Download as pdf or txt
Download as pdf or txt
You are on page 1of 145

Schedules

SCHEDULE - A

(See Clauses 2.1 and 8.1)


SITE OF THE PROJECT

1 The Site

1.1 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. In the case of
sections where no modification in the existing alignment of the Project Highway is contemplated,
the alignment plan has not been provided. Alignment plans have only been given for sections
where the existing alignment is proposed to be modified.

1.5 The status of the environment clearances obtained or awaited is given in Annex IV.
Annex - I
(Schedule-A)

Site

1. Site

The site of the two-lane divided project highway comprises the section of National Highway
No.158 commencing from km 53.450 of MDR-84to km 10.940 of SH-61 (Design Ch: 74+000 to
116+745) i.e. the Asind - Mandal section in the State of Rajasthan. The land, carriageway and
structures comprising the Site are described below.

2. Land

The Site of the Project Highway comprises the land described below:

Existing Chainage (Km)


Sl. No. ROW (M)
From To
1 53.448 52.74 20-45
2 52.74 48.94 20
3 48.94 48.44 40-45
4 48.44 46.52 30-40
5 46.52 45.58 25-30
6 45.58 45.16 25-30
7 45.16 43.11 25-35
8 43.11 41.96 20-30
9 40.84 41.01 20-30
10 41.01 40.98 13-20
11 41.96 40.84 30
12 40.98 38.55 30
13 38.55 38.5 17-25
Existing Chainage (Km)
Sl. No. ROW (M)
From To
14 38.5 35.96 15-25
15 35.96 35.82 15-25
16 35.82 34.08 25
17 34.08 32.88 20-30
18 32.88 30.62 20-30
19 30.62 28.98 25-30
20 28.98 26.68 30-35
21 26.68 25.06 30-35
22 25.06 21.86 30-35
23 21.86 19.84 30-40
24 19.84 18.3 25-60
25 18.3 18.22 13-16
26 18.22 17.9 15-20
27 17.9 17.84 25-30
28 17.84 17.32 25-36
29 17.32 16.5 30-40
30 16.5 16.48 15-25
31 16.48 15.48 5-20
32 15.48 12.84 20-30
33 12.84 11.6 30-70
34 11.6 11.22 50
35 11.22 10.94 30

3. Forest Area

Forest area on the project stretch is being listed as below:

Nil
4. Carriageway

The present configuration of the road varies from single lane to two lane carriageway with
earthen shoulders. The present configuration of the carriageway is presented as below:

Chainage (Km) Carriageway


Length
Width Remarks
From To (m)
(m)
53.448 52.000 7.00 7.10
52.000 48.000 4.00 7.20
MDR-84
30.000 (of MDR-84
48.000 18.00 7.00
and SH-61)
30.000 (of MDR-84 and
15.300 14.70 7.00
SH-61) SH-61
15.300 10.940 (SH-61) 3.30 7.000
Major Bridges

The Site includes the following Major Bridges:


Existing No. of Total Length Total width Carriageway
Sl. No Span (m)
Chainage span (m) (m) width (m)
35.925 (SH-
1 17 4.3 73.1 7.3 6.8
61)

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

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

Existing Chainage Existing Structure Details


Sl No
(km)
Type Span / Length Width (m)
1x11.0+10.8+1x34.7+1x10.85+1x1
1 11.580 (SH–61) RCC -
0.65

6. Grade separators

The Site includes the following grade separators: Nil

7. Minor bridges

The Site includes the following minor bridges:

Sl. Existing Total Carriageway


No. of span Span (m)
No. Chainage (Km) width (m) width (m)
Asind - Mandal
1 52.993 3 2.8 12.8 8
2 38.770 5 3.5 12 7
3 12.160 2 3.5 12.5 11

8. Railway level crossings

The Site includes the following railway level crossings:

