1x30
13 190+463 2x25
14 193+972 1x25
15 195+579 2x25
16 199+118 3x20
17 204+152 1x50
18 205+285 2x25
Note: The hydraulic parameters such as HFL, Linear Water way, Afflux, Scour depth,
etc. shall be determined by the contractor during its design and approved by
Authority’s Engineer. Contractor is free to adopt any span arrangement, FRL,
Foundation / substructure / super structure type subject to approval from
Authority’s Engineer and fitment of approaches within the Right of Way. Any change
in overall length beyond 10% shall be treated as positive / negative change of scope.
For the sake of clarity, it is mentioned that only the increase/decrease in length in
excess of 10% of original length shall be considered for positive/negative CoS.

Major bridge:

LOCATION Span Arrangement


S. NO. Remarks if any
/CHAINAGE (km) (m)

1 163+714 1x30+1x50+1x30 8.0m carriage way and 0.5 m


crash barrier (on either sides)
2 167+048 3x25
(Total outer to outer width
3 169+583 3x25 9.0m)
4 171+680 3x30
5 173+177 1x25+2x30+1x25
6 190+684 3x25

7 193+265 3x25

Note: The hydraulic parameters such as HFL, Linear Water way, Afflux, Scour depth,
etc. shall be determined by the contractor during its design and approved by
Authority’s Engineer. Contractor is free to adopt any span arrangement, FRL,
Foundation / substructure / super structure type subject to approval from
Authority’s Engineer and fitment of approaches within the Right of Way. Any change
in overall length beyond 10% shall be treated as positive / negative change of scope.
For the sake of clarity, it is mentioned that only the increase/decrease in length in
excess of 10% of original length shall be considered for positive/negative CoS.

c. The railings of existing bridges shall be replaced by crash barriers at the


following locations: Nil

d. Repairs/replacements of railing/parapets of the existing bridges shall be


undertaken as follows: Nil.

e. Drainage system for bridge decks

An effective drainage system for bridge decks shall be provided as per


relevant Manual.

f. Structures in marine environment: NIL

iv. Rail-road bridges - NIL

v. Grade separated structures-NIL

vi. Repairs and strengthening of bridges and structures –NIL

vii. List of major bridges and structures

The following is the list of the Major – Bridges and Structure:

S. No. Location (Chainage in km)


1 163+714
2 167+048
3 169+583
4 171+680
5 173+177
6 190+684
7 193+265
8. TRAFFIC CONTROL DEVICES AND ROAD SAFETY WORKS

i. Traffic control devices and road safety works shall be provided in accordance with
relevant Manual.

ii. Specifications of the reflective sheeting: Type XI as per IRC-67:2022.


9. ROADSIDE FURNITURE

i. Roadside furniture shall be provided in accordance with the provisions of section 9.11
of the Manual and as per schedule C.
ii. Overhead traffic signs: 2 Nos Overhand gantry signs shall be provided at following
locations :
Sr. No. Chainage (km)
1 160+760
2 209+850
10. COMPULSORY AFFORESTATION

NIL

11. HAZARDOUS LOCATIONS

The safety barriers (W-Beam metal crash barrier) shall also be provided as per relevant
manual and as per table mentioned below:

Design Chainage (m)


S .No Length (m)
From (m) To (m)
Nil
12. SPECIAL REQUIREMENTS FOR HILL ROADS

Special requirements for hill roads shall be followed as per relevant manual IRC: SP: 48 -
2023.

a) RCC open drain in 86209m shall be provided along the Project Highway on hill
side as shown in TCS.
b) Parapet Wall in 8667m shall be provided along the Project Highway on valley side
as shown in TCS. Metal Beam crash barrier shall be provided in approaches to
bridges.
c) Catch drain shall be provided in aggregate road length of 86209 meter on hill
side(s) along with Chute drains at regular interval. Exact location of these drains
will be finalized in consultation with Authority’s Engineer.
d) Breast wall in 79223m and Retaining wall in 8667m shall be provided along the
project highway as shown in TCS
e) Muck disposal locations have been identified at following locations. The area
availed shall be developed by using Gabion/retaining walls. Proper layered
compaction of dumping area shall be done by the Contractor so that the land
parcel so developed after completion of project may be used by the Authority
for any desired purpose in future like construction of Hospital/Site office/Air
Strip/ALG based on suitability:
S No Chainage(km) Side
From To
1 161+520 161+836 RHS
2 187+038 187+288 LHS
3 197+500 197+750 RHS
4 Road fm Taliha to Duchok RHS

5 SH-(Menga bridge point to


RHS
Ebo)
Note: Variation in length of Parapet Walls/Retaining Walls/Breast Walls/Catch
Drains beyond 10% shall be treated as positive / negative change of scope. For the
sake of clarity, it is mentioned that only the increase/decrease in length in excess
of 10% of original length shall be considered for positive/negative CoS
13. CHANGE OF SCOPE:

The length of Structures and bridges specified hereinabove shall be treated as an approximate
assessment. The actual lengths as required on the basis of detailed investigations shall be
determined by the Contractor in accordance with the Specifications and Standards. Any
variations in the lengths within 10% as specified in this Schedule-B shall not constitute a
Change of Scope.
(Schedule B-1)

1. The shifting of utilities and felling of trees shall be carried out by the contractor. The
cost of the same shall be borne by the authority. The utilities falling in the project
stretch are to be shifted by the Contractor as per Clause 9.2 of the Contract
Agreement.

S.No Type of Utility Unit Quantity Location/Stretch


(LHS/RHS)
A Electrical Utilities
A1 Electrical Poles Nos NIL
A2 Electrical Cables Meters
A3 Transformers Nos
- ------------- ---
- ------------- ---
B Water/Sewage Pipe Lines
B1 Water Supply Meters
B2 Sewage Meters
- -------------
- -------------
C Felling of Trees Nos
SCHEDULE - C

(See Clause 2.1)

PROJECT FACILITIES

1. The Contractor shall construct the Project Facilities in accordance with the
provisions of this Agreement. Such Project Facilities shall include:
(a) roadside furniture;
(b) pedestrian facilities;
(c) tree plantation;
(d) bus-bays and bus shelters;
2. Description of Project Facilities
Each of the Project Facilities is described below:
(a) Road side furniture

The roadside furniture shall include the following minimum provisions.


(i) Traffic Signs – Type-XI road signs shall be provided as per relevant Manual.
Two numbers of overhead gantry signs shall be provided as detailed in Annexure-I
to Schedule-B.
(ii) Pavement Markings - Pavement marking shall cover road marking for the
entire Project highway as per relevant Manual.
(iii) Rumble strips shall be provided wherever required as per site
requirement and as per instructions of Authority’s Engineer.
(iv) Delineators/Hazard Marker – It shall be provided at hazardous locations on
the project highway.
(v) Boundary Stones – It shall be provided in entire Project Highway as per
Manual.
(vi) Km stones – It shall be provided in entire Project Highway as per Manual.
(b) Pedestrian facilities:

The Pedestrian facilities shall include the following


(i) Pedestrian crossing: As per Manual and also at Bus shelter location

(c) Landscaping & Tree Plantation Nil

(d) Location of Truck lay-bye: It shall be provided at following location:


Sl. No. Location
Design Chainage (KM) Side
From To
1. 207+100 207+200 Both

(e) Bus shelters

Bus shelter shall be provided at below mentioned locations. Lighting shall also be
provided at these locations.

Design Chainage (km)


S. No Village Name
LHS RHS Type

1 177+305 177+305 Village Bus Shelter

2 194+500 194+500 Village Bus Shelter

3 196+350 196+350 Village Bus Shelter

4 197+140 197+140 Village Bus Shelter

5 198+975 198+975 Village Bus Shelter

6 200+438 200+438 Village Bus Shelter

7 202+812 202+812 Village Bus Shelter

8 203+885 203+885 Village Bus Shelter

9 207+430 207+430 Village Bus Shelter

10 209+830 209+830 Village Bus Shelter

(f) Others Utilities

A 300 mm dia. NP-4 pipe shall be provided at the center of earthen shoulder(s)
at a depth of 1.0 m below shoulder(s) surface for Provision of underground
utilities as shown in TCS(s).
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 of this Schedule-D for construction of the Project
Highway.

2. Design Standards

The Project Highway including Project Facilities shall conform to design


requirements set out in the following documents:

Manual of Specifications and Standards for Two-Lane Highways (IRC: SP: 73-
2018) published by IRC (referred to as “Manual” in this Schedule).
Annex - I

(Schedule-D)

Specifications and Standards for Intermediate-Laning

1. Specifications and Standards

All Materials, works and construction operations shall conform to the Manual of
Specifications and Standards for Two-Lane Highways (IRC: SP: 73-2018) published by
IRC (referred to as “Manual” in this Schedule); and MORTH Specifications for Road
and Bridge Works. Where the specification for a work is not given, Good Industry
Practice shall be adopted to the satisfaction of the Authority’s Engineer.

