You are on page 1of 93

SCHEDULES

126
SCHEDULE - A
(See Clauses 2.1 and 8.1)

SITE OF THE PROJECT

1 The Site

1.1 Construction of two lane road with paved shoulders for Chinyalisour
Bypass from existing chainage Km 133.020 to Km 137.330 (Design
chainage km 0.000 to km 4.316) of NH-94 (Old) under Chardham
Parijojna in the state of uttrakhand on EPC mode under improvement to
NH connectivity to Chardham in the state of Uttarakhand. Site of the
Two-Lane Project Highway shall include the land, buildings, structures and
road works as described in Annex-I of this Schedule-A.

1.2 The dates of handing over the Right of Way to the Contractor are specified in
Annex-II of this Schedule-A.

1.3 An inventory of the Site including the land, buildings, structures, road works,
trees and any other immovable property on, or attached to, the Site shall be
prepared jointly by the Authority Representative and the Contractor, and
such inventory shall form part of the memorandum referred to in Clause
8.2.1 of this Agreement.

1.4 The alignment plans of the Project Highway are specified in Annex-III. The
proposed profile of the projects 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 Annexure-III based
on site/design requirement

1.5 The status of the environment clearances obtained or awaited is given in


Annex IV.

127
Annex - I
(Schedule-A)
1. Site

Construction of two lane road with paved shoulders for Chinyalisour Bypass
from existing chainage Km 133.020 to Km 137.330 (Design chainage km 0.000 to
km 4.316) of NH-94 (Old) under Chardham Parijojna in the state of uttrakhand
on EPC mode under improvement to NH connectivity to Chardham in the state
of Uttarakhand. An Index Map of the Project Highway is given at Appendix A-I
2. Land
The Site of the Project Highway comprises the land described below:

Existing Chainage (km)


S. No. ROW (m ) Remarks
From To
As it is a new alignment, no
existing ROW is available.
1 133+020 137+330 Nil
Design Length of the project
is 4.316 Km

3. Carriageway

As it is a new alignment, no existing Carriageway is available.


Earthen Shoulder
Existing Chainage(km) Formation Carriageway
Sr. No. Width (m)
Width (m) Width (m)
From To B/S

1 133+020 137+330 Nil Nil Nil

4. Major Bridges

The Site includes the following Major Bridges:

Type of Structure No. of Spans Width


S. Chainage
No. Road Foundatio Sub- Super- with span
(km) length (m) (m)
n structure structure
Nil

128
5 Road over-bridges (ROB)/ Road under-bridges (RUB)

The Site includes the following ROB (road over railway line) /RUB (road
under railway line):

Type of Structure No. of


Spans
with Width ROB
S. Chainage
No. Road (km) Foundation Superstructure span (m)
/
length RUB
(m)
Nil

6 Grade Separators
The Site includes the following grade separators:
Type of Structure No. of Spans
Chainage Width
S. No. with span length
(km) Foundation Superstructure (m)
(m)
Nil

7 Minor Bridges
The Site includes the following minor bridges:

S. Type of Structure No. of


No. Spans with
span length
Chainage Sub- Super- (m) Width
Road (km) Foundation structure structure (m)
Nil

8 Railway level crossings


The Site includes the following railway level crossings:
S. No. Location (km) Remarks
Nil

9 Underpasses (vehicular, non vehicular)

The Site includes the following underpasses:


No. of Spans
Width
S. No. Chainage (km) Type of Structure with span length
(m)
(m)
Nil

129
10 Culverts

The Site has the following culverts:

Span /Opening with


S. No. Chainage (km) Type of Culvert Width (m)
span length (m)
Nil

11 Bus bays

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

S. No. Bus Stop/ Bus Stand Remarks


Existing Chainage
Nil

12 Truck Lay byes

The details of truck lay byes are as follows:

NIL

13 Road side drains

The details of the roadside drains are as follows:

S. Lined Drain Chainage (Ex.) Length


Side
No. Start (km) End (km) (m)
Nil

14 Major junctions

The details of major junctions are as follows:

At grade/
Sr. Category of Category of Cross
Separate
No. Existing Ch. Type Road Road
d

Nil

130
15 Minor Junctions

The details of the minor junctions are as follows:

Sr. Existing Type of Category of Cross


Road Side
No. Ch. junction Road
Nil

16 Bypasses

The details of the bypasses are as follows:


Chainage (km)
Carriageway
Name of Length (in
S. No. bypass (town) From To Km) Width (m) Type
Nil

17 Other Structures

NIL

18 Referencing System
Kilometer stones are existing in entire length of the project highway. It is called the
“Existing Chainage”. During topography survey with Total Station, observations are
made to these Km stones and after finalization of alignment by improving the existing
geometry the chainage has been referred to “Design Chainage”. The relationship
between the “Existing Chainage” and the “Design Chainage” as per field surveys of
the location of existing Km stones using the total station for the “Project Highway”
is given below.

Design Chainage corresponding to Existing Chainage

Sl. No. Existing Km Design Chainage


1 133+020 0+000
2 137+330 4+316

131
Annex - II
(Schedule-A)

Dates for providing Right of Way-

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

Existing Chainage ( In Design Chainage Date of


Length
S.No. Km) (In Km) Width (m) Providing
(Km)
From To From To ROW*
(i) Full Right of Way (Full width)
On appointed
1 133+020 137+330 0+000 4+316 4.316 24 date
(ii) Part Right of way (Part Width)
Nil
* The dates specified herein shall in no case be beyond 150 (One Hundred Fifty)
days after the Appointed Date.

132
Annex - III
(Schedule-A)

Alignment Plans

This is a new alignment for Chinyalisour Bypass hence, the existing alignment of the Project
Highway Shall be kept as it is. The proposed alignment of the Project Highway shall be as
per enclosed plan.
The alignment plan of the Project Highway is enclosed in Drawing Volume.

133
Annex - IV
(Schedule-A)

Environment Clearances

The following environment clearances have been obtained:

Environment Clearance is not required for two lanning of Project Highway as per MOEF
Notification on 22nd Aug, 2013.

134
Appendix A-I

Index Map of Project Highway

Km 133+020 to Km 137+330 Chinyalisour Bypass

135
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 New Construction of this
Project Highway as described in this Schedule-B and in Schedule-C.

2 Rehabilitation and augmentation (Two Laning with Paved shoulder)

Construction of Two Lane highway with paved shoulder from km 133.020 (Design Km
0+000) to Km 137.330 (Design Km 4.316) - Chinyalisour bypass of NH 94 in the state of
Uttarakhand 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.

136
Annex – I
(Schedule – B)

Description of Two Laning with paved shoulder

Construction of two lane road with paved shoulders for Chinyalisour Bypass from
existing chainage Km 133.020 to Km 137.330 (Design chainage km 0.000 to km
4.316) of NH-94 (Old) under Chardham Parijojna in the state of uttrakhand on EPC
mode under improvement to NH connectivity to Chardham in the state of
Uttarakhand.

1. NEW CONSTRUCTION OF BYPASS

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

The Project highway shall follow the alignment shown in the alignment plans
specified in Annexure III of schedule A.

1.2 Width of Carriageway

1.2.1 Construction of Two-Lane pavement with paved shoulders shall be


undertaken. The paved carriageway shall be two lane with paved shoulders as per
Typical Cross sections (TCS) at para 2.11 of this schedule.

Chainage wise TCS is tabulated as “Annexure B-I” enclosed with this Schedule.

1.2.2 Except as otherwise provided in this Agreement, the width of the paved
carriageway and cross-sectional features shall conform to paragraph 1.1above.

2. GEOMETRIC DESIGN AND GENERAL FEATURES

2.1 General

Geometric design and general features of the Project Highway shall be in accordance
with section 2 of the Manual. (IRC SP 73:2015)

2.2 Design speed

The design speed shall be the minimum 40 kmph else as given in alignment Plan
(Annex –III, schedule A). Co-ordinates of proposed center line shall be as per
Appendix B-II.

2.3 Improvement of the existing road geometrics

It is a new alignment hence no improvement of the existing road geometrics is


required.

137
2.4 Right of Way

Details of Right of Way are given in Annex-II of Schedule-A.

2.5 Type of shoulders

Paved Shoulders (refer para 2.11 of schedule-B)

2.6 Lateral and vertical clearances at underpasses

NIL

2.7 Lateral and vertical clearances at overpasses

NIL

2.8 Service Roads

NIL

2.9 Grade Separated Structures

NIL

2.10 Cattle and Pedestrian Underpass/Overpass


NIL

2.11 Typical cross-sections of the Project Highway

Typical Cross section of Project road is as shown below –

138
TCS - Type IA

139
TCS - Type VA

140
TCS - Type VB

141
TCS - Type VC

142
TCS -Type VD

143
TCS - Type VIII

3 INTERSECTIONS AND GRADE SEPARATORS

All intersections and grade separators shall be as per Section 3 of the Manual.
Existing intersections which are deficient shall be improved to the prescribed
standards.

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

(A) At-grade Major intersections

Major Intersections

Location of
Type of
S. No. intersection Other Features Junction Layout
intersection
(Design Chainage)
Nil

Minor Intersections

Location of
Type of
S. No. intersection Other Features Junction Layout
Intersection
( Design Chainage)
1 0+300 Y Type Right As per Typical
Junction Drawings in
2 4+250 Y Type Right
Drawing Volume.

144
(B) Grade separated intersection with/without ramps

Design
S. No Location Road to be carried over/ under the structure
Chainage
Nil

(C) Vehicular Underpasses with/without ramps

S. No. Design Chainage (km) Size Location


Nil

(D) Cattle and pedestrian underpass /overpass

Cattle / pedestrian underpass shall be constructed as follows:

Sl. No. Location Type of Crossing


Nil

4 ROAD EMBANKMENT AND CUT SECTION

4.1 Construction of new road embankment/cuttings shall conform to the Specifications


and standards given in section 4 of the Manual (IRC SP 73:2015) and the specified
cross sectional details.

5 PAVEMENT DESIGN

5.1 Pavement design shall be carried out in accordance with Section 5 of the Manual for
15 years of Design life & as under.

Stretch (Design Chainage)


From (Km) To (Km) Minimum Design Minimum Design
Period MSA
0.000 4.316 15 years 20

5.2 Type of Pavement


The pavement shall be Flexible pavement.
5.3 Design requirements

Pavement design shall be as per section 5 of the manual subject to minimum


requirement specifies under para 5.1 above.
5.3.1 Flexible pavement for new pavement or for widening and strengthening of
the existing pavement shall be designed for a minimum design period of 15 years.
Stage construction shall not be permitted. The minimum design period for rigid
pavement shall be 30 years.
5.3.2 Notwithstanding anything to the contrary contained in this agreement or the
Manual, the contractor shall design the pavement for a design traffic of minimum 20
million standard axle (MSA).

145
5.4 Reconstruction of stretches
The entire project length is to be constructed with flexible pavement.
6 ROADSIDE DRAINAGE

Drainage system including surface and subsurface drains for the Project Highway
shall be provided as per section 6 of the Manual and as per typical cross sections and
its schedule provided as Appendix - B1 to this schedule. Lined drain shall be
adequate to discharge main water flow anticipated from all the probable
sources/catchment area up to nearest cross drain/out fall point.

Sl. DESIGN CHAINAGE (Km)


Length (Rm) Type of Drain Remarks
No. FROM TO
PCC M20
In Open Areas, on hill side along the
1 3330 Kerb and
alignment As per
Channel Drain
Typical Cross
On Embankment portion of Highway Trapezoidal
Section
2 Trapezoidal section on both side along 3572 Drain
the alignment

7 DESIGN OF STRUCTURES

7.1 General

7.1.1 All bridges, culverts and structures shall be designed and constructed in accordance
with Section 7 of Manual and as detailed below.

7.1.2 The width of carriageway of new structures shall be as per structural GADs
attached (Drawing Volume).

7.1.3 Provision of footpath on all structures shall be governed by the structural GADs
attached (Drawing Volume).

7.1.4 Utility services to be carried over the structures.

The following structures shall be designed to carry utility service specified in the
table below:

S. No Bridge at Km Utility service to be carried Remarks


Nil

7.1.5 Cross-section of the new culverts and bridges at deck level for the Project
Highway shall conform to the typical cross-sections given in Section 7 of the
Manual.

7.2 Culverts

146
7.2.1 Overall width of all culverts shall be as per structural GADs attached (Drawing
Volume).

7.2.2 Reconstruction of Existing Culverts

The existing culverts at the following locations shall be dismantled re-constructed


as new culverts

Type of Span /Opening with Width Pre cast/Cast


S. No. Chainage (km)
Culvert span length (m) (m) in situ
Nil

7.2.3 Retaining / widening of existing culverts

All existing culverts which are not to be reconstructed shall be widened to the
roadway width of the Project Highway as per Section 7 of the Manual. Repairs and
strengthening of existing structures where required shall be carried out.

Details
Culvert Span / opening
S. No. Construction Type of
Location (No. x Length in m x
Culvert
(km) Height in m)
Nil

7.2.4 Additional New Culverts shall be constructed as per the details given in the table
below:

Culvert
Location
Type of No. x Span in m x
S. No. Road Design
Culvert Height in m
Chainage
(km)
1
0+170 Box 1x1.5x1.5

2 0+680 Box 1x5.0x3.0

3 1+640 Box 1x1.5x1.5

4 NH-94 2+160 Box 1x1.5x1.5

5 3+240 Box 1x1.5x1.5

6 4+010 Box 1x5.0x3.0

7 4+250 Box 1x1.5x1.5

147
7.2.5. Repairs/replacements of railing/parapets, flooring and protection works of the
existing culverts shall be undertaken as follows:
S. No Location Type of Repair required

Nil

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

7.3 Bridges

7.3.1 Existing bridges to be re- constructed/widened

(i) The existing bridges at the following locations shall be re-constructed as new
Structures:

(ii) The following narrow bridges shall be retained:

Span
Sl. Existing Design Type of Type of
arrangement Load Classification
No. chainage chainage Bridge superstructure
Nil

7.3.2 Additional New Bridges

New Bridges at the following locations on the project highway shall be constructed:

A. Major Bridges
Road
Location
Total
Design Proposed Span Arrangement
Sl. No Width of Remarks
Chainage (m)
Structure
(km)
(m)
Nil

B. Minor Bridges.

Location
Design Proposed Span
Sl. No. Road Remarks
Chainage Arrangement
(km)
Nil

7.3.3 The railings of existing bridges shall be replaced by crash barriers at the following
locations:

Sl. No. Location at Km Remarks


Nil

148
7.3.4 Repairs/replacement of railing/parapets of the existing bridge shall be undertaken
as follows:

Sl. No Location Type of Repair required

Nil
7.3.5 Drainage system for bridge decks

An effective drainage system for bridge decks shall be provided as specified in the
para 7.21 of Manual.