Nil

9. Underpasses (vehicular, non vehicular)

Nil

10. Culverts
The Site has the following culverts

i. Slab Culverts

Existing
Total width Carriage way
Sl. No Chainage Nos. Span/Dia (m)
(m) width (m)
(Km)
1 12.380 1 0.9 12.1 7.1
2 12.700 1 0.9 12.1 7.1
3 13.120 1 0.9 12 7
4 13.990 1 1.2 14.3 6
5 16.040 1 0.7 8 7
6 16.460 1 4.7 12.9 11.7
7 16.642 1 2.2 12.3 11.2
8 17.083 1 0.9 9 7
9 18.482 1 4 12.3 11.2
10 19.740 1 2.2 12.3 11.2
11 20.078 2 2 10.7 9.8
12 20.363 1 2.5 12.3 11.2
13 20.567 1 1.5 12.6 11.5
14 22.963 1 2 10.3 9.3
15 25.929 1 0.9 9.8 7
16 27.778 2 2.75 7.2 6.8
17 28.566 2 2.1 7.3 6.8
18 30.507 1 2 10.9 10
19 31.973 1 2 14 7
20 32.330 1 1.5 12 7
21 32.492 1 1.5 12.2 7
22 32.724 1 1.2 12 7
23 36.221 1 2 12.1 7
24 36.460 1 1.5 12 7
25 38.380 1 1.5 12.2 7
26 39.900 1 3 12.2 7
27 40.000 1 1.5 12.2 7
28 40.150 1 1.2 12.6 7
29 40.220 1 1.3 12.5 7
30 40.300 1 1.3 3.286 7
31 40.550 1 1.6 12.7 7
32 41.681 1 1.3 10.7 7
33 42.207 1 1.3 10.8 7
34 43.984 1 2 12.7 7
35 45.445 1 1.4 12.7 7
36 45.594 1 1.6 12.7 7
37 45.916 1 1.7 11.4 7
38 46.612 2 2.7.2.7 12 7
39 46.857 1 2.4 12.2 7
40 47.792 1 1.2 12 7
41 48.345 1 0.9 12 7
42 48.785 1 1.9 12.1 7
43 50.532 1 2.5 12 7
Existing
Total width Carriage way
Sl. No Chainage Nos. Span/Dia (m)
(m) width (m)
(Km)
44 50.784 1 2.3 12.1 7
45 51.069 1 1 12.1 7
46 51.254 1 1.2 12 7
47 53.202 1 3 12 7
ii. Box Culverts
Sl. Existing Chainage Nos. Span / Dia Total width Carriage way width
No (Km) (m) (m) (m)
Nil

iii. Pipe Culverts

Existing Total width Carriage way


Sl. No Nos Span/Dia (m)
Chainage (Km) (m) width (m)
1 13.100 1 0.6 12 7
2 14.200 2 0.9 12.9 7
3 14.650 1 1.2 13.1 7.2
4 14.720 1 0.6 12.1 7
5 14.900 1 0.3 12.9 7
6 14.950 1 0.9 13.1 7
7 15.035 1 0.5 8.8 7.2
8 15.763 1 0.3 10.2 8.6
9 16.286 1 0.3 11.9 7
10 16.322 1 1.2 12.8 7
11 21.262 1 0.6 12.2 7
12 23.622 2 1x1.0 . 1x0.6 12.8 7
13 26.100 1 0.6 13.3 12.2
14 26.829 2 0.6 12.5 7
15 27.087 1 1.2 12.5 7
16 27.410 1 0.6 12.6 7
17 27.850 3 0.6 12.6 7
18 28.390 1 0.6 12.5 7
19 29.668 1 0.3 - -
20 31.646 1 0.3 13.2 11.5
21 32.084 1 1.2 12 7
22 32.850 1 0.6 12.02 7
23 32.990 1 0.6 12.3 7
24 33.560 1 0.3 7.8 6.9
25 33.890 1 0.6 7.8 6.9
26 34.780LHS 2 0.9 7.9 6.9
27 34.780RHS 1 1.5 7.9 6.9
28 36.778 1 0.3 12 7
29 37.040 1 0.3 12.3 7
30 37.140 1 0.6 12.1 7
31 37.403 1 1.2 12.6 7
32 37.640 1 0.6 12 7
33 37.746 1 0.6 12.2 7
Existing Total width Carriage way
Sl. No Nos Span/Dia (m)
Chainage (Km) (m) width (m)
34 39.200 1 0.3 - -
35 39.600 1 1.2 - -
36 40.420 1 1.2 12.7 7
37 41.029 1 1.2 12.7 7
38 43.014 1 0.6 - -
39 43.229 1 0.6 11.4 7
40 46.495 1 0.6 12.6 7
41 50.165 1 0.6 35 (skew) 7
11. Truck Lay byes

Nil

12. Major junctions


The details of major junctions are as follows:

Side Chainage (Km) Cross Road Type


Right 30.480 SH-61 and MDR-84 T

(NH: National Highway, SH: State Highway, MDR: Major District Road)

13. Minor junctions

The details of the minor junctions are as follows:

Existing Chainage (Km) Type of Pavement Type of Junction Direction


52.820 BT 3legged LHS
51.460 BT 4 Legged RHSOTH
50.834 CC 3 Legged RHS
50.340 BT 3 Legged RHS
49.700 BT 3 Legged RHS
48.080 BT 3 Legged RHS
47.120 BT 3 Legged LHS
47.100 BT 3 Legged RHS
45.270 BT 3 Legged RHS
43.415 CC 3 Legged RHS
43.270 BT 3 Legged RHS
43.190 BT 3 Legged LHS
43.180 BT 3 Legged RHS
39.615 BT 3 Legged RHS
37.130 BT 3 Legged LHS
36.720 BT 3 Legged LHS
36.420 BT 3 Legged RHS
35.945 BT 3 Legged LHS
30.100 BT 3legged LHS
28.100 BT 3 Legged RHS
27.690 BT 3 Legged LHS
23.650 BT 3 Legged RHS
Existing Chainage (Km) Type of Pavement Type of Junction Direction
21.690 BT 4 Legged RHSOTH
18.040 BT 3legged RHS
17.290 CC 3 Legged LHS
13.280 CC 3 Legged LHS
11.625 BT 3 Legged RHS
11.025 BT 3 Legged LHS

BT : Bituminous, CC : Concrete

14. Bypasses

Nil

15. Other structures

Nil

16. Design Chainage corresponding to Existing Chainage

Kilometre stones exist along the entire length of the project highway the relationship
between the “Existing Chainage” and the “Design Chainage” as per field surveys is given
below.

Existing Chainage Design Chainage Remarks


53448 74000 MDR 84
52000 75451
51000 76450
50000 77451
49000 78450
48000 79450
47000 80451
46000 81449
45000 82348
44000 83449
43000 84448
42000 85448
41000 87087
40000 88144
39000 89553
38000 90406
37000 91406
36000 92404
35000 93425
34000 94364
33000 95620
Existing Chainage Design Chainage Remarks
32000 96547
31000 97547 SH-61
30000 98523
29000 99528
28000 100533
27000 101543
26000 102558
25000 103542
24000 104573
23000 105636
22000 106785
21000 107786
20000 108757
19000 109836
18000 110764
17000 111670
16000 112668
15000 113350
10940 116745
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 Chainages Design Chainages Dates of Providing


SI. No. Length (m) ROW (m)
From To From To ROW
1 53.448 52.850 74+000 74+600 600 30.1
2 52.850 52.250 74+600 75+200 600 21.6
3 52.250 51.050 75+200 76+400 1200 18
4 51.050 50.650 76+400 76+800 400 24 On Appointed Date
5 50.650 49.350 76+800 78+100 1300 17
6 49.350 49.250 78+100 78+200 100 29
7 49.250 47.950 78+200 79+500 1300 18
8 47.950 47.150 79+500 80+300 800 26
9 47.150 46.650 80+300 80+800 500 22
10 46.650 44.250 80+800 83+200 2400 28
11 44.250 43.650 83+200 83+800 600 22
12 43.650 43.250 83+800 84+200 400 27.7
13 43.250 42.850 84+200 84+600 400 22
14 42.850 42.250 84+600 85+200 600 23
15 42.250 41.750 85+200 85+700 500 27.8
16 41.750 41.150 85+700 86+300 600 22
17 41.150 41.210 86+300 86+900 600 28
18 38.205 38.305 90+100 90+200 100 30
19 38.305 37.505 90+200 90+900 700 21
20 37.505 36.505 90+900 91+900 1000 25
21 36.505 36.005 91+900 92+400 500 17
22 35.625 35.425 92+800 93+000 200 20
23 35.425 34.725 93+000 93+700 700 27.4
24 32.685 32.385 95+700 96+000 300 29
25 32.385 30.275 96+000 98+100 2100 9
26 29.965 18.470 98+400 110+200 11800 9
27 17.605 16.705 110+900 111+800 900 9
28 12.545 12.345 115+400 115+600 200 18
29 12.345 12.045 115+600 115+900 300 9
30 12.045 10.945 115+900 117+000 1100 24
31 41.210 38.205 87+000 90+000 3000
32 36.005 35.625 92+500 92+700 200
Within 150 days
33 34.725 32.685 93+800 95+500 1700
from the
34 30.275 29.965 98+200 98+300 100
appointed date
35 18.470 17.605 110+300 110+800 500
36 16.705 12.545 111+900 115+300 3400
Annex - III
(Schedule-A)
Alignment Plans

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

The alignment plan of the project highway is enclosed.


Annex - IV
(Schedule-A)
Environment Clearances
The project shall not require Environment Clearance, as per the amendment of EIA
Notification 2006 issued by MoEF So 2559 (E) dated 22.08.2013.
SCHEDULE - B
(See Clause 2.1)
Development of the Project Highway

1 Development of the Project Highway

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

2 Rehabilitation and augmentation

Rehabilitation and augmentation shall include two laning and strengthening of the Project
Highway as described in Annex-I of this Schedule-B and in Schedule-C.