2. Deviations from the Specifications and Standards

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


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

ii) Notwithstanding anything to be contrary contained in Paragraph 1 above, the


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

Sr. Manual Clause Provision as Modified


Item
No. Reference per Manual Provision

3.5 m per lane 5.5 m


Width of main
1 Cl. 2.4 i.e 7 m for 2 (Intermediate
carriageway
lane Lane)

Hill Side 1.5 m


paved 1.45 m hard
shoulder on
2 Width of Shoulder Table 2.3 of Cl 2.6.1 Valley Side 1.5 both Hill and
m paved and Valley Side
1.0 m earthen

11 m 8m
carriageway + carriageway +
3 Width of Culverts TCS at Fig 7.4 0.5 m parapet 0.5 m crash
wall on both barrier on both
sides sides
8m
Not TCS for carriageway +
4 Width of Bridges Mountainous/Steep NA 0.5 m crash
Terrain barrier on both
sides

Minimum 30
kmph at
location as
Minimum 40
5 Design Speed Table 2.1 specified at
kmph
para 2 (ii) of
Annex-I to
Schedule-B.

6 Design Traffic Cl 5.4.1 (i) 20 msa 8 msa


Schedule - E

(See Clauses 2.1 and 14.2)

Maintenance Requirements

1. Maintenance Requirements

(i) The Contractor shall, at all times maintain the Project Highway in accordance
with the provisions of this Agreement, Applicable Laws and Applicable Permits.

(ii) 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.

(iii) 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.

[Specify all the relevant documents]

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: SP35. Report of this inspection together with
details of proposed maintenance works as required on the basis of this
inspection shall be sent to the Authority’s Engineer before the [10th June]
every year. The Contractor shall complete the required repairs before the
onset of the monsoon and send to the Authority’s Engineer a compliance report.
Post monsoon inspection shall be done by the [30th September] and the
inspection report together with details of any damages observed and proposed
action to remedy the same shall be sent to the Authority’s Engineer.

8. Repairs on account of natural calamities

All damages occurring to the Project Highway on account of a Force Majeure


Event or willful 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.
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:

Freq- Maintena
Time limit
Level of Service uency Tools/Equip Standards and References nce
for
(LOS) of ment for Inspection and Data Specificat
Rectification/
Inspect Analysis i ons
Asset Type Perform- Repair
ion
ance
Parameter Desir- Accept-
able
able

Flexible < 0.1 %


Length
Pavement of area IRC 82: 2015 and Distress
Measurement MORT&H
and Identification Manual for Long
(Pavement of Unit like Scale, Specifica-
subject Term Pavement Performance 24-48 hours
MCW, Service Tape, tion
to limit Program, FHWA 2003
Road, odometer etc. 3004.2
of 10 (http://www.tfhrc.com/pavement
approache Potholes Nil mm in Daily /lttp/ reports/03031/)
depth
Freque Mainten-
Time limit
Level of ncy of Tools/Equip Standards and References ance
for
Service Inspect ment for Inspection and Data Specifica-
Rectification/
(LOS) ion Analysis tions
Perform- Repair
ance
Paramet Accept-
Desirable
Asset Types er able
of Grade
structure,
approaches <5%
of subject
connecting MORT&H
to limit
roads, slip Specific-
Nil of 7-15 days
roads, lay ation
byes etc. 0.5
3004.3
as sqm
applicable Cracking for any Daily
) 50 m
MORT&H
Specific-
Nil < 5 mm 15 -30 days ation
Rutting Daily Straight 3004.2
Edge

Corrugatio
< 0.1 % Length IRC:82-
ns and Nil 2-7 days
of area Measuremen 2015
Shoving Daily t Unit like
Freque Maintena
Time limit
Level of ncy of Tools/Equip Standards and References nce
for
Service Inspect ment for Inspection and Data Specificat
Rectification/
(LOS) ion Analysis i ons
Perform Repair
ance
Paramet Accept
Desirable
Asset Type er a ble

Scale,
Tape, MORT&H
< 1 % of
odometer 3-7 days Specificati
area
Bleeding Nil Daily etc. on
3004.4

IRC:82-
Ravelling < 1 % of 2015 read
7-15 days
/ area with IRC
Stripping Nil Daily SP 81

< 1 m
for any
100 m
section IRC:82-
and 7- 15 days
Edge 2015
Deformat width <
i on/ 0.1 m
Breaking Nil at any Daily
location,
restricte
Freque Maintena
Time limit
Level of ncy of Tools/Equip Standards and References nce
for
Service Inspect ment for Inspection and Data Specificat
Rectification/
(LOS) ion Analysis i ons
Perform Repair
ance
Paramet Accept
Desirable
Asset Type er a ble

d to 30
cm from
the edge

Bi-
Roughness 2000 2400 Class I IRC:82-
Annuall 180 days
BI mm/km mm/km Profilomete 2015
y Class I Profilometer : ASTM E950
r (98)
:2004 –Standard Test Method for
Bi- SCRIM
measuring Longitudinal Profile of
Skid 50SN Annuall 180 days BS: 7941-1:
Number 60SN y (Sideway- Travelled Surfaces with
2006
force Accelerometer Established Inertial
Coefficient Profiling Reference ASTM E1656 -94:
Pavemen Bi- Routine 2000- Standard Guide for
IRC:82-
t 3 2.1 Annuall Investigatio Classification of Automatic Pavement 180 days
2015
Condition y n Machine Condition Survey Equipment
Index or
Freque Maintena
Time limit
Level of ncy of Tools/Equip Standards and References nce
for
Service Inspect ment for Inspection and Data Specificat
Rectification/
(LOS) ion Analysis i ons
Perform Repair
ance
Paramet Accept
Desirable
Asset Type er a ble

Other Bi-
IRC:82-
Pavemen Annuall 2-7 days
2015
t y
Distresses

Falling
Deflection
Weight IRC:115-
/ IRC 115: 2014 180 days
Annual Deflectomet 2014
Remaining
ly e r
Life

Rigid Bi-
ASTM E950 (98) :2004 and ASTM E1656 - IRC:SP:83
Pavement Roughness 2200m 2400mm Annuall Class I 180 days
94: 2000 - 2008
BI m/km /km y Profilomete
(Pavemen r
t of
MCW, Bi- SCRIM
Skid Resistance no. at IRC:SP:83
Service Skid Annuall IRC:SP:83-2008 180 days
different speed of - 2008
Road, y (Sideway
vehicles
Grade - force
structure,
Freque Maintena
Time limit
Level of ncy of Tools/Equip Standards and References nce
for
Service Inspect ment for Inspection and Data Specificat
Rectification/
(LOS) ion Analysis i ons
Perform Repair
ance
Paramet Accept
Desirable
Asset Type er a ble

approach Coefficient
es Minimum Traffic Routine
o SN Speed Investigatio
f (Km/h) n Machine
connectin or
g roads, equivalent)
36 50
slip
roads,
lay byes 33 65
etc
. as
applicabl 32 80
e)

31 95

31 110
Freque Maintena
Time limit
Level of ncy of Tools/Equip Standards and References nce
for
Service Inspect ment for Inspection and Data Specificat
Rectification/
(LOS) ion Analysis i ons
Perform Repair
ance
Paramet Accept
Desirable
Asset Type er a ble

Edge MORT&H
40m
drop at Nil Daily 7-15 days Specificati
m
shoulders on
408.4

<2%
variation
in
Embankm Slope of prescrib MORT&H
ent/ camber/c Nil ed Daily IRC 7-15 days Specificati
Slope ross fall slope of on
camber 408.4
/cross
fall Length
Measuremen
t Unit like
<15 % Scale, MORT&H
Embankme
Nil variation Daily Tape, 7-15 days Specificati
nt Slopes
in odometer on
prescrib etc. 408.4
e
Freque Maintena
Time limit
Level of ncy of Tools/Equip Standards and References nce
for
Service Inspect ment for Inspection and Data Specificat
Rectification/
(LOS) ion Analysis i ons
Perform Repair
ance
Paramet Accept
Desirable
Asset Type er a ble

side
slop
e

Embankme
MORT&H
nt Nil Nil Daily 7-15 days
Specificatio
Protection NA n

Daily
Special
Rain Cuts/
ly MORT&H
Gullies in Nil Nil 7-15 days
During Specificatio
slope
Rainy n
Season NA
In addition to the above performance criterion, the contractor shall strictly maintain the rigid pavements as per requirements in the

following table Table -2: Maintenance Criteria for Rigid Pavements:

Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2

CRACKING

0 Nil, not discernible


No Action Not applicable
1 w < 0.2 mm. hair cracks
Single Discrete w = width of
Cracks Not crack L = length
1
intersecting with of crack d = depth w = 0.2 - 0.5 mm, discernible
2
any joint of crack D = depth from slow-moving car Seal, and stitch if L
of slab > lm.
Seal without delay
w = 0.5 - 1.5 mm, discernible Within 7days
3
from fast-moving car
Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2

4 w = 1.5 - 3.0 mm Staple or Dowel


Seal, and stitch if L > l Bar Retrofit, FDR
for affected
m. Within 7 days portion.
5 w > 3 mm.