7.3.6 Structures in marine environment

NIL

7.4. Rail-road bridges

7.4.1 Nil.
7.4.2 Road over-bridges

Location of Level crossing Length of bridge


Sl. No.
(Chainage Km) (m)
Nil

7.4.3 Road under-bridges

Location of Level crossing Number and Length of Span


Sl. No.
(Chainage km) (m)
Nil

7.5 Grade separated structures

NIL

7.6 Repairs and strengthening of bridges and structures

The existing bridges and structures to be repaired / strengthened, and the nature and
extent of repairs /strengthening required are given below:

A Bridges

Location of
SI. No. Nature and extent of repairs/strengthening to be carried out
Bridge
Nil

B ROB/RUB

Sl. Road Location of ROB Nature and extent of repairs /strengthening to be


No (Km) carried out
Nil

149
C. Overpasses/Underpasses and other structures

Sl. No Location of Overpass Nature and extent of repairs


/Underpass (Km) /strengthening to be carried out
Nil

7.7 List of Major Bridges and Structures

NIL

8 TRAFFIC CONTROL DEVICES AND ROAD SAFETY WORKS

8.1 Traffic control devices and road safety works shall be provided in accordance with
relevant Section 9 of the Manuals.

9 ROADSIDE FURNITURE

9.1 Road side Furniture shall be provided in accordance with section 09 of the
Manual and relevant IRC codes. The roadside furniture shall also include the
following minimum provisions:
(a) The minimum length of Thrie Beam Metal Beam Crash Barrier to be
provided shall be 1480 m at high embankment and sharp curves location, &
concrete crash barrier at all structure locations in consultation with the
Authority’s Engineer.
(b) Road Boundary Stone: for the entire Project Highway.
(c) Pedestrian Guard Rail:
The pedestrian facilities shall include the provision of the;
• Pedestrian guardrail: Provide pedestrian guardrail at each bus stop
location.
(d) The traffic signs installed will be minimum but not limited to as specified in
under table:-
Sl No. Description Unit Quantity
1 5th Km Stone Nos. 1
2 New Km Stone Nos. 4
3 Hectometre Stone @ 4no per km Nos. 16
4 Road Signs
(a)120cm X 80cm Direction Sign Nos. 1
(b)120cm X 80cm Advance Direction Sign Nos. 1
(c)80cm X 60cm Destination Sign Nos. 3
(d)80cm X 60cm Reassuarance Sign Nos. 0
(e)R/L Curve / Hair Pin Bend (900 mm Δ) Nos. 4
(f)Speed Limit (60cm Circular) Nos. 2
5 Delineators Nos. 310
6 Road Studs Nos. 1070

150
9.2 Overhead traffic signs: location and size
Full width Overhead Signs: 2 Nos. (Start and End of Project Road)
Note: The exact location of Signs and size shall be finalized as per provisions
in Manual and as approved by Authority’s Engineer.

10 COMPULSORY AFFORESTATION

Nil.

11 HAZARDOUS LOCATIONS
The safety barriers shall also be provided at the following hazardous locations:

S. No. Location stretch from (km) to (km) LHS/RHS


This shall be Provided at High Embankment and at Sharp curve locations.

12 PROTECTION WORKS (RETAINING WALL/ BREAST WALL/ GABION


WALL) SPECIAL REQUIREMENTS FOR HILL ROADS AS PER PARA 14.5
& 14.8 OF THE MANUAL.

I. PROTECTION WORKS (RETAINING WALL/ BREAST WALL/ GABION


WALL /SOIL NAILING)

The retaining wall, gabion wall and breast wall shall be constructed as per
requirement of site condition in accordance with manual requirement. However,
protection works shall be constructed as per details given below:
(a) Breast wall:- The minimum length of breast wall in PCC M-15 is 420 Rm
with 2.0m height (Minimum quantity 1050 Cum). This protection work may be
constructed with any other better material with minimum length of 420 Rm with
2.0m height. Any increase in the length and quantity as per site requirements
may not be considered as positive change of scope.
(b) Gabion wall:- Single Stage Gabion wall of 4.0m height in a minimum
length of 840 Rm and two stage gabion wall (two 4m gabions with berm) of 8.0
m height in a minimum length of 610 m shall be provided. The minimum quantity
of gabion wall shall be 16480 cum and non-woven geo textile filtering media shall
be placed behind gabion. This protection work may be constructed with any other
better material with minimum aggregate length of 1450 m and height varying
between 4.0 and 8.0 m. Any increase in the length and quantity as per site
requirements may not be considered as positive change of scope.
(c) Soil Nailing: Slope above the Gabion shall be stabilized by selfdrilling Soil
Nails / Rock Bolts of minimum diameter 32 mm of various length (Aggregate
minimum length of 306.00 Rm) and High Strength reinforced synthetic mat
reinforced with steel grid system. Minimum area and length along the road for
soil nailing are 338 sqm and 30 m respectively. Any increase in aggregate soil
nailing length, area and length along the road for stabilization as per site
requirements may not be considered as positive change of scope. The minimum
yield strength of soil nail shall be 500 N/mm2.

151
(d) Retaining walls:- Retaining wall with stone masonry in cement mortar 1:6
in a minimum length of 2340 Rm (minimum quantity 16695 cum) with 2.5 m to
6.0 m height as per site condition or any other better material in minimum length
of 2340 m with 2.5 m to 6.0 m height shall be provided. Any increase in the length
and quantity as per site requirements may not be considered as positive change of
scope.
(e) Parapet Wall:- Parapet wall shall be Provided on valley side along
highway above retaining walls in a minimum aggregate length of of 1693 Rm
(minimum quantity 457 cum) as per TCS in M15.
II. Dumping Zone Protection works – Identified 1 nos of dumping zone in this sections
shall be protected with gabion structure in a minimum length, height and quantity as
4.0m, 125 m and 1000 cum. Non-woven geo textile filtering media shall be placed
behind gabion. The dumping zone is at existing chainage at km 131.800.

13 CHANGE OF SCOPE
The length of Structures and bridges specified here in above shall be treated as an
approximate assessment. The actual lengths as required on the basis of detailed
investigations shall be determined by the Contractor in accordance with the
Specifications and Standards. Any variations in the lengths specified in this Schedule-
B shall not constitute a Change of Scope, save and except any variations in the length
arising out of a Change of Scope expressly undertaken in accordance with the
provisions of Article 13.

152
Appendix B-I

Applicable Stretches of Typical Cross-Sections

Design Chainage
S. No (km) Typical cross section
From To
1 0+000 0+280 IA

2 0+280 0+560 VA

3 0+560 0+630 VD

4 0+630 0+710 VC

5 0+710 1+070 VA

6 1+070 1+200 VD

7 1+200 1+310 VD

8 1+310 1+360 VD

9 1+360 1+970 VD

10 1+970 3+140 VIII

11 3+140 3+240 VD

12 3+240 3+680 VIII

13 3+680 3+910 VA

14 3+910 3+940 VC

15 3+940 4+010 VB

16 4+010 4+140 VD

17 4+140 4+316 VIII

153
Appendix B-II

Centreline co-ordinates of proposed alignment


Design Chainage from Km 0.000 to Km 4.316

Design Chainage Easting Northing Elevation


0 243481.168 3384181.794 861.574
10 243474.961 3384189.635 861.360
20 243468.753 3384197.475 861.147
30 243462.546 3384205.315 860.934
40 243456.339 3384213.156 860.721
50 243450.132 3384220.996 860.508
60 243443.925 3384228.836 860.285
70 243437.745 3384236.698 859.993
80 243431.866 3384244.786 859.630
90 243426.687 3384253.335 859.255
100 243422.386 3384262.359 858.880
110 243419.008 3384271.766 858.505
120 243416.586 3384281.464 858.130
130 243415.144 3384291.355 857.755
140 243414.697 3384301.341 857.380
150 243415.249 3384311.322 857.013
160 243416.794 3384321.197 856.673
170 243419.318 3384330.869 856.352
180 243422.794 3384340.241 856.032
190 243427.185 3384349.221 855.712
200 243432.272 3384357.830 855.391
210 243437.626 3384366.275 855.071
220 243442.997 3384374.710 854.751
230 243448.324 3384383.173 854.431
240 243452.411 3384392.281 854.110
250 243454.606 3384402.020 853.790
260 243454.823 3384412.001 853.470
270 243453.053 3384421.826 853.174
280 243449.739 3384431.259 852.944
290 243446.299 3384440.648 852.781
300 243442.859 3384450.038 852.685
310 243439.419 3384459.428 852.656
320 243435.979 3384468.817 852.694
330 243432.539 3384478.207 852.799
340 243429.099 3384487.597 852.971
350 243425.659 3384496.986 853.211
360 243422.715 3384506.537 853.517
370 243420.668 3384516.325 853.890
380 243418.672 3384526.123 854.330
390 243416.676 3384535.922 854.837
400 243414.680 3384545.721 855.412

154
Design Chainage Easting Northing Elevation
410 243412.684 3384555.520 856.053
420 243410.687 3384565.318 856.737
430 243408.691 3384575.117 857.422
440 243406.695 3384584.916 858.107
450 243404.699 3384594.715 858.792
460 243402.702 3384604.513 859.477
470 243400.706 3384614.312 860.162
480 243398.710 3384624.111 860.847
490 243396.714 3384633.910 861.532
500 243394.718 3384643.708 862.217
510 243392.721 3384653.507 862.902
520 243390.725 3384663.306 863.587
530 243388.729 3384673.104 864.272
540 243386.733 3384682.903 864.957
550 243384.737 3384692.702 865.642
560 243382.740 3384702.501 866.327
570 243380.744 3384712.299 867.012
580 243378.748 3384722.098 867.697
590 243376.752 3384731.897 868.382
600 243374.756 3384741.696 869.067
610 243372.759 3384751.494 869.752
620 243370.763 3384761.293 870.437
630 243368.767 3384771.092 871.122
640 243366.771 3384780.890 871.807
650 243364.831 3384790.700 872.492
660 243363.318 3384800.584 873.177
670 243362.301 3384810.531 873.862
680 243361.629 3384820.509 874.547
690 243360.968 3384830.487 875.235
700 243360.308 3384840.465 875.951
710 243359.647 3384850.443 876.700
720 243358.986 3384860.421 877.482
730 243358.209 3384870.390 878.282
740 243356.572 3384880.251 879.082
750 243353.959 3384889.899 879.882
760 243350.396 3384899.238 880.682
770 243346.394 3384908.402 881.482
780 243342.391 3384917.566 882.282
790 243338.389 3384926.730 883.082
800 243334.386 3384935.894 883.882
810 243330.384 3384945.059 884.679
820 243326.381 3384954.223 885.433
830 243322.379 3384963.387 886.139
840 243318.377 3384972.551 886.834
850 243314.374 3384981.715 887.529

155
Design Chainage Easting Northing Elevation
860 243310.372 3384990.879 888.224
870 243306.369 3385000.043 888.919
880 243302.367 3385009.207 889.614
890 243298.364 3385018.371 890.309
900 243294.362 3385027.535 891.004
910 243290.360 3385036.699 891.699
920 243286.357 3385045.864 892.394
930 243282.355 3385055.028 893.089
940 243278.352 3385064.192 893.784
950 243274.350 3385073.356 894.479
960 243270.347 3385082.520 895.174
970 243266.345 3385091.684 895.893
980 243262.342 3385100.848 896.665
990 243258.340 3385110.012 897.464
1000 243254.338 3385119.176 898.264
1010 243250.335 3385128.340 899.064
1020 243246.333 3385137.504 899.864
1030 243242.330 3385146.668 900.664
1040 243238.328 3385155.833 901.464
1050 243234.325 3385164.997 902.264
1060 243230.323 3385174.161 903.064
1070 243226.321 3385183.325 903.851
1080 243222.318 3385192.489 904.587
1090 243218.316 3385201.653 905.284
1100 243214.313 3385210.817 905.979
1110 243210.311 3385219.981 906.674
1120 243206.308 3385229.145 907.369
1130 243202.306 3385238.309 908.064
1140 243198.303 3385247.473 908.759
1150 243194.301 3385256.638 909.454
1160 243190.299 3385265.802 910.149
1170 243186.296 3385274.966 910.844
1180 243182.294 3385284.130 911.539
1190 243178.291 3385293.294 912.234
1200 243174.289 3385302.458 912.929
1210 243170.286 3385311.622 913.624
1220 243166.284 3385320.786 914.319
1230 243162.282 3385329.950 915.014
1240 243158.279 3385339.114 915.709
1250 243154.277 3385348.278 916.404
1260 243150.274 3385357.442 917.099
1270 243146.272 3385366.607 917.794
1280 243142.269 3385375.771 918.489
1290 243138.267 3385384.935 919.184
1300 243134.265 3385394.099 919.879

156
Design Chainage Easting Northing Elevation
1310 243130.262 3385403.263 920.574
1320 243126.260 3385412.427 921.269
1330 243122.257 3385421.591 921.964
1340 243118.255 3385430.755 922.659
1350 243114.252 3385439.919 923.354
1360 243110.250 3385449.083 924.049
1370 243106.247 3385458.247 924.744
1380 243102.245 3385467.412 925.439
1390 243098.243 3385476.576 926.134
1400 243094.240 3385485.740 926.829
1410 243090.238 3385494.904 927.524
1420 243086.235 3385504.068 928.219
1430 243082.233 3385513.232 928.914
1440 243078.230 3385522.396 929.560
1450 243074.228 3385531.560 930.090
1460 243070.226 3385540.724 930.505
1470 243066.223 3385549.888 930.805
1480 243062.221 3385559.052 930.989
1490 243058.218 3385568.217 931.057
1500 243054.216 3385577.381 931.010
1510 243050.213 3385586.545 930.847
1520 243046.211 3385595.709 930.568
1530 243042.208 3385604.873 930.174
1540 243038.208 3385614.038 929.664
1550 243034.260 3385623.225 929.039
1560 243030.389 3385632.446 928.347
1570 243026.594 3385641.698 927.655
1580 243022.877 3385650.981 926.971
1590 243019.238 3385660.295 926.367
1600 243015.676 3385669.640 925.864
1610 243012.192 3385679.013 925.460
1620 243008.787 3385688.415 925.155
1630 243005.460 3385697.846 924.951
1640 243002.211 3385707.303 924.846
1650 242999.042 3385716.788 924.841
1660 242995.951 3385726.298 924.935
1670 242992.941 3385735.834 925.129
1680 242990.009 3385745.395 925.423
1690 242987.158 3385754.980 925.817
1700 242984.386 3385764.588 926.303
1710 242981.694 3385774.219 926.807
1720 242979.083 3385783.872 927.312
1730 242976.553 3385793.546 927.816
1740 242974.103 3385803.241 928.321
1750 242971.734 3385812.957 928.825