3 Specifications and Standards

The Project Highway shall be designed and constructed in conformity with the Specifications and
Standards specified in Annex-I of Schedule-D.
Annex - I
(Schedule-B)
Description of Two-Laning

1 WIDENING OF THE EXISTING HIGHWAY

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

1.2 WIDTH OF CARRIAGEWAY

1.2.1 The paved carriageway shall be 12 meters wide including the paved shoulders except
following sections.

Name of Carriageway Paved Shoulder


Design Chainage (m) TCS Type
Village (m) (m)
83+640 84+750 Paldi 15 7 2.5
88+100 88+900 Sareri 15 7 2.5
97+600 98+550 Haripura 15 7 2.5
100+970 101+290 Jeewaliya 9 7 2.5
106+600 107+000 Dhunwala 9 7 2.5

1.2.2 Except as otherwise provided in this Agreement, the width of the paved carriageway and
cross-sectional features shall confirm to paragraph 1.2.1 above.

2 GEOMETRIC DESIGN AND GENERAL FEATURES

2.1 General

Geometric design and general features of the Project Highway shall be in accordance with IRC:
SP:73-2018 (Two Lane Manual) as specified in Schedule D.

2.2 Design Speed

The design speed shall be the minimum design speed 100/80 kmph for Plain terrain in
accordance with ROW. At the following location where design speed is restricted is as given below.

EPC Package 3

HIP Chainage (m)


SR. No. Speed (kmph) Length (m) Remarks
From To
- - - - - -

2.3 Improvement of the existing road geometrics

As per alignment in Plan and Profile enclosed, where improvement of the existing road
geometrics to the prescribed standards is not possible, the existing road geometrics shall be
improved to the extent possible within the given right of way and proper road signs and safety
measures shall be provided

Realignments

Existing Chainage Design Chainage


Sl. No Length
From To From To
1 36006 35624 92400 92800 400
2 34315 32697 94110 95850 1740
3 30947 30647 97400 97700 300
4 30347 29933 98100 98400 300
5 18436 17570 110200 110900 700
6 15668 12510 113000 115600 2600

2.4 Right of Way

Right of way for the project stretch is 30 m except the locations mentioned below:

Design Chainage Proposed Row


Sl. No Length (m) Remarks
From To LHS RHS
1 102+025 102+375 350 22 22 Toll Plaza
2 107+130 107+370 240 25 15 Truck Lay bye

2.5 Type of shoulders

(a) In built-up sections, footpaths/fully paved shoulders shall be provided as TCS


schedule given in table 2.11 of Annexure I Schedule B.

(b) Design and specifications of paved shoulders shall conform to the requirements
specified in paragraphs 5.10 of the Manual.

2.6 Lateral and vertical clearances at underpasses

2.6.1 Lateral and vertical clearances at Vehicle underpasses and provision of guardrails/crash
barriers shall be as per Section 2.10 of the Manual.

2.6.2 Lateral clearance: The width of the opening at the underpasses shall be as follows:
Nil

2.7 Lateral and vertical clearances at overpasses

2.7.1 Lateral and vertical clearances at overpasses shall be as Section 2.11 of the Manual.

2.7.2 Lateral clearance: The width of the opening at the overpasses shall be as follows:

Nil

2.8 Service roads & Slip Roads


Location of Service Roads Right Hand Side Width of Length of
Sl. No. (Design Chainage in Km) (RHS)/Left Hand Side Service Service
From To (LHS) or Both Sides Roads (m) Roads (km)
1 83+640 84+750 Both 5.5 1.11
2 88+100 88+900 Both 5.5 0.8
3 97+600 98+550 Both 5.5 0.950
Total 2.86

2.9 Grade separated structures

List of Vehicular underpass


Improvement Proposal Vertical
Design Chainage Width
Sl. No Span arrangement clearance
(Km) Proposal (m)
(m) (m)
1 97+825 New construction 2x10 5.5 13

List of Vehicular underpass grade-II


Design Improvement Proposal Vertical
Width
Sl. No Chainage Span arrangement clearance
Proposal (m)
(Km) (m) (m)
1 84+250 New construction 1x12 4 13
2 88+527 New construction 1x12 4 13

2.10 Cattle and pedestrian underpass /overpass

Nil

2.11 Typical cross-sections of the Project Highway

1 Different type of cross sections for different segments of Two lane with paved
shoulders stretch shall be developed as provided in IRC SP-73 2018 referred in
Schedule D.
Indicative Typical Cross sections are as below.