Within 15days

0 Nil, not discernible No Action

1 w < 0.2 mm, hair cracks


Route and seal Staple or Dowel
Single Transverse w = width of with epoxy. Bar Retrofit.
(or Diagonal) Crack crack L = length w = 0.2 - 0.5 mm, discernible
2 2 Within 7 days Within 15days
intersecting with of crack d = depth from slow vehicle
one or more joints of crack D = depth
of slab
Route, seal and stitch,
w = 0.5 - 3.0 mm, discernible if L > 1 m.
3
from fast vehicle
Within 7 days
Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2

Dowel Bar Full Depth Repair


Dismantle
4 w = 3.0 - 6.0 mm Retrofit. Within an
d reconstruct
15 days
affected.

Portion with
Not Applicable, as it norms and
w > 6 mm, usually associated
may be full specifications - See
5 with spalling, and/or slab
rocking under traffic Para 5.5 & 9.2
depth
Within 15days

0 Nil, not discernible No Action

Single Longitudinal w = width of


Staple or dowel
Crack intersecting crack L = length
3 Seal with epoxy, if L > bar retrofit.
with one or more of crack d = w < 0.5 mm, discernable from 1 m.
joints depth of crack D 1
slow moving vehicle Within 15days
= depth of slab Within 7 days
Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2

Route seal and stitch,


w = 0.5 - 3.0 mm, discernible if L
2 -
from fast vehicle > l m.

Within 15 days

Staple, if L > 1
3 w = 3.0 - 6.0 mm
Partial Depth
m. Within 15
Repair with
days stapling.
w = 6.0 - 12.0 mm, usually
4 Within 15 days
associated with spalling
Not Applicable, as it
may be full
Full Depth Repair
w > 12 mm, usually associated
depth Dismantle and
5 with spalling, and/or slab rocking
reconstruct
under traffic
affected portion as
per norms and
specifications -
Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2
See Para 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

w = 0.2 - 0.5 mm. discernible m. Within 15 days


2
Multiple Cracks from slow vehicle
4 intersecting with w = width of
one or more joints crack w = 0.5 - 3.0 mm, discernible
3
from fast vehicle Dismantle,
Reinstate subbase,
w = 3.0 - 6.0 mm panel broken Full depth repair Reconstruct whole
4
into 2 or 3 pieces within 15 days slab as per
w > 6 mm and/or panel specifications
5 broken into more than 4 pieces within 30 days

0 Nil, not discernible No Action -

1 w < 0.5 mm; only 1 corner broken Seal with low


viscosity epoxy to Seal with epoxy
w < 1.5 mm; L < 0.6 m, only seal with epoxy
2 secure broken
one corner broken
Within 7days
parts Within 7
w = width of
5 Corner Break
crack L = length
w < 1.5 mm; L < 0.6 m, two
of crack 3
corners broken
Partial Depth
(Refer Figure Full depth repair
w > 1.5 mm; L > 0.6 m or 8.3 of
4
three corners broken
IRC:SP: 83-2008)

Within 15 days Reinstate sub-


5 ree or four corners broken
base, and
reconstruct the
Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2

slab as per norms


and specifications
within 30days

0 Nil, not discernible No Action

1 w < 0.5 mm; L < 3 m/m2


Seal with low
viscosity epoxy to
2 either w > 0.5 mm or L < 3 m/m2 secure broken
Punchout
parts.
(Applicable
to w = width of 3 w > 1.5 mm and L < 3 m/m2
6 Within 15days
Continuous crack L = length Not Applicable, as it
Reinforced (m/m2) may be full depth
Concrete Pavement w > 3 mm, L < 3 m/m2 Full depth repair -
4
(CRCP) and deformation Cut out and replace
only) damaged area
taking care not to
w > 3 mm, L > 3 m/m2 damage
5 reinforcement.
and deformation

Within 30days
Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2

Surface Defects

Short Term Long Term


0 Nil, not discernible
No action.

1 r<2% Local repair of


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

3 r = 10-25% Bonded Inlay, 2 or 3


slabs if

4 r = 25 - 50 % affecting.
Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2

Within 30 days

Reconstruct slabs, 4
or more slabs if
5 r > 50% and h > 25 mm
affecting.

Within 30 days

Short Term Long Term


0 Nil, not discernible
No action.
r =
damaged
8 Scaling surface/total 1 r<2% Local repair of
surface of slab areas damaged
Not Applicable
(%) h = maximum
depth of damage and liable to
be damaged.
2 r = 2 - 10 %
Within 7days
Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2

3 r = 10 - 20%
Bonded Inlay within
15 days
4 r = 20 - 30 %

Reconstruct slab
5 r > 30 % and h > 25 mm
within 30 days

0
No action.
1 t > 1 mm

Polished t = texture
9 2' t = 1 - 0.6 mm Not Applicable
Surface/Glazing depth, sand patch
test
Monitor rate
3 t = 0.6 - 0.3 mm
of
deterioration
4 t = 0.3 - 0.1 mm
Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2

Diamond Grinding
if affecting

50% or more slabs in a

5 t < 0.1 mm continuous stretch


of
minimum

5 km.

Within 30 days

d < 50 mm; h < 25 mm; n < 1 per


0 No action.
5 m2

Popout (Small n =
d = 50 - 100 mm; h < 50 mm; n <
10 Hole), Pothole Refer number/m2 d = 1 1 Not Applicable
Partial depth repair
Para 8.4 diameter h = per 5 m2 65 mm deep.
maximum depth
d = 50 - 100 mm; h > 50 mm; n < Within 15 days
2 1
per 5 m2
Repair Action
Measured Degree
S.No. Type of Distress Assessment Rating
Parameter of For the case d
Severity For the case d < D/2
> D/2

d = 100 - 300 mm; h < 100 mm n Partial depth


3
< 1 per 5 m2 repair 110mm

i.e.10 mm more than


the depth
d = 100 - 300 mm; h > 100 mm; n
4 of the hole.
< 1 per 5 m2
Within 30

days
Full depth
d > 300 mm; h > 100 mm: n > 1
5
per 5 m2
repair. Within

30 days
Joint Defects

Short Term Long Term


0 Difficult to discern.
No action.

Discernible, L< 25% but


of little immediate
consequence with
1 Clean joint, inspect later.
regard to ingress of
water or trapping
loss or
incompressible
11 Joint Seal Defects damage L = Length
material.
as % total joint Not Applicable
length Notable. L > 25% Clean and reapply sealant
insufficient protection
3 against ingress of in selected locations.
water and
trappin Within 7 days
g
incompressible
Severe; w > 3 mm Clean, widen and reseal the
5
negligible
joint. Within 7 days
protecti
on against ingress of
and
trappin
g
incompressible
0 Nil, not discernible No action.

1 w < 10 mm Apply low viscosity epoxy


resin/ mortar in cracked portion.

2 w = 10 - 20 mm, L < Within 7 days


25%

w = width on either Partial Depth


side of the joint L = 3 w = 20 - 40 mm, L >
25% Repair. Within 15
12 Spalling of Joints length of spalled Not Applicable
portion (as % joint days
length) 30 - 50 mm deep, h = w + 20%
4 w = 40 - 80 mm, L >
25% of w, within 30 days

50 - 100 mm deep

5 w > 80 mm, and L > repair. H = w + 20% of


25%
w.

13 f = difference of 0 not discernible, < 1 Within 30 days


No action. No action.
Faulting (or Stepping)
level mm
in Cracks or Joints
1 f < 3 mm
Determine cause and observe,
2 f = 3 - 6 mm Replace the slab as
take action for diamond grinding
appropriate.

Within 30days
3 f = 6 - 12 mm Diamond Grinding

4 f= 12 - 18 mm Raise sunken slab.


Replace the slab as
Strengthen subgrade and sub- appropriate.
base by grouting and
5 f> 18 mm Within 30days
raising sunken slab

Short Term Long Term


0 Nil, not discernible

h =
14 Blowup or Buckling vertical No Action
displacement from 1 h < 6 mm
normal profile

2 h = 6 - 12 mm Install Signs to Warn Traffic

within 7 days
3 h = 12 - 25 mm
Full Depth
4 h > 25 mm
Repair. Within

30 days
Replace broken slabs.
shattered slabs, ie 4
5
or more pieces
Within 30 days

0 Not discernible, h < 5


mm
No action.
1 h = 5 - 15 mm

h = negative
h = 15-30 mm, Nos
vertical 2 <20%
15 Depression Install Signs to Warn Not Applicable
displacement from joints
normal profile Traffic within 7
L 3 h = 30 - 50 mm
=length days

h > 50 mm or > Strengthen subgrade.