157
Design Chainage Easting Northing Elevation
1760 242969.446 3385822.691 929.329
1770 242967.239 3385832.445 929.831
1780 242965.114 3385842.216 930.251
1790 242963.070 3385852.005 930.550
1800 242961.107 3385861.811 930.729
1810 242959.227 3385871.632 930.787
1820 242957.428 3385881.469 930.725
1830 242955.712 3385891.321 930.543
1840 242954.077 3385901.186 930.240
1850 242952.525 3385911.065 929.816
1860 242951.056 3385920.956 929.272
1870 242949.668 3385930.860 928.610
1880 242948.364 3385940.774 927.910
1890 242947.142 3385950.699 927.210
1900 242946.002 3385960.634 926.510
1910 242944.946 3385970.578 925.810
1920 242943.961 3385980.529 925.110
1930 242942.985 3385990.482 924.410
1940 242942.009 3386000.434 923.710
1950 242941.033 3386010.386 923.010
1960 242940.057 3386020.339 922.310
1970 242939.082 3386030.291 921.610
1980 242938.106 3386040.243 920.910
1990 242937.130 3386050.195 920.210
2000 242936.154 3386060.148 919.510
2010 242935.178 3386070.100 918.810
2020 242934.202 3386080.052 918.110
2030 242933.226 3386090.004 917.410
2040 242932.251 3386099.957 916.710
2050 242931.276 3386109.909 916.010
2060 242930.526 3386119.880 915.310
2070 242930.175 3386129.873 914.610
2080 242930.224 3386139.873 913.942
2090 242930.674 3386149.862 913.360
2100 242931.522 3386159.825 912.865
2110 242932.768 3386169.747 912.459
2120 242934.410 3386179.610 912.140
2130 242936.445 3386189.400 911.908
2140 242938.869 3386199.101 911.765
2150 242941.680 3386208.697 911.709
2160 242944.872 3386218.173 911.709
2170 242948.441 3386227.514 911.711
2180 242952.380 3386236.705 911.712
2190 242956.684 3386245.731 911.714
2200 242961.345 3386254.577 911.715

158
Design Chainage Easting Northing Elevation
2210 242966.356 3386263.230 911.717
2220 242971.587 3386271.753 911.718
2230 242976.821 3386280.274 911.720
2240 242982.055 3386288.795 911.721
2250 242987.289 3386297.316 911.723
2260 242992.523 3386305.837 911.725
2270 242997.757 3386314.357 911.726
2280 243002.991 3386322.878 911.728
2290 243008.226 3386331.399 911.729
2300 243013.460 3386339.920 911.731
2310 243018.694 3386348.441 911.732
2320 243023.802 3386357.036 911.734
2330 243028.539 3386365.843 911.735
2340 243032.888 3386374.847 911.738
2350 243036.842 3386384.031 911.769
2360 243040.392 3386393.378 911.837
2370 243043.534 3386402.871 911.916
2380 243046.259 3386412.492 911.995
2390 243048.564 3386422.222 912.074
2400 243050.444 3386432.043 912.153
2410 243051.895 3386441.936 912.231
2420 243052.914 3386451.883 912.310
2430 243053.501 3386461.865 912.389
2440 243053.653 3386471.863 912.468
2450 243053.370 3386481.859 912.547
2460 243052.653 3386491.832 912.625
2470 243051.503 3386501.765 912.704
2480 243049.923 3386511.639 912.783
2490 243047.915 3386521.434 912.862
2500 243045.483 3386531.133 912.941
2510 243042.853 3386540.781 913.019
2520 243040.222 3386550.429 913.098
2530 243037.592 3386560.077 913.177
2540 243034.961 3386569.724 913.256
2550 243032.331 3386579.372 913.335
2560 243029.700 3386589.020 913.414
2570 243027.069 3386598.668 913.492
2580 243024.439 3386608.316 913.571
2590 243021.808 3386617.963 913.650
2600 243019.178 3386627.611 913.729
2610 243016.547 3386637.259 913.808
2620 243013.917 3386646.907 913.886
2630 243011.286 3386656.555 913.965
2640 243008.656 3386666.202 914.044
2650 243006.025 3386675.850 914.123

159
Design Chainage Easting Northing Elevation
2660 243003.394 3386685.498 914.202
2670 243000.764 3386695.146 914.280
2680 242998.148 3386704.798 914.359
2690 242995.606 3386714.469 914.438
2700 242993.146 3386724.162 914.517
2710 242990.766 3386733.874 914.596
2720 242988.467 3386743.606 914.674
2730 242986.249 3386753.357 914.753
2740 242984.112 3386763.126 914.832
2750 242982.057 3386772.913 914.911
2760 242980.084 3386782.716 914.990
2770 242978.192 3386792.536 915.069
2780 242976.383 3386802.371 915.147
2790 242974.655 3386812.220 915.226
2800 242973.009 3386822.084 915.305
2810 242971.408 3386831.955 915.384
2820 242969.807 3386841.826 915.464
2830 242968.206 3386851.697 915.561
2840 242966.605 3386861.568 915.678
2850 242965.004 3386871.439 915.800
2860 242963.403 3386881.310 915.921
2870 242961.801 3386891.181 916.043
2880 242960.200 3386901.052 916.164
2890 242958.599 3386910.923 916.286
2900 242956.998 3386920.794 916.407
2910 242955.397 3386930.665 916.529
2920 242953.796 3386940.536 916.650
2930 242952.195 3386950.407 916.772
2940 242950.594 3386960.278 916.893
2950 242948.992 3386970.149 917.015
2960 242947.391 3386980.020 917.136
2970 242945.790 3386989.891 917.258
2980 242944.189 3386999.762 917.379
2990 242942.588 3387009.633 917.501
3000 242940.987 3387019.504 917.623
3010 242939.386 3387029.375 917.744
3020 242937.785 3387039.246 917.866
3030 242936.184 3387049.116 917.960
3040 242934.582 3387058.987 917.967
3050 242932.981 3387068.858 917.886
3060 242931.380 3387078.729 917.744
3070 242929.779 3387088.600 917.599
3080 242928.178 3387098.471 917.455
3090 242926.577 3387108.342 917.311
3100 242924.976 3387118.213 917.167

160
Design Chainage Easting Northing Elevation
3110 242923.375 3387128.084 917.022
3120 242921.774 3387137.955 916.878
3130 242920.172 3387147.826 916.734
3140 242918.571 3387157.697 916.590
3150 242916.970 3387167.568 916.445
3160 242915.369 3387177.439 916.301
3170 242913.768 3387187.310 916.157
3180 242912.167 3387197.181 916.013
3190 242910.566 3387207.052 915.868
3200 242908.965 3387216.923 915.724
3210 242907.363 3387226.794 915.580
3220 242905.762 3387236.665 915.445
3230 242904.161 3387246.536 915.373
3240 242902.560 3387256.407 915.361
3250 242900.959 3387266.278 915.357
3260 242899.358 3387276.149 915.353
3270 242897.757 3387286.020 915.349
3280 242896.156 3387295.891 915.344
3290 242894.555 3387305.762 915.340
3300 242892.953 3387315.633 915.336
3310 242891.352 3387325.504 915.332
3320 242889.751 3387335.375 915.328
3330 242888.150 3387345.246 915.324
3340 242886.549 3387355.117 915.320
3350 242884.946 3387364.988 915.316
3360 242883.321 3387374.855 915.312
3370 242881.650 3387384.714 915.308
3380 242879.930 3387394.565 915.304
3390 242878.161 3387404.407 915.299
3400 242876.342 3387414.241 915.295
3410 242874.474 3387424.065 915.291
3420 242872.557 3387433.879 915.295
3430 242870.591 3387443.684 915.318
3440 242868.576 3387453.479 915.361
3450 242866.512 3387463.264 915.415
3460 242864.400 3387473.038 915.468
3470 242862.238 3387482.801 915.522
3480 242860.028 3387492.554 915.576
3490 242857.768 3387502.296 915.630
3500 242855.463 3387512.026 915.683
3510 242853.134 3387521.751 915.737
3520 242850.803 3387531.476 915.791
3530 242848.472 3387541.200 915.845
3540 242846.141 3387550.925 915.898
3550 242843.810 3387560.649 915.952

161
Design Chainage Easting Northing Elevation
3560 242841.479 3387570.374 916.006
3570 242839.148 3387580.098 916.060
3580 242836.817 3387589.823 916.114
3590 242834.486 3387599.547 916.167
3600 242832.155 3387609.272 916.207
3610 242829.824 3387618.996 916.223
3620 242827.492 3387628.721 916.214
3630 242825.161 3387638.445 916.180
3640 242822.830 3387648.170 916.122
3650 242820.499 3387657.894 916.039
3660 242818.168 3387667.619 915.931
3670 242815.837 3387677.343 915.799
3680 242813.506 3387687.068 915.642
3690 242811.175 3387696.792 915.460
3700 242808.844 3387706.517 915.254
3710 242806.513 3387716.241 915.024
3720 242804.182 3387725.966 914.768
3730 242801.851 3387735.690 914.488
3740 242799.520 3387745.415 914.183
3750 242797.189 3387755.140 913.854
3760 242794.858 3387764.864 913.500
3770 242792.527 3387774.589 913.122
3780 242790.195 3387784.313 912.719
3790 242787.864 3387794.038 912.291
3800 242785.533 3387803.762 911.838
3810 242783.202 3387813.487 911.361
3820 242780.871 3387823.211 910.860
3830 242778.540 3387832.936 910.334
3840 242776.209 3387842.660 909.783
3850 242773.878 3387852.385 909.207
3860 242771.547 3387862.109 908.607
3870 242769.216 3387871.834 907.982
3880 242766.885 3387881.558 907.333
3890 242764.554 3387891.283 906.659
3900 242762.223 3387901.007 905.974
3910 242759.892 3387910.732 905.289
3920 242757.561 3387920.456 904.604
3930 242755.230 3387930.181 903.919
3940 242752.899 3387939.905 903.234
3950 242750.567 3387949.630 902.549
3960 242748.241 3387959.355 901.864
3970 242745.950 3387969.089 901.179
3980 242743.737 3387978.841 900.494
3990 242741.641 3387988.619 899.809
4000 242739.705 3387998.430 899.124

162
Design Chainage Easting Northing Elevation
4010 242737.971 3388008.278 898.439
4020 242736.482 3388018.166 897.754
4030 242735.279 3388028.093 897.069
4040 242734.405 3388038.055 896.384
4050 242733.905 3388048.041 895.699
4060 242733.802 3388058.040 895.014
4070 242734.098 3388068.035 894.329
4080 242734.770 3388078.012 893.644
4090 242735.777 3388087.961 892.959
4100 242737.075 3388097.876 892.274
4110 242738.621 3388107.755 891.589
4120 242740.374 3388117.600 890.904
4130 242742.291 3388127.415 890.219
4140 242744.330 3388137.205 889.534
4150 242746.450 3388146.977 888.849
4160 242748.610 3388156.741 888.164
4170 242750.777 3388166.504 887.479
4180 242752.943 3388176.266 886.794
4190 242755.109 3388186.029 886.109
4200 242757.275 3388195.792 885.424
4210 242759.441 3388205.554 884.739
4220 242761.607 3388215.317 884.065
4230 242763.773 3388225.079 883.475
4240 242765.940 3388234.842 882.979
4250 242768.102 3388244.605 882.578
4260 242769.785 3388254.460 882.271
4270 242770.642 3388264.420 882.059
4280 242770.704 3388274.418 881.941
4290 242770.560 3388284.417 881.918
4300 242770.417 3388294.416 881.978
4310
242770.274 3388304.415 882.050
4316 242770.183 3388310.792 882.095

163
SCHEDULE - C

(See Clause 2.1)

PROJECT FACILITIES

1 PROJECT FACILITIES

The Contractor shall construct the Project Facilities in accordance with the
provisions of this Agreement. Such Project Facilities shall include:
a) Toll Plaza (s);
b) Roadside Furniture;
c) Pedestrian facilities;
d) Truck Lay-Byes;
e) Bus-Bays and Bus Shelters;
f) Rest Area cum view Point; and
g) Utility duct

2 DESCRIPTION OF PROJECT FACILITIES

Each of the Project Facilities is briefly described below:


(a) Toll Plazas
NIL
(b) Roadside Furniture

Traffic signs, kilometer stone (5th km, 10th km and hectometer) Boundary
pillars, Road marking, Road Delineator, Road studs etc. shall be provided
as per section 9 of manual.
(c) Pedestrian facilities
NIL
(d) Truck Lay-Byes

Existing Chainage
S. No. Design Chainage (km) Side
(km)
Nil

(e) Bus-Bays and Bus Shelters

The Contractor shall provide bus bays and bus shelters along the project
highway as per details given below. The design of Bus Bays should be
aesthetically pleasant with surrounding. The minimum area for paved road
and minimum area for chequered tiles for each bus bay with bus shelter shall
be 185.00 sqm and 22.50 sqm respectively. The minimum size of covered area

164
for each bus shelter shall be 12.50 sqm. Any minor deviation in locations of
these bus bays shall be finalized by the Contractor in consultation with the
Authority’s Engineer

Existing Chainage Design Chainage


S. No. Side
(km) (km)
1 - 1+820 LHS

(f) Rest Area cum view Point

S. No. Existing Chainage Design Chainage Side


NIL

(g) Utility Duct

Utility duct of 300mm dia HDPE pipe all along the project length shall be
provided as per Clause no.2.11 of Schedule-B. Inspection chambers for utility
duct shall be provided minimum @ every 0.5km in Rural and @ 0.1km in
built-up area or as per specific site requirement.