4
20% joints
Reinstate pavement at normal
if Llevel
< 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
displacement from h = 15 - 30 mm,
2 Install Signs to Warn
16 Heave Nos
normal profile. Traffic
<20% joints
scrabble
L = length within 7 days
3 h = 30 - 50 mm

h > 50 mm or >
4 Stabilise subgrade. Reinstate
20% joints
pavement at normal level if
length
5 h > 100 mm < 20 m. Within 30 days

17 Bump 0 h < 4 mm No action


h = vertical
displacement
fro Grind, in case of new Construction Limit
m normal profile 1 h = 4 - 7 mm for New
construction within 7 days Construction.

Grind, in case of ongoing Replace in case of


Maintenance new construction.
3 h = 7 - 15 mm
within 15 days Within 30days
Full Depth Full Depth Repair.
5 h > 15 mm
Repair. Within 30 Within 30days

days
Short Term Long Term
Nil, not discernible
0
< 3mm
No action.

Lane to
f = difference
18 Shoulder 1 f = 3 - 10 mm
of level Spot repair of
Dropoff
shoulder within 7
2 f = 10 - 25 mm
days
3 f = 25 - 50 mm Fill up shoulder

within 7 days
4 f = 50 - 75 mm For any 100 m
stretch Reconstruct
shoulder, if
affecting 25% or
more of stretch.
5 f > 75 mm
Within 30days

Drainage
0 not discernible No Action

quantity of fines
and water slight/ occasional Nos Repair cracks and joints
1 to 2 Inspect and repair
expelled through < 10% Without delay.
ope sub-drainage at
n joints and distressed sections
cracks Nos appreciable/ and upstream.
19 Pumping 3 to 4 Lift or jack slab within 30 days.
Freque
nt 10 - 25%

Repair distressed pavement


sections. Strengthen subgrade
abundant,
Nos/100 m stretch 5 and subbase. Replace slab.
cra
ck development > 25%
Within 30 days
No
0-2 No action.
discernibl
e problem

Ponding on slabs Blockages observed


Clean drains etc within 7
20 Ponding due to blockage 3 to 4 in drains, but water Action required to
days, Follow up
of drains flowing stop water
damaging
Ponding, foundation within
5 -do- 30 days.
accumulation of
water observed
Table -3: Maintenance Criteria for Safety Related Items and Other Furniture Items:

Frequency Recommended Specificatio


Asset Performance Time limit
Level of Service (LOS) of Testing Method Remedial n s and
Type Parameter for
Measuremen measures Standards
Rectification
t
Manual Removal of obstruction within IRC:SP
Measuremen 24 hours, in case of sight line 84-2014
As per IRC SP :84-2014, a t s with affected by temporary objects
minimum of safe stopping sight Odometer
distance shall be available such as trees, temporary
along with
throughout. video/ encroachments.
Safe image
Desig Desirable Stoppin backup In case of permanent structure
Availability n Minimum or design deficiency:
g Sight
Highway of Safe Monthly Removal of
Sight Speed Sight Distance Distanc
obstruction/improvement
Distance , (m) e (m)
o
kmph
100 360 180 f deficiency at the earliest
Speed Restriction boards
80 260 130 and suitable traffic calming
measures such as transverse bar
marking, blinkers, etc. shall be
applied during the period of
Visual rectification.
Re - painting Cat-1 Defect – IRC:35-
Pavemen Assessment within 24 hours 2015
Bi- as per Cat-2 Defect
t Wear <70% of marking remaining
Annually Annexure-F of - within 2
Marking
IRC:35-2015 months
Frequency Recommended Specificatio
Asset Performance Time limit
Level of Service (LOS) of Testing Method Remedial n s and
Type Parameter for
Measuremen measures Standards
Rectification
t
During expected life Service As per Re - painting Cat-1 Defect IRC:35-
Time Cement Road - Annexure-D – within 24 2015
Day
130mcd/m2/lux Monthly of IRC:35-2015 hours Cat-2
tim
Bituminous Road Defect –
e Visibility
- 100mcd/m2/lux within 2
Initial and Minimum Performance As Re - painting months
Cat-1 Defect IRC:35-2015
for Dry Retro reflectivity during pe – within 24
night time: r hours Cat-2
Design (RL) Annexure-E Defect –
Speed Retr o within 2
o Reflectivity f IRC:35-2015 months
(mcd/m2/lux)
Initial Minimum
(7 days) Threshold level
(TL) &
Night Time warranty
Bi-Annually
Visibility period required
up to 2 years
Up to 65 200 80