165
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 Two-Lane Project
Highway.

2. DESIGN STANDARDS

The project Highway including project facilities shall confirm to design


requirement set out in the following documents:

Manual of Specifications and standards for two laning of Highways (IRC: SP:
73- 2015, referred to herein as the Manual)

166
Annex - I

(Schedule-D)

Specifications and Standards for Two-Laning with Paved Shoulders

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: 73-2015) referred
to as the Manual, and MORTH Specifications for Road and Bridge Works (fifth
revision). Where the specification for a work is not given, Good Industry Practice
shall be adopted to the satisfaction of the Authority’s Engineer.

2 DEVIATIONS FROM THE SPECIFICATIONS AND STANDARDS

2.1 Notwithstanding anything to the contrary contained in the Paragraph 1 above, the
following Specifications and Standards shall apply to the Project Highway, and for
purposes of this Agreement, aforesaid Specifications and Standards of following
clauses shall be deemed to be amended to the extent set forth below:

Sl. Clause referred in Provision as per Modified


Item
No. Manual Manual Provision
NIL

167
SCHEDULE – E
(See Clause 2.1 and 14.2)

MAINTENANCE REQUIREMENTS

1 Maintenance Requirements
1.1 The Contractor shall, at all times maintain the Project Highway in accordance
with the provisions of this Agreement, Applicable Laws and Applicable Permits.
1.2 The Contractor shall repair or rectify any Defect or deficiency set forth in Paragraph
2 of this Schedule-E within the time limit specified therein and any failure in this
behalf shall constitute non-fulfillment of the Maintenance obligations by the
Contractor. Upon occurrence of any breach hereunder, the Authority shall be entitled
to effect reduction in monthly lump sum payment as set forth in Clause 14.6 of this
Agreement, without prejudice to the rights of the Authority under this Agreement,
including Termination thereof.
1.3 All Materials, works and construction operations shall conform to the 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.
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.

168
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 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.

169
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.

Nature of Defect or deficiency Time limit for repair/ rectification


ROADS
(a) Carriageway and paved shoulders
Temporary restoration of traffic
(i) Breach or blockade within 24 hours; permanent
restoration within 15 (fifteen) days.
Any significant change in roughness
value from original value [more than 5%]
(ii) 120 (one hundred and twenty) days
in a stretch of 1 km (as measured by a
Calibrated bump integrator)
(iii) Pot holes 24 hours
(iv) Any cracks in road surface 15 (fifteen) days
Any depressions, rutting exceeding 10
(v) 30 (thirty) days
mm in road surface.
(vi)- Bleeding/skidding- 7 (seven) days
(vii) Any other defect/distress on the road 15 (fifteen) days
(viii) Damage to pavement edges 15 (fifteen) days
(ix) Removal of debris, dead animals 6 hours
Granular earth shoulders, side slopes,
(b)
drains and culverts
Variation by more than 1% in the
prescribed slope of camber/cross fall (shall
(i) 7 (seven) days
not be less than the camber on the main
carriageway)
(ii) Edge drop at shoulders exceeding 40 mm 7 (seven) days
Variation by more than 15% in the
(iii) 30 (thirty) days
prescribed side (embankment) slopes
(iv) Rain cuts/gullies in slope 7 (seven) days
Damage to or silting of culverts and side
(v) 7 (seven) days
drains
Desilting of drains in urban/semi-urban
(vi) 24 hours
areas
7 (seven) days (Restore immediately
(vii) Railing, parapets, crash barriers if causing safety
hazard)

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of


Uttarakhand. 170
Nature of Defect or deficiency Time limit for repair/
rectification

(c) Road side furniture including road sign


and pavement marking
(i) Damage to shape or position, poor 48 hours
visibility or loss of retro-reflectivity
(ii) Painting of Km stone, railing, parapets, As and when required/Once every
crash barriers year
(iii) Damaged/missing road signs 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 hours
(ii) Faults and minor failures 8 hours
(e) Trees and plantation
(i) Obstruction in a minimum head-room of 24 hours
5 m above carriageway or obstruction in
visibility of road signs
(ii) Removal of fallen trees from carriageway 4 hours
(iii) Deterioration in health of trees and Timely watering and treatment
bushes
(iv) Trees and bushes requiring replacement 30 (Thirty) days
(v) Removal of vegetation affecting sight 15 (fifteen) days
line and road structures
(f) Rest area
(i) Cleaning of toilets Every 4 hours
(ii) Defects in electrical, water and sanitary 24 hours
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 hours
Temporary measures Permanent measures within 15 (fifteen) days or as
specified by the Authority's
(b) Foundations
(i) Scouring and/or cavitations 15 (fifteen) days

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of


Uttarakhand. 171
Nature of Defect or deficiency Time limit for repair/ rectification
(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 metallic
of bearings bearings once in a year
(e) Joints
(i) Malfunctioning of joints 15 (fifteen) days
(f) Other items
(i) Deforming of pads in elastomeric bearings 7 (seven) days
(ii) Gathering of dirt in bearings and joints; 3 (three) days
or clogging of spouts, weep holes and vent-
holes
(iii) Damage or deterioration in kerbs, parapets, 3 (three) days
handrails and crash barriers (immediately within 24 hours if
posing danger to safety)
(iv) Rain-cuts or erosion of banks of the side 7 (seven) days
slopes of approaches
(v) Damage to wearing coat 15 (fifteen) days
(vi) Damage or deterioration in approach slabs, 30 (thirty) days
pitching, apron, toes, floor or guide bunds
(vii) Growth of vegetation affecting the structure 15 (fifteen) days
or obstructing the waterway
(g) Hill Roads
(i) Damage to retaining wall/breast wall 7 (seven) days
(ii) Landslides requiring clearance 12 (twelve) hours
(iii) Snow requiring clearance 24 (twenty four) hours

The failure to address above measures for any of the defects/deficiency may attract
reduction in payment as per schedule M.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of


Uttarakhand. 172
SCHEDULE-F
(See Clause 3.1.7(a)

APPLICABLE PERMITS

1 Applicable Permits

1.1 The Contractor shall obtain, as required under the Applicable Laws, the
following Applicable Permits:
a) Permission of the State Government for extraction of boulders from quarry;
b) Permission of Village Panchayat and Pollution Control Board for
installation of crushers;
c) License for use of explosives;
d) Permission of the State Government for drawing water from river/reservoir;
e) License from inspector of factories or other competent Authority for
setting up batching plant;
f) Clearance of Pollution Control Board for setting up batching plant;
g) Clearance of Village Panchayats and Pollution Control Board for setting up
asphalt plant;
h) Permission of Village Panchayats and State Government for borrow earth;
i) Any other permits, clearances or approvals required under Applicable Laws

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


conversation shall have been procured by the Authority in accordance with
provisions of this Agreement.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.


SCHEDULE - G
(See Clauses 7.1.1, 7.5.3. and 19.2

FORM OF BANK GUARANTEE


Annex-I
(See Clause 7.1.1)

Performance Security

The Chief Engineer,


Project Shivalik,
IDPL Complex,
Virbhadra,
Uttarakhand-249202

WHEREAS:

(A) [name and address of contractor] (hereinafter called the "Contractor") and
Chief Engineer, Project Shivalik, Border Roads Organisation, Ministry of
Defence, Government of India (hereinafter called the "Authority") have entered
into an agreement (hereinafter called the "Agreement") for Construction of two
lane road with paved shoulders for Chinyalisour Bypass from existing chainage
Km 133.020 to Km 137.330 (Design chainage km 0.000 to km 4.316) of NH-94
(Old) under Chardham Parijojna in the state of uttrakhand on EPC mode
under improvement to NH connectivity to Chardham in the state of
Uttarakhand 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 this bank guarantee(hereinafter called
the "Guarantee") by way of Performance Security.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and
affirms as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
performance of the Contractor's obligations during the {Construction Period/
Defects Liability Period and Maintenance Period} under and in accordance with the
Agreement, and agrees and undertakes to pay to the Authority, upon its mere first
written demand, and without any demur, reservation, recourse, contest or protest,
and without any reference to the Contractor, such sum or sums up to an aggregate

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

174
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
Executive Engineer (C)/Major/Lt Col in the Border Roads Organisation, Ministry of
Defence, Government 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.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

175
8. The Guarantee shall cease to be in force and effect on ****$. Unless a demand or
claim under this Guarantee is made in writing before expiry of the Guarantee, the
Bank shall be discharged from its liabilities hereunder.
9. The Bank undertakes not to revoke this Guarantee during its currency, except with the
previous express consent of the Authority in writing, and declares and warrants that it
has the power to issue this Guarantee and the undersigned has full powers to do so on
behalf of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent by post
addressed to the Bank at its above referred branch, which shall be deemed to have
been duly authorised to receive such notice and to effect payment thereof forthwith,
and if sent by post it shall be deemed to have been given at the time when it ought to
have been delivered in due course of post and in proving such notice, when given by
post, it shall be sufficient to prove that the envelope containing the notice was posted
and a certificate signed by an officer of the Authority that the envelope was so posted
shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in force
and effect for up to the date specified in paragraph 8 above or until it is released earlier
by the Authority pursuant to the provisions of the Agreement.
Signed and sealed this ............ day of............... , 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.
(iii) $ 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).

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

176
Annex – II

(Schedule - G)
(See Clause 7.5.3)

Form for Guarantee for Withdrawal of Retention Money

The Chief Engineer,


Project Shivalik,
IDPL Complex,
Virbhadra,
Uttarakhand-249202

WHEREAS:

(A) [name and address of contractor] (hereinafter called the "Contractor") and
Chief Engineer, Project Shivalik, Border Roads Organisation, Ministry of
Defence, Government of India (hereinafter called the "Authority") have entered
into an agreement (hereinafter called the "Agreement") for Construction of two
lane road with paved shoulders for Chinyalisour Bypass from existing
chainage Km 133.020 to Km 137.330 (Design chainage km 0.000 to km 4.316)
of NH-94 (Old) under Chardham Parijojna in the state of uttrakhand on EPC
mode under improvement to NH connectivity to Chardham in the state of
Uttarakhand basis, subject to and in accordance with the provisions of the
Agreement.

(B) In accordance with Clause 7.5.3 of the Agreement, the Contractor may withdraw
the retention money (hereinafter called the "Retention Money") after furnishing to
the Authority a bank guarantee for an amount equal to the proposed withdrawal.

(C) We, ..................................... through our branch at …………………..(the “Bank”)


have agreed to furnish this bank guarantee (hereinafter called the "Guarantee") for
the amount of Rs. cr. (Rs. crore) (the “Guarantee Amount").

NOW, THEREFORE, the Bank hereby unconditionally and irrevocably guarantees and
affirms as follows:

1. The Bank hereby unconditionally and irrevocably undertakes to pay to the


Authority, upon its mere first written demand, and without any demur, reservation,
recourse, contest or protest, and without any reference to the Contractor, such sum
or sums up to an aggregate sum of the Guarantee Amount as the Authority shall
claim, without the Authority being required to prove or to show grounds or reasons
for its demand and/or for the sum specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of
Executive Engineer (C)/Major/Lt Col in the Border Roads Organisation, Ministry of
Defence, Government of India, that the Contractor has committed default in the due

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

177
and faithful performance of all or any of its obligations for 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 Retention Money and any of the rights and powers exercisable
by the Authority against the Contractor, and either to enforce or forbear from
enforcing any of the terms and conditions contained in the Agreement and/or the
securities available to the Authority, and the Bank shall not be released from its
liability and obligation under these presents by any exercise by the Authority
of the liberty with reference to the matters aforesaid or by reason of time being
given to the Contractor or any other forbearance, indulgence, act or omission on
the part of the Authority or of any other matter or thing whatsoever which under
any law relating to sureties and guarantors would but for this provision have the
effect of releasing the Bank from its liability and obligation under this Guarantee
and the Bank hereby waives all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee
or security now or which may hereafter be held by the Authority in respect
of or relating to the Retention Money.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank
under this Guarantee is restricted to the Guarantee Amount and this Guarantee will
remain in force for the period specified in paragraph 8 below and unless a demand
or claim in writing is made by the Authority on the Bank under this Guarantee
all rights of the Authority under this Guarantee shall be forfeited and the Bank
shall be relieved from its liabilities hereunder.
8. The Guarantee shall cease to be in force and effect 90 (ninety) days after the
date of the Completion Certificate specified in Clause 12.4 of the Agreement.
9. The Bank undertakes not to revoke this Guarantee during its currency, except
with the previous express consent of the Authority in writing, and declares and
warrants that it has the power to issue this Guarantee and the undersigned has full
powers to do so on behalf of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent
by post addressed to the Bank at its above referred branch, which shall be deemed

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

178
to have been duly authorized to receive such notice and to effect payment thereof
forthwith, and if sent by post it shall be deemed to have been given at the time
when it ought to have been delivered in due course of post and in proving such
notice, when given by post, it shall be sufficient to prove that the envelope
containing the notice was posted and a certificate signed by an officer of the
Authority that the envelope was so posted shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in
force and effect up to the date specified in paragraph 8 above or until it is released
earlier by the Authority pursuant to the provisions of the Agreement.