65 - 100 250 120

Above 350 150


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

15 Days in
Retro Testin of hange of case of
48 hours in RC:67-2012
As per specifications in IRC:67-2012 Bi-Annually
reflectivit g each ignboar case of
y d Mandatory
Frequency Recommended Specificatio
Asset Performance Time limit
Level of Service (LOS) of Testing Method Remedial n s and
Type Parameter for
Measuremen measures Standards
Rectification
t
signboard Signs,
using Cautionary
Retr an
o Reflectivity d Informatory
Measuring Signs (Single
Device. In and Dual post
accordance signs)
with ASTM
D 4956-09. 1 Month in
case of
As per IRC 86:1983 depending Bi-Annually Use of Raising Kerb Gantry/Cantilev
Kerb Height Within 1 Month RC 86:1983
upon type of Kerb distance Height
Kerb measuring
Visual with
Functionality: Functioning of Daily
Kerb Painting video/image Kerb Repainting Within 7-days RC 35:2015
painting as intended
backup
Reflective Numbers and Functionality as per Within 2 months IRC:SP:84-
Pavement specifications in IRC:SP:84-2014 Daily 2014,
Counting New Installation
Markers (Road and IRC:35-2015, unless specified IRC:35-
Studs) in Schedule-B. 2015
Visual with Within 15 days IRC:SP:84
Other Pedestria Functionality: Functioning Daily
video/image Rectification - 2014
Road n of guardrail as
backup
Furnitur Guardrail intended
Functionality: Functioning of Visual with Within 7 days IRC:SP:84
e
Traffic Safety Barriers as intended Daily video/image - 2014,
Rectification
Safet backup IRC:119-
y Barriers 2015
End Functionality: Functioning of Daily Visual with Within 7 days IRC:SP:84
Rectification
Treatment End video/image - 2014,
o Treatment as intended
Frequency Recommended Specificatio
Asset Performance Time limit
Level of Service (LOS) of Testing Method Remedial n s and
Type Parameter for
Measuremen measures Standards
Rectification
t
Traffic backup IRC:119-
Safet 2015
y Barriers Visual with Within 7 days IRC:SP-
Functionality: Functioning Daily
Attenuators video/image Rectification 2014,
Attenuators as intended
backup IRC:119-
Guard Posts Visual with 2015
Functionality: Functioning of Daily Rectificati IRC: 79
and video/image Within 15 days
Guard Posts and Delineators as o n -
Delineators backup
intended 1981
Visual Within 15 days IRC:67-2012
Overhead Overhead sign structure shall Daily
wit Rectification
Sign Structure be structurally adequate
h video/image
backup with
Visual Within 7 days IRC:SP:84
Traffic Functionality: Functioning of Daily
video/image Rectification - 2014
Blinkers Traffic Blinkers as intended
backup
The Improvement 24 hours IRC:SP:84
Illumination:
illumination in - 2014
Minimum 40 Lux illumination on Daily
level shall be Lightin
the road surface
Highway measured with g System
Lights No major failure in the luxmeter - Rectification 24 hours IRC:SP:84
Daily
lighting system o - 2014
Highway No minor failure in the - f failure
Rectification 8 hours IRC:SP:84
Monthly
Lighting lighting system o - 2014
System The f failure
Improvement 24 hours IRC:SP:84
illumination in Lighting - 2014
Minimum 40 Lux illumination on
Toll Daily level shall System
the road surface
Plaz be measured
a Canopy with luxmeter
Lights No major/minor failure in the - Rectification 8 hours IRC:SP:84
Daily
lighting system o - 2014
f failure
Frequency Recommended Specificatio
Asset Performance Time limit
Level of Service (LOS) of Testing Method Remedial n s and
Type Parameter for
Measuremen measures Standards
Rectification
t
Obstruction Visual Removal of trees Immediate IRC:SP:84
in a wit - 2014
minimum h video/image
backup
head-room
of No obstruction due to trees Monthly
5.5 m
Trees
above
and
carriageway
Plantatio
or
n
obstruction
including in visibility
Deterioration Health of plantation shall be as per
Visual Timely watering Within 90 days IRC:SP:84
median in health of wit and treatment. - 2014
requirement of specifications &
Daily h video/image Or Replacement
plantatio trees and instructions issued by Authority
backup of Trees and
n bushes from time to time
Bushes.
Vegetation Visual Removal of Trees Immediate IRC:S 84-
affecting Sight line shall be free wit P
Daily h video/image 2014
sight line from obstruction by
vegetation backup
and road
structures
Cleanin o - - Every 4 hours
f - Daily
g toilets
Defects in - Rectification 24 hours
Rest
electrical,
Areas
water - Daily
an
d sanitary
installations
Frequency Recommended Specificatio
Asset Performance Time limit
Level of Service (LOS) of Testing Method Remedial n s and
Type Parameter for
Measuremen measures Standards
Rectification
t
Other - Rectification 15 days IRC:SP 84-
Project Damage or deterioration in Approach Roads, 2014
Facilitie pedestrian facilities, truck lay-bys, bus-bays, Daily
s and bus- shelters, cattle crossings, Traffic Aid Posts,
Approac Medical Aid Posts and other works
h roads
Frequency Time limit
Performanc Level of Recommended Remedial Specifications
Asset Type of Testing Method for
e Service measures and Standards
Measuremen Rectificatio
Parameter (LOS)
t n
Cleaning silt up soils and 15 days
Inspection by
Free debris in culvert barrel before IRC 5-
2 times in a Bridge Engineer as
waterway/ 85% of culvert after rainy season, onset of 2015, IRC
year (before per IRC SP: 35-
unobstruct normal flow area removal of bushes and monsoon SP:40-
and after 1990 and
ed to available. vegetation, U/s of and within 1993 and
rainy season) recording of depth
flo barrel, under barrel and 30 days IRC
of silting and area
w D/s of barrel before after end of SP:13
of vegetation.
section Physical inspection rainy season. rainydays
30 - 2004
Leak-proof of expansion joints or before
No IRC SP:40-
expansion as per IRC SP: 35- Fixing with onset of
leakag Bi-Annually 1993 and IRC
joints 1990 if any, for sealant rains
e through SP:69-2011
i leakage strains on suitably whichever
expansion joints
f any walls at joints. comes
earlier
Pipe/box/slab Spalling of
culverts concrete
no
t more than
0.25 sqm Detailed inspection IRC SP 40-
of all components Repairs to spalling, 1993 and
Delamination of
Structural of culvert as per cracking, delamination, MORTH
concrete not Bi-Annually 15 days
l y sound IRC SP:35-1990 rusting shall be followed Specification
more than 0.25
and as per IRC:SP:40-1993. s
sq.m.
recording claus
Cracks wider th e 2800
than 0.3 mm e defects
not more than
1m aggregate
length
Damaged of 30 days
rough stone after
apron or bank 2 times in defect
Protection IRC: SP
revetment not a year observation
works in Condition survey Repairs to 40-
more than 3 (before and or 2
good as per IRC SP:35- damaged 1993 and
sqm, damage to after rainy weeks
condition 1990 aprons and pitching IRC:SP:13-
solid apron season) before
2004.
(concrete apron) onset of
not more than 1 rainy
sqm season
Bridges including Riding
No pothole in MORT&H
ROBs Flyover quality or Visual inspection Repairs to BC or
wearing coat on Daily 15 days Specificatio
etc. as user as per IRC SP:35- wearing coat
bridge deck n 2811
applicable comfort 1990
Repairs to BC on either
side of expansion joints, MORT&H
Visual inspection
No bump profile correction Specification
Bumps Daily as per IRC SP:35- 15 days
at course on approach 3004.2 &
1990
expansion joint slab in case of 2811.
settlement to approach
embankment
Bridge -Super User
Structure safety No damaged or Visual inspection IRC: 5-1998,
(condition missing stretch and Repairs and IRC SP: 84-
of crash of crash barrier Daily detaile replacement of safety 3days 2014 and
barrier or pedestrian d condition survey barriers as the case may IRC SP: 40-
and hand railing as per IRC SP: 35- be 1993.
guard 1990.
rail)
Rusted All the
Not more than
reinforce corroded
0.25 sq.m
m ent Detailed condition reinforcement shall IRC SP: 40-
Spalling Not more than Bi- survey as per IRC need to be thoroughly 1993 and
of 0.50 sq.m SP: 35-1990 using cleaned from rusting and 15 days MORTH
Annually
concrete Mobile Bridge applied with Specificati
Delaminati Not more than Inspection Unit anti-corrosive o n 1600.
o n 0.50 sq.m coating before carrying
out the repairs to
affected
portion
Grouting withwith concrete
epoxy
Detailed condition IRC SP: 40-
mortar,
Cracks survey as per IRC 1993 and
Not more investigatin
wider Bi-Annually SP: 35-1990 using 48 Hours MORTH
than 1m total g
than Mobile Bridge Specificatio
length causes for
0.30 mm Inspection Unit n 2800.
cracks
development and carry

Detailed condition
Rainwate Grouting of deck slab
survey as per IRC MORTH
r seepage at leakage
Leakage - nil Quarterly SP: 35-1990 using 1 months specification
through areas
Mobile Bridge s 2600 &
deck slab ,
Inspection Unit 2700.
waterproofing, repairs
to drainage spouts
Deflection Once in
due to Within every 10 Carry out
permanent design years for major IRC SP:
Load test method 6 months 51-
loads and limits. spans more rehabilitation works on
live loads than 40 m bridge to retain original 1999.
design loads capacity
Once in
every 5
years for
Vibrations
Frequency spans
in Laser displacement AASHTO
o more than Strengthening of super
bridg sensors or laser 4 months LRFD
f vibrations shall 30m and structure
e deck due vibro-meters specifications
not be more every 10
to moving
than 5 Hz years
trucks
fo
r spans
No damage between 15
to
elastomeric
sealant
Detailed condition
compound in MORTH
Leakage survey as per IRC
strip seal Replace of seal in specifications
in Bi-Annually SP:35-1990 using 15 days
expansion joint, expansion joint 2600 and
Expansion Mobile Bridge
no leakage of IRC
joints Inspection Unit
rain water SP: 40-1993.
through
expansion joint
in case of buried
Debris and
No asphalt
copper plug
dust strip
or Detailed condition MORTH
Cleaning of
and dust in debris in Monthly survey as per IRC 3 days specification
expansion
strip seal expansion joint SP:35-1990 s 2600
joint gaps thoroughly
using and
expansio gap. Mobile Bridge IRC SP: 40-
n joint Inspection Unit 1993.

No downtake Cleaning of drainage


pipe spouts
missing/broken thoroughly
Detailed condition
below soffit . Replacement
survey as per IRC MORTH
Drainag of the deck of
Monthly SP: 35-1990 using 3 days specificatio
e spouts slab. No silt, missing/broken down
Mobile Bridge n 2700.
debris, take pipes with a
Inspection Unit
clogging minimum pipe extension
of drainage of 500mm below soffit
spout of slab. Providing
collection sealant thespout
drainage
All around if any
the
corroded
reinforcement shall
need to be thoroughly
Cracks/sp Detailed condition IRC SP: 40-
No cleaned from rusting
alling survey as per IRC 1993
Bridge- cracks and applied with
o Bi-Annually SP: 35-1990 using 30 days an
substructure , spalling anti-corrosive
f Mobile Bridge d MORTH
of coating before carrying
concrete/ Inspection Unit specificatio
concrete out repairs to
rusted n 2800.
an substructure by
steel
d rusted steel grouting/guniting and
micro
g depending on concretin
type of
Delamination
of bearing
In case of failure of even
reinforcement
one bearing on any
not more Detailed MORTH
pier/abutment, all the
than 5%, condition survey specificatio
bearings on
Bearings cracking or Bi-Annually as per IRC SP: 35- 3 months n 2810
that
tearing of 1990 using Mobile and
pier/abutment shall be
rubber not Bridge IRC SP: 40-
replaced, in order to get
more than 2 Inspection Unit 199.
uniform load transfer on
locations per
to bearings.
side, no
rupture of Condition survey
and visual
inspection as per
IRC SP:35-
IRC SP: 40-
Scouring shall 1990
Scouring 1993, IRC
not be lower using Mobile Suitable
Bridge around 83-2014,
than maximum Bi-Annually Bridge Inspection protectio 1 month
Foundations foundati MORTH
scour level for Unit. n works around
o ns specificati
the bridge In case of doubt, pier/abutment
o n 2500
use Underwater
camera
fo
r inspection of
Damaged of 2 times in deep wells in 30 days
Protectio IRC: SP 40-
rough stone a Condition survey after
n works Repairs to 1993
apron or bank yea as per IRC SP:35- defect
In good damaged an
revetment not r 1990 observatio
condition aprons and pitching. d
more than (before n or 2
IRC:SP:13-
3 and
rainy after
sq.m, damage weeks
to solid apron before
(concrete onset
apron) o
not f rainy
more than 1 season
sq.m whichever
is earlier.
Note Any Structure during the entire contract period which is found that does not complies with all requirements of this Table will be
rehabilitated
: or even reconstructed under the scope of the contractor.