Signed and sealed this ............ day of............... , 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.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

179
Annex - III
(Schedule - G)
(See Clause 19.2)
Form for Guarantee for Advance Payment

The Chief Engineer,


Project Shivalik,
IDPL Complex,
Virbhadra,
Uttarakhand-249202

WHEREAS:
(A) [name and address of contractor] (hereinafter called the "Contractor") and
Chief Engineer, Project Shivalik, Border Roads Organisation, Ministry of
Defence, Government of India (hereinafter called the "Authority") have entered
into an agreement (hereinafter called the "Agreement") for Construction of two
lane road with paved shoulders for Chinyalisour Bypass from existing chainage
Km 133.020 to Km 137.330 (Design chainage km 0.000 to km 4.316) of NH-94
(Old) under Chardham Parijojna in the state of uttrakhand on EPC mode
under improvement to NH connectivity to Chardham in the state of
Uttarakhand 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) 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 three 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/third} 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 installment of the Advance Payment under
and in accordance with the Agreement, and agrees and undertakes to pay to the

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

180
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
Executive Engineer (C)/Major/Lt Col in the Border Roads Organisation, Ministry of
Defence, Government of India, that the Contractor has committed default in the due
and faithful performance of all or any of its obligations for the repayment of the
installment of the Advance Payment under and in accordance with the Agreement
shall be conclusive, final and binding on the Bank. The Bank further agrees that
the Authority shall be the sole judge as to whether the Contractor is in default in
due and faithful performance of its obligations during and under the Agreement
and its decision that the Contractor is in default shall be final and binding on the
Bank, notwithstanding any 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 Advance Payment or to extend the time or period of its repayment or to
postpone for any time, and from time to time, any of the rights and powers
exercisable by the Authority against the Contractor, and either to enforce or
forbear from enforcing any of the terms and conditions contained in the
Agreement and/or the securities available to the Authority, and the Bank shall not
be released from its liability and obligation under these presents by any exercise
by the Authority of the liberty with reference to the matters aforesaid or by reason
of time being given to the Contractor or any other forbearance, indulgence, act or
omission on the part of the Authority or of any other matter or thing whatsoever
which under any law relating to sureties and guarantors would but for this
provision have the effect of releasing the Bank from its liability and obligation
under this Guarantee and the Bank hereby waives all of its rights under any such
law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or
security now or which may hereafter be held by the Authority in respect of or
relating to the Advance Payment.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under
this Guarantee is restricted to the Guarantee Amount and this Guarantee will
remain in force for the period specified in paragraph 8 below and unless a demand
or claim in writing is made by the Authority on the Bank under this Guarantee all

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

181
rights of the Authority under this Guarantee shall be forfeited and the Bank shall
be relieved from its liabilities hereunder.
8. The Guarantee shall cease to be in force and effect on ****$Unless a demand or
claim under this Guarantee is made in writing on or before the aforesaid date,
the Bank shall be discharged from its liabilities hereunder.

9. The Bank undertakes not to revoke this Guarantee during its currency, except with
the previous express consent of the Authority in writing, and declares and
warrants that it has the power to issue this Guarantee and the undersigned has full
powers to do so on behalf of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent
by post addressed to the Bank at its above referred branch, which shall be deemed
to have been duly authorized to receive such notice and to effect payment thereof
forthwith, and if sent by post it shall be deemed to have been given at the time
when it ought to have been delivered in due course of post and in proving such
notice, when given by post, it shall be sufficient to prove that the envelope
containing the notice was posted and a certificate signed by an officer of the
Authority that the envelope was so posted shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in
force and effect up to the date specified in paragraph 8 above or until it is released
earlier by the Authority pursuant to the provisions of the Agreement.

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

SIGNED, SEALED AND DELIVERED


For and on behalf of the Bank by:
(Signature)
(Name)
(Designation)
(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.
iii) $ The Guarantee Amount should be equivalent to 110% of the value of
the applicable installment.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

182
SCHEDULE-H
(See Clause10.1.4 and 19.3)

CONTRACT PRICE WEIGHTAGES

1.1 The Contract Price for this Agreement is Rs (-------- Cr.)


1.2 Proportions of the Contract Price for different stages of Construction of the
Project Highway shall be as specified below:
Weightage
in % of the Percentage
Item Stage for Payment
Contract weightage
Price
1 2 3 4
Road works A) Widening and strengthening of existing
including Culverts, road
Widening and (1) Earthwork up to top of the sub-grade 0.00%
repair of culverts (2) Sub Base Course 0.00%
(3) Non Bituminous base course 0.00%
(4) Bituminous base course 0.00%
(5) Wearing coat 0.00%
(6) Widening and repair of Culvert 0.00%
B.1- Reconstruction /New 2-lane realignment/
bypass (flexible pavements)
(1) Earthwork up to top of the sub-grade 36.07%
(2) Sub Base Course 23.13%
(3) Non Bituminous base course 19.54%
(4) Bituminous base course 0.00%
(5) Wearing coat 16.73%
41.75% B.2- Reconstruction/ new/ 2-lane realignment/
bypass (Rigid Pavement)
(1) Earth work upto top of the subgrade 0.00%
(2) Sub base course 0.00%
(3) Dry lean concrete(DLC) course 0.00%
(4) Pavement quality control(PQC) course 0.00%
C.1 Reconstruction/New service road
(Flexible pavement)
(1) Earthwork up to top of the sub-grade 0.00%
(2) Sub Base Course 0.00%
(3) Non Bituminous base course 0.00%
(4) Bituminous base course 0.00%
(5) Wearing coat 0.00%
C.2- Reconstruction/New service road(Rigid
Pavement)
(1) Earth work upto top of the subgrade 0.00%

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

183
(2) Sub base course 0.00%
(3) Dry lean concrete(DLC) course 0.00%
(4) Pavement Quality Concrete (PQC) course 0.00%
D-Reconstruction& New Culverts on existing
road, realignments, bypasses
(1) Culverts (length < 6m) 4.53%
Minor Bridge A.1 Widening and repairs of minor bridges -
/Underpasses/Over A.2- New Minor bridges (length >6 and <60 m.) 0.00%
passes (1) Foundation +Sub-structure: On completion
of the foundation work including foundations for
wing and return walls, abutments, piers upto the
abutment/pier cap. 0.00%
(2) Super-structure: On completion of the
super structure in all respects including wearing
coat, bearings, expansion joints, hand rails,
crash barriers, road signs & markings, tests on
completion etc. complete in all respect. 0.00%
3) Approaches: On completion of approaches
including Retaining walls, stone pitching,
protection works complete in all respect and fit
for use. 0.00%
(4) Guide Bunds and River Training Works: On
completion of Guide Bunds and river Training
Works complete in all respects. 0.00%
B.1- Widening and Repair of underpasses/
-
overpasses
B.2- New underpasses/ overpasses 0.00%
(1) · Foundation +Sub structure: On completion
of the foundation work including foundations for
wing and return walls, abutments, piers upto the
abutment/pier cap. 0.00%
(2) Super-structure: On completion of the super-
structure in all respects signs & markings, tests
on completion etc. complete in all respect.
Wearing Coat (a) in case of Overpass- wearing
coat including expansion joints complete in all
respects as specified and (b) in case of
underpass- rigid pavement including drainage
facility complete in all respects asspecified as
specified. 0.00%
3) Approaches: On completion of approaches
including retaining walls/reinforced earth walls,
stone pitching , protection works complete in all
respects and fit for use. 0.00%
Major Bridge A.1- Widening and repairs of Major Bridges -
(length> 60 m.) (1)Foundation 0.00%
works and
(2)Sub-structure 0.00%
ROB/RUB/elevated
(3)Super-structure (including bearing) 0.00%

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

184
sections/ flyovers (4) Wearing Coat including expansion joints 0.00%
including viaducts, (5) Miscellaneous Items like hand rails, crash
if any) barriers, road markings etc.) 0.00%
(6) Wing walls/return walls 0.00%
(7) Guide Bunds, River Training works etc. 0.00%
(8) Approaches (including Retaining walls, stone
Pitching & protection work. 0.00%
A.2 New Major Bridges
(1) Foundation 0.00%
(2) Sub-structure 0.00%
(3) Super-structure (including bearing) 0.00%
(4) Wearing Coat including expansion joints 0.00%
(5) Miscellaneous Items like hand rails, crash
barriers, road markings etc.) 0.00%
(6) Wing walls/return walls 0.00%
(7) Guide Bunds, River Training works etc. 0.00%
8)Approaches (including Retaining walls, stone
pitching and protection works) 0.00%
B.1 Widening and repair of
(a) ROB
(b) RUB
(1) Foundation 0.00%
(2) Sub-structure 0.00%
(3) Super-structure (including bearing) 0.00%
(4) Wearing Coat: (a) in case of ROB- wearing
coat including expansion joints complete in all
respects as specified and (b) in case of RUB-
rigid pavement under RUB including drainage
facility complete in all respects as specified · as
specified 0.00%
(5) Miscellaneous Items like hand rails, crash
barriers, road markings etc.) 0.00%
(6) Wing walls/return walls 0.00%
(7) Approaches (including Retaining walls, stone
pitching and protection works) 0.00%
B.2 NEW ROB/RUB
(a) ROB
(b) RUB
(1) Foundation 0.00%
(2) Sub-structure 0.00%
(3) Super-structure (including bearing) 0.00%
(4) Wearing Coat: (a) in case of ROB- wearing
coat including expansion joints complete in all
respects as specified and (b) in case of RUB-
rigid pavement under RUB including drainage
facility complete in all respects as specified · as
specified 0.00%

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

185
(5) Miscellaneous Items like hand rails, crash
barriers, road markings etc.) 0.00%
(6) Wing walls/return walls 0.00%
(7) Approaches (including Retaining walls, stone
pitching and protection works) 0.00%
C.1 Widening and repair of Elevated
Section/Flyovers/ Grade Separators
(1) Foundation 0.00%
(2) Sub-structure 0.00%
(3) Super-structure (including bearing) 0.00%
(4) Wearing Coat including expansion joints 0.00%
(5) Miscellaneous Items like hand rails, crash
barriers, road markings etc.) 0.00%
(6) Wing walls/return walls 0.00%
(7)Approaches (including Retaining walls
Reinforced earth wall, stone pitching and
protection works) 0.00%
C.2 New Elevated Section/Flyovers/ Grade
Separators
(1) Foundation 0.00%
(2) Sub-structure 0.00%
(3) Super-structure (including bearing) 0.00%
(4) Wearing Coat including expansion joints 0.00%
(5) Miscellaneous Items like hand rails, crash
barriers, road markings etc.) 0.00%
(6) Wing walls/return walls 0.00%
(7)Approaches (including Retaining walls
Reinforced earth wall, stone pitching and
protection works) 0.00%
Other works 58.25% (i) Toll Plaza 0.00%
(ii) Road side drains 3.01%
(iii)Road signs, markings, km stone, safety
Devices etc. 1.20%
(iv) Utility Duct 6.99%
(v) Thrie Beam 4.27%
(vi) Project facilities
a) Bus bay and bus shelter 0.64%
b) Truck Lay byes 0.00%
c) Rest areas & View Point 0.00%
d) Junction 3.42%
(e) Dumping Zone 1.24%
(f) Road side plantation 0.00%
(vii) Repair of protection works other than
approaches to the bridges, elevated sections/
flyovers/grade separators and ROBs/RUBs. 0.00%
(viii) Protection work
(a) Retaining Wall in Masonry with parapet wall 49.91%
(b) Soil Nailing 1.34%

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

186
(c) Gabion Wall 20.60%
(d) Breast wall 3.36%
(ix) Safety and traffic management during
construction 4.02%
* The above list is illustrative and may require modifications as per the scope of
the work.

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
Stage of Payment Payment Procedure
weightage
A - Widening and Unit of measurement is linear length. Payment
strengthening of existing road of each stage shall be made on pro rata basis on
(1) Earthwork up to top of the completion of a stage in a length of not less
0.00%
sub-grade than 10 (ten) percent of the total length.
(2) Sub-Base Course) 0.00%
(3) Non Bituminous Base
0.00%
Course
(4)Bituminous Base Course 0.00%
(5) Wearing coat 0.00%
Cost of completed culverts shall be determined
(6) ) Widening and repair of pro rata basis with respect to the total no. of
0.00%
culverts culverts. The payment shall be made on the
completion of atleast five culverts.
B1 Reconstruction /new 2
lane ,realignment/ bypass
(flexible pavement)
(1) Earthwork up to top of the Unit of measurement is linear length. Payment
36.07%
sub-grade of each stage shall be made in pro rata basis on
(2) Sub Base Course 23.13% completion of stage in full length or 5(five) km.
(3) Non Bituminous base course 19.54% length, whichever is less.
(4) Bituminous base course 0.00%
(5) Wearing coat 16.73%
B.2- Reconstruction/ new/ 2- Unit of measurement is linear length. . Payment
lane realignment/ bypass (Rigid of each stage shall be made on pro rata basis on
Pavement) completion of a stage in full length or 5(five)
(1) Earth work upto top of the km. length, whichever is less.
0.00%
subgrade
(2) Sub base course 0.00%
(3) Dry lean concrete(DLC)
0.00%
course
(4) Pavement quality
0.00%
control(PQC) course

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

187
C.1 Reconstruction/New service Unit of measurement is linear length. Payment
road (Flexible pavement) of each stage shall be made on Pro rata basis on
(1) Earthwork up to top of the sub- completion of a stage in full length or 5(five)
0.00%
grade km. length, whichever is less.
(2) Sub Base Course 0.00%
(3) Non Bituminous base course 0.00%
(4) Bituminous base course 0.00%
(5) Wearing coat 0.00%
C.2- Reconstruction/New Unit of measurement is linear length. Payment
service road(Rigid Pavement) of each stage shall be made on pro rata basis on
(1) Earth work upto top of the completion of a stage in full length or 5 (five)
0.00%
subgrade km. length, whichever is less.
(2) Sub base course 0.00%
(3) Dry lean concrete (DLC)
0.00%
course
(4) Pavement Quality Concrete
0.00%
(PQC) course.
D- Reconstruction & New Cost of each culvert shall be determined on pro
Culverts on existing road , rata basis with respect to the total number of
realignments, bypasses. culverts. Payment shall be made on the
Culverts (length < 6m) 4.53% completion of at least five culverts.
@.For example, if the total length of bituminous work to be done is 100 km, the cost per km of
bituminous work shall be determined as follows:
Cost per km = P x weightage for road work x weightage for bituminous work x (1/L) Where
P= Contract Price, L = Total length in km
Similarly, the rates per km for other stages shall
be worked out accordingly.

Note: The length affected due to law and order problems or litigation during execution due
to which the Contractor is unable to execute the work, may be deducted from the total
project length for payment purposes. The total length calculated here is only for payment
purposes and will not affect and referred in other clauses of the Contract Agreement.
1.3.2 Minor Bridges and
Underpasses/Overpasses.
Procedure for estimating the value of Minor bridge and Underpasses/Overpasses shall be as
stated in table 1.3.2:

Table 1.3.2
Stage of Payment Percentage Payment Procedure
weightage
A.1 Widening and repairs of Cost of each minor bridge shall be determined
minor bridges (length >6 and on pro rata basis with respect to the total linear
<60 m.) length of the minor bridges. Payment shall be
made on the completion of widening & repair
works of a minor bridge.
A.2- New Minor bridges

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

188
(i) Foundation +Sub-structure: (i) Foundation +Sub structure: Cost of each
On completion of the foundation minor bridge shall be determined on pro rata
work including foundations for basis with respect to the total linear length (m)
wing and return walls, abutments, of the minor bridges. Payment against
piers upto the abutment/pier cap. foundation + sub-structure shall be made on
pro-rata basis on completion of a stage i.e. not
less than 25% of the scope of foundation +sub-
0.00%
structure of each bridge subject to completion
of atleast two foundations along with sub
structure upto abutment/pier cap level of each
bridge.
In case where load testing is required for
foundation. the trigger of first payment shall
include load testing also where specified.
(ii) Super-structure: On (ii) Super-structure: Payment shall be made
completion of the super on prorate basis on completion-of a stage i.e.
structure in all respects including completion of superstructure of atleast one
wearing coat, bearings, span in all respects as specified in the column
0.00%
expansion joints, hand rails, crash of "Stage of Payment" in this sub-clause.
barriers, road signs & markings,
tests on completion etc. complete
in all respect.
(iii) Approaches: On completion (iii) Approaches: Payment shall be made on
of approaches including Retaining pro-rata basis on completion of a stage i.e.
walls, stone pitching, protection 0.00% completion of approaches in all respect as
works complete in all respect and specified in the column of "Stage of Payment"
fit for use. in this sub-clause.
(iv) Guide Bunds and River (iv) Guide Bunds and River Training
Training Works: On completion Works:
of Guide Bunds and river Training Payment shall be made on prorata basis on
0.00%
Works complete in all respects. completion of a stage i.e. completion of Guide
Bunds and River training Works in all respects
as specified.
B.1- Widening and Repair of Cost of each underpass/overpass ·shall be
underpasses/overpasses determined on pro rata basis with respect to the
total linear length of the
0.00%
underpasses/overpasses. Payment shall be
made on the completion of widening & repair
works of a underpasses/overpasses.
B.2- New underpasses/
overpasses

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

189
(i) Foundation +Sub structure: (i) Foundation +Sub Structure: Cost of
On completion of the foundation each underpass/ Overpass shall be determined
work including foundations for on pro rata basis with respect to the total linear
wing and return walls, abutments, length (m) of the Underpass/ Overpass
piers upto the abutment/pier cap. payment against foundation sub-structure shall
be made on pro-rata basis on completion of a
stage i.e. not less than 25% of the scope of
0.00% foundation +sub structure of each
Underpasses/ Overpasses subject to
completion of at least two foundations along
with sub structure up to abutment/ pier cap
level each underpass/ overpass. In case where
load testing is required for foundation, the
trigger of first payment shall include load
testing also where specified.
(ii) Super-structure: On (ii) Super-structure: Payment shall be made
completion of the super- structure on pro rata basis on completion of a stage i.e.
in all respects signs & markings, completion of super structure of at least one
tests on completion etc. complete span in all respects as specified in the column
in all respect. Wearing Coat (a) in of "Stage of Payment" in this sub-clause.
case of Overpass- wearing coat
including expansion joints 0.00%
complete in all respects as
specified and (b) in case of
underpass- rigid pavement
including drainage facility
complete in all respects as
specified as specified.
(iii) Approaches: On completion (iii) Approaches: Payment shall be made on
of approaches including retaining pro-rata basis on completion of a stage i.e.
walls/reinforced earth walls, stone completion of approaches in all respect as
0.00%
pitching, protection works specified.
complete in all respects and fit for
use.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

190
1.3.3 Major Bridge works, ROB/RUB and Structures.
Procedure for estimating the value of Major Bridge works, ROB/RUB and Structures
shall be as stated in table 1.3.3:

Table 1.3.3
Stage of Payment Weightage Payment Procedure
1 2 3
A.1- Widening and repairs
Major Bridges
(i) Foundation (i) Foundation: Cost of each Major Bridge
shall be determined on pro rata basis with
respect to the total linear length (m) of the
Major Bridge. Payment against foundation
shall be made on pro-rata basis on completion
of a stage i.e. not less than 25% of the scope of
0.00%
foundation of the major Bridge subject to
completion of atleast two foundations of the
major Bridge.
In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.
(ii) Sub-structure: (ii) Sub-Structure: Payment against Sub-
structure shall be made on pro-rata basis on
completion of a stage i.e. not less than 25% of
0.00% the scope of sub-structure of the major bridge
subject to completion of atleast two sub-
structures of abutments/piers up to
abutment/pier cap level of the major bridge.
(iii) Super-structure (including (iii)Super-structure: Payment shall be made
bearings) on pro rata basis on completion of a stage i.e.
0.00% completion of super structure including
bearings of atleast one span in all respects as
specified.
(iv) Wearing Coat including (iv) Wearing Coat: Payment shall be made on
expansion joints completion of wearing coat including
0.00%
expansion joints complete in all respects as
specified.
(v) Miscellaneous Items like (v) Miscellaneous: Payments shall be made on
hand rails, crash barriers, road completion of all miscellaneous works like
0.00%
markings etc. hand rails, crash barriers, road markings etc.
complete in all respects as specified.
(vi) Wing walls/return walls (vi) Wing walls/return walls: Payments shall
0.00% be made on completion of all wing walls/return
walls complete in all respects as specified.
(iv) Guide Bunds, River (vii) Guide Bonds, River Training works:
Training works etc. Payments shall be made on completion of all
0.00%
guide bunds/river training works etc. complete
in all respects as specified.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

191
(viii) Approaches (including (viii) Approaches: Payments shall be made on
Retaining walls, stone pitching completion of both approaches including stone
0.00%
and protection works) pitching, protection works, etc. complete in all
respects as specified.
A.2- New Major Bridges
(i) Foundation (i) Foundation: Cost of each Major Bridge
shall be determined on pro rata basis with
respect to the total linear length (m) of the
Major Bridge. Payment against foundation
shall be made on pro-rata basis on completion
of a stage i.e. not less than 25% of the scope of
0.00%
foundation of the major Bridge subject to
completion of at least two foundations of the
major Bridge.
In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.
(ii) Sub-structure (ii) Sub-Structure: Payment against Sub-
structure shall be made on pro-rata basis on
completion of a stage i.e. not less than 25% of
0.00% the scope of sub-structure of the major
bridge subject to completion of at least two
sub-structures of abutments/piers up to
abutment/pier cap level of the major bridge.
(iii) Super-structure (including (iii) Super-structure: Payment shall be made
bearings) on pro rata basis on completion of a stage i.e.
0.00% completion of super structure including
bearings of at least one span in all respects as
specified.
(iv) Wearing Coat including (iv) Wearing Coat: Payments shall be made
expansion joints on completion of wearing coat including
0.00%
expansion joints complete in all respects as
specified.
(v) Miscellaneous Items like (v) Miscellaneous: Payments shall be made on
hand rails, crash barriers, road completion of all miscellaneous works like
0.00%
markings etc. hand rails, crash barriers, road markings etc.
complete in all respects as specified.
(vi) Wing walls/return walls (vi) Wing walls/return walls: Payments shall
0.00% be made on completion of all wing walls/return
walls complete in all respects as specified.
(vii) Guide Bunds, River (vii) Guide Bunds, River Training works:
Training works .etc. Payments shall be made on completion of all
0.00%
guide bunds/river training works etc. complete
in all respects as specified.
(viii) Approaches (including (viii) Approaches: Payments shall be made on
Retaining walls, stone pitching completion of both approaches including stone
0.00%
and protection works) pitching protection works, etc. complete in all
respects as specified.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

192
B.1-Widening and repairs of
(a) ROB.
(b) RUB
(i) Foundation (i) Foundation: Cost of each ROB/RUB shall
be determined on pro rata basis with respect to
the total linear length (m) of the ROBs/RUBs.
Payment against foundation shall be made on
prorata basis on completion of a stage i.e. not
0.00% less than 25% of the scope of foundation of the
ROB/RUB subject to completion of atleast two
foundations of the ROB/RUB.
In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.
(ii) Sub-structure (ii) Sub-Structure: Payment against Sub-
structure shall be made on pro-rata basis on
completion of a stage i.e. not less than 25 Year
0.00% of the scope of sub-structure of the ROB/ RUB
subject to completion of atleast two sub-
structures of abutments/piers upto
abutment/pier cap level of the ROB/RUB.
(iii) Super-structure including (iii) Super-structure: Payment shall be made
bearings) on prorata basis on completion of a stage i.e.
0.00% completion of super structure including
bearings of atleast one span in all respects as
specified.
(iv) Wearing Coat including (iv) Wearing Coat: Payment shall be made on
expansion joints in case of ROB. completion of (a) in case of ROB- wearing coat
In case of RUB, rigid pavement including expansion joints complete in all
under RUB including drainage 0.00% respects as specified and (b) in case of RUB-
facility as specified. rigid pavement under RUB including drainage
facility , complete in all respects as specified
as specified.
(v) Miscellaneous Items like (v) Miscellaneous: Payments shall be made
handrails, crash barriers, road on completion of all miscellaneous works
0.00%
markings etc. like hand rails, crash barriers, road markings
etc. complete in all respects as specified.
(vi) Wing walls/return walls (vi) Wing walls/return walls: Payments shall
be made on completion of all wing
0.00%
walls/return walls complete in all respects as
specified.
(vii) Approaches (including (vii) Approaches: Payments shall be made on
Retaining walls, stone pitching completion of both approaches including stone
0.00%
and protection works) pitching, protection works, etc. complete in
all respects as specified.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

193
B.2- New ROB, RUB
(a) ROB
(b) RUB
(i) Foundation (i) Foundation: Cost of each ROB/RUB shall
be determined on pro data basis with respect to
the total linear length of ROBs/RUBs. Payment
against foundation shall be made on pro-data
basis on completion of a stage i.e not less than
25% of the scope of foundation of the
0.00%
ROB/RUB subject to completion of atleaset
two foundation of the ROB/ RUB.
In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.

(ii) Sub-structure (ii) Sub-Structure: Payment against Sub-


structure shall be made on pro-rata basis on
completion of a stage i.e. not less than 25% of
the scope of sub-structure of the ROB/RUB
0.00%
subject to completion of atleast two sub-
structures of abutments/piers upto
abutment/pier cap level of the ROB/RUB.

(iii) Super-structure (including (iii) Super-structure: Payment shall be made


bearings) on pro rata basis on completion of a stage i.e.
completion of super-structure including
0.00%
bearings of atleast one span in all respects as
specified.

(iv) Wearing Coat including (iv) Wearing Coat: Payment shall be made on
expansion joints in case of ROB. completion of (a) in case of ROB- wearing coat
In case of RUB, rigid pavement including expansion joints complete m all
under RUB including drainage respects as specified and (b) in case of RUB-
0.00%
facility as specified. rigid pavement wider RUB including drainage
facility complete in . all respects as specified as
specified.

(v) Miscellaneous Items like (v) Miscellaneous: Payments shall be made on


hand rails, crash barriers, road completion of all miscellaneous works like
marking etc. 0.00% hand rails, crash barriers, road markings etc.
complete in all respects as specified.

(vi) Wing walls/return walls (vi) Wing walls/return walls: Payments shall
be made on completion of all wing
0.00% walls/return walls complete in all respects as
specified.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

194
(vii) Approaches (including (vii) Approaches: Payments shall be made on
Retaining walls/Reinforced completion of both approaches including stone
Earth wall, stone pitching and pitching, protection works, etc. complete in all
0.00%
protection works) respects as specified.

C.1- Widening and repairs of


Elevated Section/ Flyovers /
Grade Separators.
(i) Foundation (i) Foundation: Cost of each structure shall be
determined on pro rata basis with respect to the
total linear length (m) of the structures.
Payment against foundation shall be made on
pro-rata basis on completion of a stage i.e. not
0.00% less than 25% of the scope of foundation of the
structure subject to completion of atleast two
foundations of the structure.
In case where load testing is required for
foundation, the trigger of first payment shall
include load testing also where specified.
(ii) Sub-structure (ii) Sub-Structure: Payment against Sub-
structure shall be made on pro-rata basis on
completion of a stage i.e. not less than 25% of
0.00% the scope of sub-structure of the structure
subject to completion of atleast two sub-
structures of abutments/piers upto
abutment/pier cap level of the structure.
(iii) Super-structure (including (iii) Super-structure: Payment shall be made
bearings) on pro rata basis on completion of a stage i.e.
0.00% completion of super structure including
bearings of atleast one span in all respects as
specified.
(iv) Wearing Coat including (iv) Wearing Coat: payment shall be made on
expansion joints completion of wearing coat including
0.00%
expansion joints complete in all respects as
specified.
(v) Miscellaneous Items like (v) Miscellaneous: Payments shall be made on
hand rails, crash barriers, road completion of all. Miscellaneous works like
markings etc. 0.00% hand rails, crash barriers, road markings etc.
complete in all respects as specified.
(vi) Wing walls/return walls (vi) Wing walls/return walls: Payments shall
0.00% be made on completion of all wing walls/return
walls complete in all respects as specified.
(vii) Approaches (including (vii) Approaches: Payments shall be made on
Retaining walls/Reinforced completion of both approaches including stone
Earth wall, stone pitching and 0.00% pitching, protection works, etc. complete in all
protection works) respects as specified.
C.2 -New Elevated Section
/Flyovers / Grade Separators

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

195
(i) Foundation (i) Foundation: Cost of each structure shall be
determined on pro rata basis with respect to the
total linear length (m) of the structures.
Payment against foundation shall be made on
pro-rata basis on completion of a stage i.e. not
0.00% less than 25% of the scope of foundation of the
structure subject to completion of atleast two
foundations of the structure.
In case where load testing is required for
foundation. the trigger of first payment shall
include load testing also where specified.
(ii) Sub-structure (ii) Sub-Structure: Payment against Sub-
structure shall be made on pro-rata basis on
completion of a stage i.e. not less than 25% of
0.00% the scope of sub-structure of the structure
subject to completion of atleast two sub-
structures of abutments/piers upto
abutment/pier cap level of the structure.
(iii) Super-structure (including (iii) Super-structure: Payment shall be made
bearings) on pro rata basis on completion of a stage i.e.
0.00% completion of super structure including
bearings of atleast one span in all respects as
specified.
(iv) Wearing Coat including (iv) Wearing Coat: Payment shall be made on
expansion joints completion of wearing coat including
0.00%
expansion joints complete in all respects as
specified.
(v) Miscellaneous Items like (v) Miscellaneous: Payments shall be made on
hand rails, crash barriers, road completion of all miscellaneous works like
markings etc. 0.00% hand rails, crash barriers, road markings etc.
complete in all respects as specified.
(vi) Wing walls/return walls (vi) Wing walls/return walls: Payments shall
0.00% be made on completion of all wing walls/return
walls complete in all respects as specified.
(vii) Approaches (including (vii) Approaches: Payments shall be made on
Retaining walls/Reinforced completion of both approaches including stone
Earth wall, stone pitching and 0.00% pitching, protection works, etc. complete in all
protection works) respects as specified.
Note:
(1) In case of innovate Major Bridge projects like cable suspension/cable stayed/ Extra Dozed
and exceptionally long span bridges, the schedule may be modified as per site requirements
before bidding with due approval of DG(RD)&SS, MoRT&H.
(2) The Schedule for exclusive tunnel projects may be prepared as per site requirements before
bidding with due approval of DG(RD)&SS, MoRT&H.