Table 4: Maintenance Criteria for Structures and Culverts:


Table 5: Maintenance Criteria for Hill Roads

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

Hill Roads

(i) Damage to Retaining wall/ 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 MoRTH specifications shall be binding for all maintenance
activities.
A. Flexible Pavement

Nature of Defect or deficiency Time limit for repair/


rectification

(b) Granular earth shoulders, side slopes, drains and culverts

(i) Variation by more than 1 % in the prescribed 7 (seven) days


slope of camber/cross fall (shall not be less
than the camber on the main carriageway)

(ii) Edge drop at shoulders exceeding 40 mm 7 (seven) days

(iii) Variation by more than 15% in the prescribed 30 (thirty) days


side (embankment) slopes

(iv) Rain cuts/gullies in slope 7 (seven) days

(v) Damage to or silting of culverts and side drains 7 (seven) days

(vi) Desilting of drains in urban/semi- urban areas 24 (twenty four) hours

(vii) Railing, parapets, crash barriers 7 (seven) days (Restore


immediately if causing
safety hazard)

(c) Road side furniture including road sign and pavement marking

(i) Damage to shape or position, poor visibility or 48 (forty eight) hours


loss of retro- reflectivity

(ii) Painting of km stone, railing, parapets, As and when required/


crash barriers Once every year

(iii) Damaged/missing signs road requiring 7 (seven) days


replacement

(iv) Damage to road mark ups 7 (seven) days

(d) Road lighting

(i) Any major failure of the system 24 (twenty four) hours

(ii) Faults and minor failures 8 (eight) hours

(e) Trees and plantation


Nature of Defect or deficiency Time limit for repair/
rectification

(i) Obstruction in a minimum head- room of 5 m 24 (twenty four)hours


above carriageway or obstruction in visibility of
road signs

(ii) Removal of fallen trees from carriageway 4 (four) hours

(iii) Deterioration in health of trees and bushes Timely watering and


treatment
(iv) Trees and bushes requiring replacement 30 (thirty) days

(v) Removal of vegetation affecting sight line and 15 (fifteen) days


road structures

(f) Rest area

(i) Cleaning of toilets Every 4 (four) hours

(ii) Defects in water and sanitary 24 (twenty four) hours


electrical,
installations
(g) [Toll Plaza]

(h) Other Project Facilities and Approach


roads

(i) Damage in approach roads, pedestrian 15 (fifteen) days


facilities, truck lay- byes, bus-bays, bus-
shelters, cattle crossings, [Traffic Aid Posts,
Medical Aid Posts] and service roads

(ii) Damaged vehicles or debris on the road 4 (four) hours

(iii) Malfunctioning of the mobile crane 4 (four) hours

Bridges

(a) Superstructure

(i) Any damage, cracks, spalling/ scaling within 48 (forty eight) hours
Temporary measures within 15 (fifteen) days or
as
specified by the
Permanent measures
Authority’s Engineer

(b) Foundations

Nature of Defect or deficiency Time limit for repair/


rectification

(i) Scouring and/or cavitation 15 (fifteen) days

(c) Piers, abutments, return walls and wing walls

(i) Cracks and damages including settlement 30 (thirty) days


and tilting, spalling, scaling

(d) Bearings (metallic) of bridges

(i) Deformation, damages, tilting or shifting 15 (fifteen) days Greasing


of bearings of 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

(ii) Gathering of dirt in bearings and joints; or 3 (three) days


clogging of spouts, weep holes and vent-holes

(iii) Damage or deterioration in kerbs, 3 (three) days (immediately


parapets, handrails and crash barriers within 24 hours if posing
danger to safety)

(iv) Rain-cuts or erosion of banks of the side slopes 7 (seven) days


of approaches

(v) Damage to wearing coat 15 (fifteen) days

(vi) Damage or deterioration in approach 30 (thirty) days


slabs, pitching, apron, toes, floor or guide bunds
(vii) Growth of vegetation affecting the 15 (fifteen) days
structure or obstructing the waterway

(g) Hill Roads

(i) Damage to retaining wall/breast wall 7 (seven) days

(ii) Landslides requiring clearance 12 (twelve) hours

Nature of Defect or deficiency Time limit for repair/


rectification

(iii) Snow requiring clearance 24 (twenty four) hours

[Note: Where necessary, the Authority may modify the time limit for repair/rectification,
or add to the nature of Defect or deficiency beforeissuing the bidding document,
with the approval of the competent authority.]
Schedule-F

(See Clause 4.1 (vii) (a))

Applicable Permits

1. Applicable Permits

(i) The Contractor shall obtain, as required under the Applicable Laws, the
following
Applicable Permits:

(a) Permission of the State Government for extraction of boulders from quarry;
(b) Permission of Village Panchayats and Pollution Control Board for
installation of crushers;
(c) License for use of explosives;
(d) Permission of the State Government for drawing water from river/reservoir;
(e) License from inspector of factories or other competent Authority for
setting
up batching plant;
(f) Clearance of Pollution Control Board for setting up batching plant;
(g) Clearance of Village Panchayats and Pollution Control Board f o r setting
up asphalt plant;
(h) Permission of Village Panchayats and State Government for borrow earth; and
(i) Any other permits or clearances required under Applicable Laws.

(ii) 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.
SCHEDULE – G

(See Clauses 2.1 and 14.2)

(See Clauses 7.1 and 19.2)

Annex-I

(See Clause 7.1)

Form of Bank Guarantee

[Performance Security/Additional Performance Security]

The Chief Engineer (BRO)


Project Arunank
Itanagar

WHEREAS:

(A) [name and address of contractor]


(hereinafter called the “Contractor") and [name and address of the authority],
(hereinafter called the “Authority”) have entered into an agreement
(hereinafter called the “Agreement”) for the construction of the ***** section
of [National Highway No.**] on Engineering, Procurement and Construction
(the “EPC”) basis, 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 t h i s b a n k g u a r a n t e e ( hereinafter called the “ Guarantee”) b y w a y
o f 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 M a n a g e r i n t h e 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, fulfillment and/ or performance of all or any of the obligations of the
Contractor contained in the Agreement or to postpone for any time, and from
time to time, any of the rights and powers exercisable by the Authority against
the Contractor, and either to enforce or forbear from enforcing any of the terms
and conditions contained in the Agreement and/or the securities available to
the Authority, and the Bank shall not be released from its liability and
obligation under these presents by any exercise by the Authority of the liberty
with reference to the matters aforesaid or by reason of time being given to
the Contractor or any other forbearance, indulgence, act or omission on the
part of the Authority or of any other matter or thing whatsoever which under any
law relating to sureties and guarantors would but for this provision have the
effect of releasing the Bank from its liability and obligation under this
Guarantee and the Bank hereby waives all of its rights under any such law.

6. This Guarantee is in addition to and not in substitution of any other guarantee or


security now or which may hereafter be held by the Authority in respect of or
relating to the Agreement or for the fulfillment, compliance and/or
performance of all or any of the obligations of the Contractor under the
Agreement.

7. Notwithstanding anything contained hereinbefore, the liability of the Bank


under this Guarantee is restricted to the Guarantee Amount and this Guarantee
will remain in force for the period specified in paragraph 8 below and unless a
demand or claim in writing is made by the Authority on the Bank under this
Guarantee all rights of the Authority under this Guarantee shall be forfeited
and the Bank shall be relieved from its liabilities hereunder.

8. The Guarantee shall cease to be in force and effect on ****$. Unless a demand
or claim under this Guarantee is made in writing before expiry of the
Guarantee, the Bank shall be discharged from its liabilities hereunder.

9. The Bank undertakes not to revoke this Guarantee during its currency,
except with the previous express consent of the Authority in writing, and
declares and warrants that it has the power to issue this Guarantee and the
undersigned has full powers to do so on behalf of the Bank.

10. Any notice by way of request, demand or otherwise hereunder may be sent
by post addressed to the Bank at its above referred branch, which shall be
deemed to have been duly authorized to receive such notice and to effect
payment thereof forthwith, and if sent by post it shall be deemed to have been
given at the time when it ought to have been delivered in due course of post
and in proving such notice, when given by post, it shall be sufficient to prove
that the envelope containing the notice was posted and a certificate signed
by an officer of the Authority that the envelope was so posted shall be
conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in
force and effect for up to the date specified in 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 ………., 20……… at ……….


SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:


(Signature)

(Name)

(Designation)

(Code Number)

(Address)

NOTES:

(i) The bank guarantee should contain the name, designation and code number of
the officer(s) signing the guarantee.