1.3.4 Other works


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

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

196
Stage of Payment Weightage Payment Procedure
(i) Toll plaza 0.00% Unit of measurement is linear length in km.
(ii) Road side drains 3.01% Payment shall be made on pro rata basis on
(iii) Road signs, markings, km completion of a stage in a length of not less
1.20% than 10 % (ten per cent) of the total length.
stones, safety devices etc.
(iv) Utility Duct 6.99%
(v) Thrie Beam 4.27%
(iv) Project Facilities.
a) Bus bay and bus shelter 0.64%
b) Truck Lay byes 0.00% Payment shall be made on pro rata basis for
c) Rest Areas & View Point 0.00% completed facilities.
d) Junction 3.42%
Cost of each Dumping Zone shall be
determined on pro rata basis with respect to the
(e) Dumping Zone 1.24% total no. of Dumping Zone. Payment shall be
made on the completion of at least one
Dumping Zone
(f) Road side plantation 0.00%
(vi) Repair of protection works Unit of measurement is linear length. Payment
other than approaches to the shall be made on pro rata basis on completion
bridges, elevated sections/ 0.00% of a stage in a length of not less than 10% (ten
flyovers/grade separators and per cent) of the total length.
ROBs/RUBs.
(viii) Protection work
(a) Retaining Wall in Masonry Unit of measurement is linear length in Km.
49.91%
with parapet wall Payment shall be made on pro rata basis on
(b) Soil Nailing 1.34% completion of a stage in a length of not less
(c) Gabion Wall 20.60% than 10% (ten percent) of the total length in
(d) Breast wall 3.36% Complete Height.
(ix) Safety and traffic Payment shall be made on prorate basis every
4.02% six months.
management during construction
2. Procedure for payment for Maintenance
2.1 The cost for maintenance shall be as stated in Clause 14.1.1.
2.2 Payment for Maintenance shall be made in quarterly instalments in accordance with
the provisions of Clause 19.7.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

197
SCHEDULE - I
(See Clause 10.2.4)

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.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

198
Annex - I
(Schedule - I)

List of Drawings

A broad list of the drawings of the various components/elements of the Project Highway
and project facilities required to be submitted by the Concessionaire is given below:

a) Drawings of horizontal alignment, vertical profile and cross sections


b) Drawings of cross drainage works
c) Drawings of interchanges, major intersections, grade separators, underpasses and
ROB’s
d) Drawings of Control Centre
e) Drawings of bus-bay and bus shelters with furniture and drainage system
f) Drawing of a truck parking lay bye with furniture and drainage system
g) Drawing of a rest area with furniture and drainage system
h) Drawings of road furniture items including traffic signage, markings, safety
barriers, etc.
i) Drawings of traffic diversion plans and traffic control measures
j) Drawings of road drainage measures
k) Drawings of typical details slope protection measures
l) Drawings of landscaping and horticulture
m) Drawings of pedestrian crossings
n) Drawings of street lighting
o) General arrangement of Base camp and Administrative Block
p) Drawings of catch water drains, check drains
q) Any other drawings which Border Roads Organisation may review

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

199
SCHEDULE - J
(See Clause 10.3.2)

PROJECT COMPLETION SCHEDULE

1 Project Completion Schedule

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

2 Project Milestone-I

2.1 Project Milestone-I shall occur on the date falling on the 137th (one hundred and
thirty seven) day from the Appointed Date (the “Project Milestone-I”).

2.2 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

3.1 Project Milestone-II shall occur on the date falling on the 274th (two hundred and
seventy four) day from the Appointed Date (the “Project Milestone-II”).

3.2 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 30% (thirty
per cent) of the Contract Price.

4 Project Milestone-III

4.1 Project Milestone-III shall occur on the date falling on the 411th (four hundred
and eleven) day from the Appointed Date (the “Project Milestone-III”).

4.2 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 60% (sixty
per cent) of the Contract Price.

5 Scheduled Completion Date

5.1 The Scheduled Completion Date shall occur on the 547th (five hundred and forty
seven) day from the Appointed Date.

5.2 On or before the Scheduled Completion Date, the Contractor shall have completed
construction in accordance with this Agreement.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

200
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.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

201
SCHEDULE -K
(See Clause 12.1.2)

TESTS ON COMPLETION

1 Schedule for Tests

1.1 The Contractor shall, no later than 30 (thirty) days prior to the likely completion
of construction, notify the Authority’s Engineer and the Authority of its intent to
subject the Project Highway to Tests, and no later than 10 (ten) days prior to the
actual date of Tests, furnish to the Authority’s Engineer and the Authority detailed
inventory and particulars of all works and equipment forming part of Works.
1.2 The Contractor shall notify the Authority’s Engineer of its readiness to subject the
Project Highway to Tests at any time after 10 (ten) days from the date of such
notice, and upon receipt of such notice, the Authority’s Engineer shall, in
consultation with the Contractor, determine the date and time for each Test and
notify the same to the Authority who may designate its representative to witness
the Tests. The Authority’s Engineer shall thereupon conduct the Tests itself or
cause any of the Tests to be conducted in accordance with Article 12 and this
Schedule-K.

2 Tests

2.1 Visual and physical test: The Authority’s Engineer shall conduct a visual and
physical check of construction to determine that all works and equipment forming
part thereof conform to the provisions of this Agreement. The physical tests shall
include [to be decided with Authority’s Engineer at the time of physical tests
as per relevant IRC/ Code Manual].
2.2 Riding quality test: Riding quality of each lane of the carriageway shall be checked
with the help of a calibrated bump integrator and the maximum permissible
roughness for purposes of this Test shall be [2,000 (two thousand)] mm for each
kilometre.
2.3 Tests on Nails/anchors: Load tests should be carried out as per relevant FHWA/BS
codes for checking the strength of nail/anchor after installation.
2.4 Other tests: The Authority’s Engineer may require the Contractor to carry out or
cause to be carried additional tests, in accordance with the technical specifications
and Good Industry Practice, for determining the compliance of the Project Highway
with Specifications and Standards.
2.5 Environmental audit: The Authority’s Engineer shall carry out a check to determine
conformity of the Project Highway with the environmental requirements set forth
in Applicable Laws and Applicable Permits.
2.6 Safety Audit: The Authority’s Engineer shall carry out, or cause to be carried out,
a safety audit to determine conformity of the Project Highway with the safety
requirements and Good Industry Practice.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

202
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.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

203
SCHEDULE-L

(See Clause 12.2 and 12.4)

PROVISIONAL 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”), Construction of two lane road with paved
shoulders for Construction of two lane road with paved shoulders for
Chinyalisour Bypass from existing chainage Km 133.020 to Km 137.330 (Design
chainage km 0.000 to km 4.316) of NH-94 (Old) under Chardham Parijojna in
the state of uttrakhand on EPC mode under improvement to NH connectivity to
Chardham in the state of Uttarakhand basis (the “Project Highway”) through
………………………… (Name of Contractor), hereby certify that the Tests in
accordance with Article 12 of the Agreement have been undertaken to determine
compliance of the Project Highway with the provisions of the Agreement.

2 Works that are incomplete on account of Time Extension have been specified in
the Punch List appended hereto, and the Contractor has agreed and accepted that it
shall complete all such works in the time and manner set forth in the Agreement. In
addition, certain minor works are incomplete and these are not likely to cause
material inconvenience to the Users of the Project Highway or affect their safety.
The Contractor has agreed and accepted that as a condition of this Provisional
Certificate, it shall complete such minor works within 30 (thirty) days hereof. These
minor works have also been specified in the aforesaid Punch List.

3 In view of the foregoing, I am satisfied that the Project Highway from km ** to


km ** can be safely and reliably placed in service of the Users thereof, and in
terms of the Agreement, the Project Highway is hereby provisionally declared fit
for entry into operation on this the ………… day of ……….. 20…...

ACCEPTED, SIGNED, SEALED SIGNED, SEALED AND

AND DELIVERED DELIVERED

For and on behalf of For and on behalf of

CONTRACTOR by: AUTHORITY’s ENGINEER by:

(Signature) (Signature)

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

204
COMPLETION CERTIFICATE

1 I, ……………………. (Name of the Authority’s Engineer), acting as the Authority’s


Engineer, under and in accordance with the Agreement dated ………… (the
“Agreement”), for Construction of two lane road with paved shoulders for
Chinyalisour Bypass from existing chainage Km 133.020 to Km 137.330 (Design
chainage km 0.000 to km 4.316) of NH-94 (Old) under Chardham Parijojna in
the state of uttrakhand on EPC mode under improvement to NH connectivity to
Chardham in the state of Uttarakhand basis (the “Project Highway”) 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…..

SIGNED, SEALED AND DELIVERED

For and on behalf of

the Authority’s Engineer by:

(Signature)

(Name) (Designation) (Address)

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

205
SCHEDULE -M
(See Clauses 14.6, 15.2 and 19.7)

PAYMENT REDUCTION FOR NON-COMPLIANCE

1. Payment Reduction for Non-compliance with the Maintenance Requirements

1.1 Monthly lump sum payments for maintenance shall be reduced in the case of non-
compliance with the Maintenance Requirements set forth in Schedule-E.

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


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

1.3 The Authority’s Engineer shall calculate the amount of payment reduction on the
basis of weightage in percentage assigned to non-conforming items as given in
Paragraph 2.

2. Percentage Reductions in Lump Sum Payments

2.1 The following percentages shall govern the payment reduction:

S.
Item/Defect/Deficiency Percentage
No.
(a) Carriageway/Pavement
(i) Potholes, cracks, other surface defects 10%
(ii) Repairs of Edges, Rutting 5%
(b) Road, Embankment, Cuttings, Shoulders
(i) Edge drop, inadequate cross-fall, undulations, settlement,
potholes, ponding, obstructions 5%
(ii) Deficient slopes, rain-cuts, disturbed pitching, vegetation growth,
pruning of trees 5%
(c) Hill Roads and Special Geotechnical Works for Landslide
Rehabilitation
(i) Non-strengthening of Defective Polymeric Reinforcement 15%
(ii) Non-replacement of Defective PVC Pipes 5%
(iii) Non-strengthening / Non-replacement of Defective Facia 5%
(iv) Non-replacement of Defective Gabion Mattress 5%
(v) Non-replacement of Defective Erosion Control Mat 5%
(d) Culverts
(i) Desilting, cleaning. vegetation growth, damaged pitching,
flooring, parapets, wearing course, footpaths, any damage to
5%
foundations
(ii) Any Defects in superstructures, bearings and sub-structures 5%
(iii) Painting, repairs/replacement kerbs, railings, parapets,

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

206
S.
Item/Defect/Deficiency Percentage
No.
guideposts/crash barriers 5%

(iv) Downstream Side Protection 10%


(e) Roadside Drains
(i) Cleaning and repair of drains 10%
(f) Miscellaneous Items
(i) Removal of dead animals, broken down/accidental vehicles,
fallen trees, road blockades or malfunctioning of mobile crane 5%

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

R=P/IOO x M x L1/L

Where P = Percentage of particular item/Defect/deficiency for deduction M =

Monthly lump-sum payment in accordance with the Bid

L1 = Non-complying length L = Total length of the road,

R = Reduction (the amount to be deducted for noncompliance for a particular


item/Defect/deficiency

The total amount of reduction shall be arrived at by summation of reductions for


such items/Defects/deficiency or noncompliance.

For any Defect in a part of one kilometer, the non-conforming length shall be taken
as one kilometer.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

207
SCHEDULE - N
(See Clause 18.1.1)

SELECTION OF AUTHORITY’S ENGINEER

1 Selection of Authority’s Engineer

1.1 The provisions of the Model Request for Proposal for Selection of Technical
Consultants, issued by the Ministry of Finance in May 2009, or any substitute
thereof shall apply for selection of an experienced firm to discharge the functions and
duties of an Authority’s Engineer.

1.2 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.

Note: - It is proposed to appoint the Authority Engineer under an Umbrella


Agreement covering number of EPC Contact in the state of Uttarakhand.

The EPC Contract proposed to be covered are as under:

a) ---------------------------------------------------------
b) ---------------------------------------------------------
c) ---------------------------------------------------------
d) ---------------------------------------------------------

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

208
Annex – I
(Schedule - N)

TERMS OF REFERENCE FOR AUTHORITY’S ENGINEER

1 Scope

1.1 These Terms of Reference (the “TOR”) for the Authority’s Engineer are being
specified pursuant to the EPC Agreement dated ................. (the “Agreement),
which has been entered into between the [name and address of the Authority]
(the “Authority”) and ......................................................................... (the
“Contractor”) for Construction of two lane road with paved shoulders for
Chinyalisour Bypass from existing chainage Km 133.020 to Km 137.330 (Design
chainage km 0.000 to km 4.316) of NH-94 (Old) under Chardham Parijojna in
the state of uttrakhand on EPC mode under improvement to NH connectivity
to Chardham in the state of Uttarakhand contract, and a copy of which is
annexed hereto and marked as Annex-A to form part of this TOR.

1.2 The TOR shall apply to construction and maintenance of the Project Highway.

2 Definitions and Interpretation

2.1 The words and expressions beginning with or in capital letters and not defined
herein but defined in the Agreement shall have, unless repugnant to the context, the
meaning respectively assigned to them in the Agreement.

2.2 References to Articles, Clauses and Schedules in this TOR shall, except where the
context otherwise requires, be deemed to be references to the Articles, Clauses and
Schedules of the Agreement, and references to Paragraphs shall be deemed to be
references to Paragraphs of this TOR.

2.3 The rules of interpretation stated in Clauses 1.2, 1.3 and 1.4 of the Agreement shall
apply, mutatis mutandis, to this TOR.