(ii) The address, telephone number and other details of the head office of the Bank as
well as of issuing branch should be mentioned on the covering letter of issuing
branch.
Annex – II

(Schedule- G)

(See Clause 19.2)

Form for Guarantee for Advance P a y m e n t

The Chief Engineer (BRO)


Project Arunank
Itanagar

WHEREAS:

(A) [name and address of contractor] (hereinafter called the “Contractor") has
executed an agreement (hereinafter called the “Agreement”) with the [name
and address of the authority], (hereinafter called the “Authority”) for
the construction of the ***** section of [National Highway No. **] on Engineering,
Procurement and Construction (the “EPC”) basis, 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
Guarantee Amount.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and
affirms as follows:

1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
repayment on time of the aforesaid 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.

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 t h e
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 a n d i n a c c o r d a n c e w i t h t h e 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.

2. 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.

3. 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.

4. 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.

5. 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

6. 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.

7. 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.

8. 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.

9. 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.

10. 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 ……….., 20……… at ………..
SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:


(Signature)

(Name)

(Designation)

(Code Number)

(Address)

NOTES:

(i) The bank guarantee should contain the name, designation and code number of the
Officer signing the guarantee.

$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

(ii) The address, telephone number and other details of the head office of the Bank as
well as of issuing branch should be mentioned on the covering letter of issuing branch
Schedule - H

(See Clauses10.1 (iv) and 19.3)

Contract P r i c e 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:

Weightage in Percentage
Percentage to Weight in
Item Stage of for Payment
the Contract particular
Price Item

(1) (2) (3)


B.1- Reconstruction/New Intermediate Lane
realignment/bypass
(1) C&G and Earthwork up to top of the sub-grade 77.42%
(2) Sub-Base Course (Granular) 2.90%
(3) Non Bituminous Base Course (WMM) 5.26%
Road works Bituminous Courses -
including 48.57%
culverts (4) Dense Bituminous Macadam (DBM) 4.83%
(5) Mixed Seal Surfacing 1.80%
(6) Earthen / Granular Shoulders 0.36%
D - Reconstruction and New Culverts on existing road,
-
realignments, bypasses.
(1) Slab Culverts 7.43%
A.2- New Minor Bridges (Length>6m and <60m)

(1) Foundation: On completion of the foundation work


including foundations for wing and return walls, abutments, 28.31%
piers.
(2) Sub Structure: On completion of abutments, piers up to
the abutment / pier cap including wing / return/ retaining 15.69%
6.47% wall.
Minor Bridges (3) Super structure: on completion of the super structure in
all respects including wearing coat, bearings, expansion
54.96%
joints, hand rails, crash barrier, road signs & markings, tests
on completion etc complete in all respects.
(4) Approaches: On completion of approaches including
retaining walls, W Metal Beam Crash Barrier, Protection 1.04%
works complete in all respects
A.2- New Major Bridges (Length>60m)
(1) Foundation: On completion of the foundation work
including foundations for wing and return walls, abutments, 24.43%
Major Bridges piers.
4.93%
(Length > 60m) (2) Sub Structure: On completion of abutments, piers up to
13.73%
the abutment / pier cap.
(3) Super structure : on completion of the super structure in
55.66%
all respects including Girder, Deck Slab, bearings.
Weightage in Percentage
Percentage to Weight in
Item Stage of for Payment
the Contract particular
Price Item

(1) (2) (3)


(4) Wearing Coat including expansion Joints. 4.60%
(5) Miscellaneous Items like hand rails, crash barrier, Road
1.05%
marking. Etc.

(6) Approaches (including Retaining Walls, W Metal Beam


0.53%
Crash Barrier, Stone pitching and protection Works)

Weightage in Percentage
Percentage to Weight in
Item Stage of for Payment
the Contract particular
Price Item

(1) (2) (3)


Other Works
(1) RCC Drains 6.03%
(2) Road Markings & Studs 0.58%
(3) Road Signs, Safety Devices, Road Furniture’s Etc. 0.63%
(4) Breast Wall 82.83%
(5) Toe Wall/Retaining Wall 2.92%
Other works 40.03%
(6) Truck Lay bye 0.07%
(7) Muck Disposal including Gabion wall 2.68%
(8) Parapet wall 1.08%
(9) Bus Shelter 0.12%
(10) Miscellaneous (Catch Drain & Chutes, Utility Duct, etc.) 2.86%
(11) Junctions 0.20%

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

Percentage
Weight in
Stage of for Payment Payment Procedure
particular
Item
B.1- Reconstruction/New Intermediate Lane
realignment/bypass
Unit of measurement is linear length.
Payment of each stage shall be made on pro
rata basis on completion of a stage in full
(1) C&G and Earthwork up to top of the sub-grade 77.42%
length or 500 m length, whichever is less.
75% of the cost will be payable on
completion of earthwork in linear length.
Percentage
Weight in
Stage of for Payment Payment Procedure
particular
Item
Remaining 25% will become payable on
completion of retaining wall/breast wall
applicable in that section.
(2) Sub-Base Course (Granular) 2.90%
(3) Non Bituminous Base Course (WMM) 5.26% Unit of measurement is linear length.
Bituminous Courses - Payment of each stage shall be made on pro
(4) Dense Bituminous Macadam (DBM) 4.83% rata basis on completion of a stage in full
length or 500 m length, whichever is less
(5) Mixed Seal Surfacing 1.80%
(6) Earthen / Granular Shoulders 0.36%
D - Reconstruction and New Culverts on existing
-
road, realignments, bypasses.
Cost of each culvert shall be determined on
pro rata basis with respect to the total
number of culverts. Payment shall be made
on the completion of at least one culvert.
75% of the cost will be payable on
(1) Slab Culverts 7.43%
completion of box/ abutments and slab/
pipe and head wall. Remaining 25% will
become payable on completion of protection
works including return/ wing walls and any
other work associated with culverts
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 including
the length not handed over to the Contractor under clause 8.3 of this Contract Agreement 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


Procedure for estimating the value of Minor Bridges shall be as follows:
Table 1.3.2
Percentage
Weight in
Stage of for Payment Payment Procedure
particular
Item

A.2- New Minor Bridges (Length>6m and <60m)


Percentage
Weight in
Stage of for Payment Payment Procedure
particular
Item
Cost of each minor bridge shall be
determined on pro rata basis with respect
to the total linear length (m) of the minor
bridges.
(i) Foundation: Payment against foundation
(1) Foundation: On completion of the foundation
shall be made on pro-rata basis on
work including foundations for wing and return 28.31%
completion of a stage completion of atleast
walls, abutments, piers.
two foundations of each bridge.
In case where load testing is specified for
foundation, the trigger of first payment
shall include load testing also.

(ii) Sub - structure – Payment shall be made


(2) Sub Structure: On completion of abutments, on pro-rata basis on completion of stage i.e.
piers up to the abutment / pier cap including 15.69% completion of atleast one sub-structure
wing / return/ retaining wall. upto abutment/ pier cap level of each
bridge.
(iii) Super-structure:
Payment shall be made on pro-rata basis on
completion of a stage i.e., completion of
super-structure of at least one span upto
(3) Super structure: on completion of the super deck slab including bearing as specified in
structure in all respects including wearing coat, the column of "Stage of Payment" in this
bearings, expansion joints, hand rails, crash 54.96% sub-clause.
barrier, road signs & markings, tests on If pre-cast girders/ segments are used,
completion etc complete in all respects. interim payments shall be made at 75% of
the cost of that element, as derived from
MoRTH Data Book, applicable SOR of State
PWD on Base Date with tender
discount/premium applied thereon.
Approaches: Payment shall be made on pro-
rata basis on completion of a stage i.e.
(4) Approaches: On completion of approaches completion of approaches including wing
including retaining walls, W Metal Beam Crash walls/ return walls, retaining walls, stone
1.04%
Barrier, Protection works complete in all pitching in all respect as specified in the
respects column of “Stage of Payment” in this sub-
clause for each bridge.

1.3.3 Major Bridge Works


Procedure for estimating the value of major Bridge works shall be as follows:

Table 1.3.3

Percentage
Weight in
Stage of for Payment Payment Procedure
particular
Item
Percentage
Weight in
Stage of for Payment Payment Procedure
particular
Item

A.2- New Major Bridges (Length>60m)

Cost of each Major Bridge shall be


determined on pro rata basis with respect
to the total linear length (m) of the Major
Bridge.
Foundation: Payment against foundation
shall be made on pro-rata basis on
completion of a stage i.e. completion of at
least one foundation of each of the major
Bridge as specified here in under
(i) Well Foundation
(a) Cutting Edge + Well Curb: Payment of
10% shall be made on completion of a stage
i.e. completion of cutting edge + well curb.
(b) Well steining : Payment of 65% shall be
made on completion of well steining upto
bottom of well cap. The payment stage
shall be further sub-divided on pro-rata
(1) Foundation: On completion of the foundation basis i.e. (i) on completion upto 10 m and
work including foundations for wing and return 24.43% (ii) on completion of each subsequent 5 m
walls, abutments, piers. or part thereof.
(c) Bottom plug + top plug (if provisioned as
per design) + well cap: Payment of 25%
shall be made on completion of a stage i.e.
completion of bottom plug, back fill, top
plug and well cap
(ii) Pile Foundation
(a) Piling : Payment of 70% shall be made on
completion of piling upto bottom of pile cap
for each pile on prorota basis.
(b) Pile Cap : Payment of 30% shall be made
on completion of pile cap.
In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.
(iii) Open Foundation: Payment shall be
made on completion of a stage i.e. on
completion of atleast one foundation
Sub-Structure:. Payment against Sub-
structure shall be made on pro-rata basis on
(2) Sub Structure: On completion of abutments, completion of a stage i.e. completion of
13.73%
piers up to the abutment / pier cap. atleast one sub-structure of
abutments/piers upto abutment/pier cap
level of each of the major bridge.
Super-structure:
Payment shall be made on prorata basis on
(3) Super structure: on completion of the super
completion of a stage i.e. completion of
structure in all respects including Girder, Deck Slab, 55.66%
superstructure upto deck slab including
bearings.
bearings of at least one span as specified
here in under:
Percentage
Weight in
Stage of for Payment Payment Procedure
particular
Item
If pre-cast girders/ segments are used,
interim payments shall be made at 75% of
the cost of that element, as derived from
MoRTH Data Book, applicable SOR of State
PWD on Base Date with tender
discount/premium applied thereon
Wearing Coat: Payment shall be made on
completion of wearing coat including
(4) Wearing Coat including expansion Joints. 4.60%
expansion joints complete in all respects as
specified for each major bridge
Miscellaneous: Payments shall be made on
completion of all miscellaneous works like
(5) Miscellaneous Items like hand rails, crash barrier,
1.05% hand rails, crash barriers, road markings
Road marking. Etc.
etc. complete in all respects as specified for
each major bridge.
Payments shall be made on completion of
(6) Approaches (including Retaining Walls , W Metal
both approaches including stone pitching,
Beam Crash Barrier, Stone pitching and protection 0.53%
protection works, etc. complete in all
Works)
respects as specified for each major bridge
1.3.4 Other Works
Procedure for estimating the value of other works done shall be as follows:

Table 1.3.4

Percentage
Weight in
Stage of for Payment Payment Procedure
particular
Item
Other Works
Unit of measurement is linear length in
meter. Payment shall be made on pro rata
(1) RCC Drains 6.03%
basis on completion of a stage in a length of
not less than 100 m on one side.
(2) Road Markings & Studs 0.58% Unit of measurement is linear length in
meter. Payment shall be made on pro rata
(3) Road Signs, Safety Devices, Road Furniture’s Etc. 0.63%
basis on completion of a stage in a length of
(4) Breast Wall 82.83% not less than 100 m on one side
Unit of measurement is linear length in
meter. Payment shall be made on pro rata
(5) Toe Wall/Retaining Wall 2.92%
basis on completion of a stage in a length of
not less than 100 m on one side
Unit of measurement is number. Payment
shall be made on pro rata basis for
(6) Truck lay bye 0.07%
completed facilities in at least 1 no. of Truck
lay bye
Unit of measurement is each number.
Payment should be made on pro rata basis
(7) Muck Disposal including Gabion wall 2.68%
on development of at least 1 muck disposal
unit
Unit of measurement is linear length in
meter. Payment shall be made on pro rata
(8) Parapet wall 1.08%
basis on completion of a stage in a length of
not less than 100 m on one side
Unit of measurement is each number.
Payment shall be made on pro rata basis for
(9) Bus Shelter 0.12%
completed facilities in at least 1 no. of Bus
Shelter
Unit of measurement is linear length in
meter. Payment shall be made on pro rata
(10) Miscelleneous (Catch Drain & Chutes, Utility
2.86% basis on completion of a stage in a length of
Duct,, etc.)
not less than 10% of the total length or 100
m whichever is less.
Unit of measurement is each number.
Payment should be made on pro rata basis
(11) Junctions 0.20%
on completion of each stage in at least 1 no.
of Junction.

2. Procedure for payment for Maintenance


(a) The cost for maintenance shall be as stated in Clause 14.1 (i)
(b) Payment for Maintenance shall be made in accordance with the provisions of
Clause 19.7.
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.
Annex – I

(Schedule - I)

List of Drawings

As per the Manuals and Good Industry Practice


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 383rd day from day from the
Appointed Date (the “Project Milestone- I”).

(ii) Prior to the occurrence of Project Milestone-I, the Contractor shall have commenced
construction of the Project Highway and submitted to the Authority duly and validly
prepared Stage Payment Statements for an amount not less than 10% (ten per cent) of
the Contract Price.

3. Project Milestone-II

(iii) Project Milestone-II shall occur on the date falling on the 657th day from the Appointed
Date (the “Project Milestone- II”).

(iv) 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

(v) Project Milestone-III shall occur on the date falling on the 930th day from the Appointed
Date (the “Project Milestone- III”).

(vi) 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

(vii) The Scheduled Completion Date shall occur on the 1095th day from the Appointed Date.

(viii) On or before the Scheduled Completion Date, the Contractor shall have completed
construction in accordance with this Agreement.
6. Extension of time

Upon extension of any or all of the aforesaid Project Milestones or the Scheduled
Completion Date, as the case may be, under and in accordance with the provisions of this
Agreement, the Project Completion Schedule shall be deemed to have been amended
accordingly.
Schedule - K

(See Clause 12.1(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 Nondestructive Testing Techniques, at two spots
in every span, to be chosen at random by the Authority’s Engineer. Bridges with
a span of 15 (fifteen) metres or more shall also be subjected to load testing.

(iv) 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.
(v) Environmental audit: The Authority’s Engineer shall carry out a check to
d e t e r m i n e conformity of the Project Highway with the environmental
requirements set forth in Applicable Laws and Applicable Permits.

(vi) 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 following equipment at his own
cost in the presence of contractor’s representative.

Sr. Key metrics o f


Equipment to be used Frequency of condition survey
No. Asset

1 Surface defects Network Survey At least twice a year (As per survey months
of pavement Vehicle (NSV) defined for the state basis rainy season)

2 Roughness of Network Survey At least twice a year (As per survey months
pavement Vehicle (NSV) defined for the state basis rainy season)

3 Strength of Falling Weight At least once a year


pavement Deflectometer (FWD)

4 Bridges Mobile Bridge At least twice a year (As per survey months
Inspection Unit (MBU) defined for the state basis rainy season)

5 Road signs Retro-reflectometer At least twice a year (As per survey months
defined for the state basis rainy season)

The first testing with the help of NSV shall be conducted at the time of
issue of Completion Certificate.
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 [………….Name of Project……………] (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)

L-127
Schedule - M

(See Clauses 14.6, 15.2 and 19.7)

Payment R e d u c t i o n 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 15%

(ii) Repairs of Edges, Rutting 5%

(b) Road, Embankment, Cuttings, Shoulders

(i) Edge drop, inadequate cross fall, undulations, settlement, 10%


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

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


flooring, parapets, wearing course, footpaths, any damage
to foundations
(ii) Any Defects in superstructures, bearings and sub-structures 10%

S. No. Item/Defect/Deficiency Percentage


(iii) Painting, repairs/replacement kerbs, railings, 5%
parapets, guideposts/crash barriers

(d) Roadside Drains

(i) Cleaning and repair of drains 5%

(e) Road Furniture

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


road markings, 200 m/km/5th km stones

(f) Miscellaneous Items

(i) Removal of dead animals, broken down/accidented 10%


vehicles, fallen trees, road blockades or malfunctioning
of mobile crane

(ii) Any other Defects in accordance with paragraph 1. 5%

(g) Defects in Other Project Facilities 5%

(ii) The amount to be deducted from monthly lump-sum payment for non- compliance
of particular item shall be calculated as under:

ᵇ ᵇ1
ᵇ= × (ᵇ1 ᵉᵉ ᵇ2) ×
100 ᵇ
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.
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.
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 […………Name of
Project…………..], 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 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 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 Programmed 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.

(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.
Schedule - O
(See Clauses 19.4 (i), 19.6 (i), and 19.8 (i))
Forms of Payment S t a t e m e n t s
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:


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

3. Contractor’s claim for Damages

The Contractor shall submit its claims in a form acceptable to the Authority.
Schedule - P

(See Clause 20.1)

Insurance

1. Insurance during Construction Period

(i) The Contractor shall affect 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 affect 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.
Schedule-Q

(See Clause 14.10)

Tests on Completion of Maintenance Period

1. Riding Quality t e s t :

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.
Schedule-R

(See Clause 14.10)

Taking O v e r Certificate

I, ……………………. (Name and designation of the Authority’s Representative) under and


in accordance with the Agreement dated ………… (the “Agreement”), for [………name of
Project………….] (the “Project Highway”) o n 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)

You might also like