3 General

3.1 The Authority’s Engineer shall discharge its duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional integrity and Good
Industry Practice.

3.2 The Authority’s Engineer shall perform the duties and exercise the authority in
accordance with the provisions of this Agreement, but subject to obtaining prior
written approval of the Authority before determining:
• any Time Extension;
• any additional cost to be paid by the Authority to the Contractor;
• the Termination Payment; or

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

209
• any other matter which is not specified in (a), (b) or (c) above and which
creates an obligation or liability on either Party for a sum exceeding Rs.
5,000,000 (Rs. fifty lakh).

3.3 The Authority’s Engineer shall submit regular periodic reports, at least once every
month, to the Authority in respect of its duties and functions under this Agreement.
Such reports shall be submitted by the Authority’s Engineer within 10 (ten) days
of the beginning of every month.

3.4 The Authority’s Engineer shall inform the Contractor of any delegation of its duties
and responsibilities to its suitably qualified and experienced personnel; provided,
however, that it shall not delegate the authority to refer any matter for the
Authority’s prior approval in accordance with the provisions of Clause 18.2.

3.5 The Authority’s Engineer shall aid and advise the Authority on any proposal for
Change of Scope under Article 13.

3.6 In the event of any disagreement between the Parties regarding the meaning, scope
and nature of Good Industry Practice, as set forth in any provision of the Agreement,
the Authority’s Engineer shall specify such meaning, scope and nature by issuing
a reasoned written statement relying on good industry practice and authentic
literature.

4 Construction Period

4.1 During the Construction Period, the Authority’s Engineer shall review the Drawings
furnished by the Contractor along with supporting data, including the geo-technical
and hydrological investigations, characteristics of materials from borrow areas and
quarry sites, topographical surveys, and the recommendations of the Safety
Consultant in accordance with the provisions of Clause 10.1.6. The Authority’s
Engineer shall complete such review and send its observations to the Authority and
the Contractor within 15 (fifteen) days of receipt of such Drawings; provided,
however that in case of a Major Bridge or Structure, the aforesaid period of 15
(fifteen) days may be extended upto 30 (thirty) days. In particular, such comments
shall specify the conformity or otherwise of such Drawings with the Scope of the
Project and Specifications and Standards.

4.2 The Authority’s Engineer shall review any revised Drawings sent to it by the
Contractor and furnish its comments within 10 (ten) days of receiving such
Drawings.

4.3 The Authority’s Engineer shall review the Quality Assurance Plan submitted by the
Contractor and shall convey its comments to the Contractor within a period of 21
(twenty-one) days stating the modifications, if any, required thereto.

4.4 The Authority’s Engineer shall complete the review of the methodology proposed
to be adopted by the Contractor for executing the Works, and convey its comments
to the Contractor within a period of 10 (ten) days from the date of receipt of the
proposed methodology from the Contractor.
4.5 The Authority’s Engineer shall grant written approval to the Contractor, where

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

210
necessary, for interruption and diversion of the flow of traffic in the existing lane(s)
of the Project Highway for purposes of maintenance during the Construction Period
in accordance with the provisions of Clause 10.4.

4.6 The Authority’s Engineer shall review the monthly progress report furnished by the
Contractor and send its comments thereon to the Authority and the Contractor within
7 (seven) days of receipt of such report.

4.7 The Authority’s Engineer shall inspect the Construction Works and the Project
Highway and shall submit a monthly Inspection Report bringing out the results
of inspections and the remedial action taken by the Contractor in respect of Defects
or deficiencies. In particular, the Authority’s Engineer shall include in its
Inspection Report, the compliance of the recommendations made by the Safety
Consultant.

4.8 The Authority’s Engineer shall conduct the pre-construction review of


manufacturer's test reports and standard samples of manufactured Materials, and
such other Materials as the Authority’s Engineer may require.

4.9 For determining that the Works conform to Specifications and Standards, the
Authority’s Engineer shall require the Contractor to carry out, or cause to be carried
out, tests at such time and frequency and in such manner as specified in the
Agreement and in accordance with Good Industry Practice for quality assurance. For
purposes of this Paragraph 4.9, the tests specified in the IRC Special Publication-
11 (Handbook of Quality Control for Construction of Roads and Runways) and
the Specifications for Road and Bridge Works issued by MORTH (the “Quality
Control Manuals”) or any modification/substitution thereof shall be deemed to be
tests conforming to Good Industry Practice for quality assurance.

4.10 The Authority’s Engineer shall test check at least 20 (twenty) percent of the quantity
or number of tests prescribed for each category or type of test for quality control
by the Contractor.

4.11 The timing of tests referred to in Paragraph 4.9, and the criteria for acceptance/
rejection of their results shall be determined by the Authority’s Engineer in
accordance with the Quality Control Manuals. The tests shall be undertaken on
a random sample basis and shall be in addition to, and independent of, the tests
that may be carried out by the Contractor for its own quality assurance in
accordance with Good Industry Practice.

4.12 In the event that results of any tests conducted under Clause 11.10 establish any
Defects or deficiencies in the Works, the Authority’s Engineer shall require the
Contractor to carry out remedial measures.

4.13 The Authority’s Engineer may instruct the Contractor to execute any work which
is urgently required for the safety of the Project Highway, whether because of an
accident, unforeseeable event or otherwise; provided that in case of any work
required on account of a Force Majeure Event, the provisions of Clause 21.6 shall
apply.
4.14 In the event that the Contractor fails to achieve any of the Project Milestones, the
Authority’s Engineer shall undertake a review of the progress of construction and

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

211
identify potential delays, if any. If the Authority’s Engineer shall determine that
completion of the Project Highway is not feasible within the time specified in the
Agreement, it shall require the Contractor to indicate within 15 (fifteen) days the steps
proposed to be taken to expedite progress, and the period within which the Project
Completion Date shall be achieved. Upon receipt of a report from the Contractor, the
Authority’s Engineer shall review the same and send its comments to the Authority
and the Contractor forthwith.

4.15 The Authority’s Engineer shall obtain from the Contractor a copy of all the
Contractor’s quality control records and documents before the Completion Certificate
is issued pursuant to Clause 12.4.

4.16 Authority’s Engineer may recommend to the Authority suspension of the whole or
part of the Works if the work threatens the safety of the Users and pedestrians. After
the Contractor has carried out remedial measure, the Authority’s Engineer shall
inspect such remedial measures forthwith and make a report to the Authority
recommending whether or not the suspension hereunder may be revoked.

4.17 In the event that the Contractor carries out any remedial measures to secure the safety
of suspended works and Users, and requires the Authority’s Engineer to inspect such
works, the Authority’s Engineer shall inspect the suspended works within 3 (three)
days of receiving such notice, and make a report to the Authority forthwith,
recommending whether or not such suspension may be revoked by the Authority.

4.18 The Authority’s Engineer shall carry out, or cause to be carried out, all the Tests
specified in Schedule-K and issue a Completion Certificate or Provisional
Certificate, as the case may be. For carrying out its functions under this Paragraph
4.18 and all matters incidental thereto, the Authority’s Engineer shall act under and in
accordance with the provisions of Article 12 and Schedule-K.

5 Maintenance Period

5.1 The Authority’s Engineer shall aid and advise the Contractor in the preparation of
its monthly Maintenance Programme and for this purpose carry out a joint
monthly inspection with the Contractor.

5.2 The Authority’s Engineer shall undertake regular inspections, at least once every
month, to evaluate compliance with the Maintenance Requirements and submit
a Maintenance Inspection Report to the Authority and the Contractor.

5.3 The Authority’s Engineer shall specify the tests, if any, that the Contractor shall
carry out, or cause to be carried out, for the purpose of determining that the Project
Highway is in conformity with the Maintenance Requirements. It shall monitor and
review the results of such tests and the remedial measures, if any, taken by the
Contractor in this behalf.
5.4 In respect of any defect or deficiency referred to in Paragraph 3 of Schedule-E, the
Authority’s Engineer shall, in conformity with Good Industry Practice, specify the

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

212
permissible limit of deviation or deterioration with reference to the Specifications
and Standards and shall also specify the time limit for repair or rectification of any
deviation or deterioration beyond the permissible limit.

5.5 The Authority’s Engineer shall examine the request of the Contractor for closure
of any lane(s) of the Project Highway for undertaking maintenance/repair thereof,
and shall grant permission with such modifications, as it may deem necessary,
within 5 (five) days of receiving a request from the Contractor. Upon expiry of the
permitted period of closure, the Authority’s Engineer shall monitor the reopening of
such lane(s), and in case of delay, determine the Damages payable by the
Contractor to the Authority under Clause 14.5.

6 Determination of Costs and Time

6.1 The Authority’s Engineer shall determine the costs, and/or their reasonableness, that
are required to be determined by it under the Agreement.

6.2 The Authority’s Engineer shall determine the period of Time Extension that is
required to be determined by it under the Agreement.

6.3 The Authority’s Engineer shall consult each Party in every case of determination
in accordance with the provisions of Clause 18.5.

7 Payments

7.1 The Authority’s Engineer shall withhold payments for the affected works for which
the Contractor fails to revise and resubmit the Drawings to the Authority’s Engineer
in accordance with the provisions of Clause 10.2.4 (d).

7.2 Authority’s Engineer shall -

(a) within 10 (ten) days of receipt of the Stage Payment Statement from the
Contractor pursuant to Clause 19.4, determine the amount due to the
Contractor and recommend the release of 90 (ninety) percent of the amount
so determined as part payment, pending issue of the Interim Payment
Certificate; and

(b) within 15 (fifteen) days of the receipt of the Stage Payment Statement referred
to in Clause 19.4, deliver to the Authority and the Contractor an Interim
Payment Certificate certifying the amount due and payable to the Contractor,
after adjustments in accordance with the provisions of Clause 19.10.

7.3 The Authority’s Engineer shall, within 15 (fifteen) days of receipt of the Monthly
Maintenance Statement from the Contractor pursuant to Clause 19.6, verify the
Contractor’s monthly statement and certify the amount to be paid to the Contractor
in accordance with the provisions of the Agreement.

7.4 The Authority’s Engineer shall certify final payment within 30 (thirty) days of the
receipt of the final payment statement of Maintenance in accordance with the

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

213
provisions of Clause 19.16.

8 Other Duties and Functions

The Authority’s Engineer shall perform all other duties and functions as specified
in the Agreement.

9 Miscellaneous

9.1 A copy of all communications, comments, instructions, Drawings or Documents sent


by the Authority’s Engineer to the Contractor pursuant to this TOR, and a copy
of all the test results with comments of the Authority’s Engineer thereon, shall be
furnished by the Authority’s Engineer to the Authority forthwith.

9.2 The Authority’s Engineer shall retain at least one copy each of all Drawings and
Documents received by it, including ‘as-built’ Drawings, and keep them in its safe
custody.

9.3 Within 90 (ninety) days of the Project Completion Date, the Authority’s Engineer
shall obtain a complete set of as-built Drawings, in 2 (two) hard copies and in micro
film form or in such other medium as may be acceptable to the Authority, reflecting
the Project Highway as actually designed, engineered and constructed, including
an as-built survey illustrating the layout of the Project Highway and setback lines,
if any, of the buildings and structures forming part of Project Facilities; and shall
hand them over to the Authority against receipt thereof.

9.4 The Authority’s Engineer, if called upon by the Authority or the Contractor or both,
shall mediate and assist the Parties in arriving at an amicable settlement of any
Dispute between the Parties.

9.5 The Authority’s Engineer shall inform the Authority and the Contractor of any event
of Contractor’s Default within one week of its occurrence.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

214
SCHEDULE -O
(See Clauses 19.4.1, 19.6.1, and 19.8.1)

FORMS OF PAYMENT STATEMENTS

1. Stage Payment Statement for Works


The Stage Payment Statement for Works shall state:

(a) the estimated amount for the Works executed in accordance with Clause 19.3.1
subsequent to the last claim;
(b) amounts reflecting adjustments in price for the aforesaid claim;
(c) the estimated amount of each Change of Scope Order executed subsequent to the
last claim;
(d) amounts reflecting adjustment in price, if any, for (c) above in accordance with the
provisions of Clause 13.2.3 (a);
(e) total of (a), (b), (c) and (d) above;
(f) Deductions:
(i) Any amount to be deducted in accordance with the provisions of the
Agreement except taxes;
(ii) Any amount towards deduction of taxes; and
(iii) Total of (i) and (ii) above.
(g) Net claim: (e) – (f) (iii);
(h) The amounts received by the Contractor upto the last claim:
(i) For the Works executed (excluding Change of Scope orders);
(ii) For Change of Scope Orders, and
(iii) Taxes deducted
2. Monthly Maintenance Payment Statement
The monthly Statement for Maintenance Payment shall state:

(a) the monthly payment admissible in accordance with the provisions of the
Agreement;
(b) the deductions for maintenance work not done;
(c) net payment for maintenance due, (a) minus (b);
(d) amounts reflecting adjustments in price under Clause 19.12; and
(e) amount towards deduction of taxes
3. Contractor’s Claim for Damages
Note: The Contractor shall submit its claims in a form acceptable to the Authority.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

215
SCHEDULE -P
(See Clause 20.1)

INSURANCE

1. Insurance during Construction Period


1.1 The Contractor shall effect and maintain at its own cost, from the Appointed Date
till the date of issue of the 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 brou ght onto the
Site by the Contractor, for a sum sufficient to provide for their replacement
at the Site.

1.2 The insurance under paragraph 1.1 (a) and (b) above shall cover the Authority and
the Contractor against all loss or damage from any cause arising under paragraph 1.1
other than risks which are not insurable at commercial terms.

2. Insurance for Contractor's Defects Liability


The Contractor shall effect and maintain insurance cover 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


3.1 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 1and 2
of this Schedule or to any person (except persons insured under Clause 20.9),
which may arise out of the Contractor's performance of this Agreement. This
insurance shall be for a limit per occurrence of not less than the amount stated
below with no limit on the number of occurrences.

The insurance cover shall be not less than: Rs. [*****]

3.2 The insurance shall be extended to cover liability for all loss and damage to the
Authority's property arising out of the Contractor’s performance of this Agreement
excluding:
(a) the Authority's right to have the construction works executed on, over, under,
in or through any land, and to occupy this land for the Works; and

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

216
(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.

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

217
End of the Document

Km 133+020 to Km 137+330 Section of NH 94 - Chinyalisour Bypass in the State of Uttarakhand.

218

You might also like