Design Chainage (m)


Sl. No Design Length (m) TCS Type
From To
1 74+000 76+500 2500 8
2 76+500 83+640 7140 8
3 83+640 84+750 1110 15
4 84+750 86+800 2050 8
5 86+800 88+100 1300 10
6 88+100 88+900 800 15
7 88+900 90+100 1200 10
8 90+100 92+510 2410 8
9 92+510 92+600 90 14
10 92+600 92+900 300 10
11 92+900 93+700 800 8
Design Chainage (m)
Sl. No Design Length (m) TCS Type
From To
12 93+700 95+700 2000 10
13 95+700 97+600 1900 8
14 97+600 98+550 950 15
15 98+550 100+970 2420 8
16 100+970 101+290 320 9
17 101+290 102+025 735 8
18 102+025 102+375 350 Toll Plaza
19 102+375 106+600 4225 8
20 106+600 107+000 400 9
21 107+000 112+830 5830 8
22 112+830 115+430 2600 10
23 115+430 116+745 1315 8
Ministry of Road Transport & Highways Schedules

Annexure-I

Typical Cross Section Type 8

*NOTE: TCS 8 also applicable in forest section with Proposed ROW 15m.

Typical Cross Section Type 9

Typical Cross Section Type 10

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage 74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of 19
NH-158 to two lanes with paved shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

*NOTE: TCS 10 also applicable in forest section with Proposed ROW 15m.

Typical Cross Section Type 11

*NOTE: TCS 11 also applicable in forest section with Proposed ROW 15m.

Typical Cross Section Type 12

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage 74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of 20
NH-158 to two lanes with paved shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

*NOTE: TCS 12 also applicable in forest section with Proposed ROW 15m.

Typical Cross Section Type 13

Typical Cross Section Type 14

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage 74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of 21
NH-158 to two lanes with paved shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Typical Cross Section Type 15

Embankment (Height More Then 3m) With Core Of Fly Ash for Two Lane Road with Paved Shoulder (New Construction)

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage 74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of 22
NH-158 to two lanes with paved shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Embankment (Height More Then 3m) With Core Of Fly Ash for Two Lane VUP/ROB Approach with Retaining Structure

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage 74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of 23
NH-158 to two lanes with paved shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

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) Major Intersections

Design Chainage Type of


Sl. No. Leads to Left Leads to Right
(km) Junction

1 87+070 T - Sareri
2 89+924 T - Sareri
Mod ka Nimbhera,
3 93+900 T -
Haripura
Mod ka Nimbhera,
4 95+550 T -
Haripura
5 97+875 . Malka Khera Sajjanpura
6 112+970 T Mandal
7 115+200 T Mandal
Note:
The contractor shall take up ‘Detailed Engineering study’ to ascertain further details of all intersections and treatment
of the intersections shall be designed in accordance with the latest guidelines mentioned out in section-3 of Manual.

(b) Minor Intersections: -

In addition to the above listed Major intersections, other minor intersections consisting of Earthen
road, BT road etc. which are not listed above shall also be considered for minor improvements.
These intersections shall be re-graded to match with the Edge of the Main Carriageway with due
regard to physical conditions of the site available and within the PROW. The entire cross roads shall
be connected to the highway through properly designed entry and exit curves. The minimum
values for the entry and exit curves of cross roads shall be as per Section 3.2.2 of the Manual.

Minor Intersections

Design Type of
Sl. No. Leads to Left Leads to Right
Chainage (km) Junction

1 75+150 T Kalichhat
2 76+000 . Rampura Barana
3 77+100 . Kanwlas Barana
4 77+745 T Kanwlas
5 79+375 . Mokhampura Bhati Khera
6 80+310 . Deopura Bhati Khera
7 82+165 T Jetpura
8 84+160 T Palari
9 84+230 T Palari
10 84+255 T Palari
11 88+150 . Dholi Brahmano Ki Sareri

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 24
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Design Type of
Sl. No. Leads to Left Leads to Right
Chainage (km) Junction
12 88+515 . Kaliyas Brahmano Ki Sareri
13 88+755 . Narainpura Brahmano Ki Sareri
14 `89+170 . Fields Brahmano Ki Sareri
15 91+150 T Kornas -
16 91+260 T Hisniya
17 91+945 T Kornas
18 97+200 . Mod Ka Nimbahera Fields
19 94+770 . Mod Ka Nimbahera Sodanpura
20 97+550 Y Mod Ka Nimbahera
21 98+250 Y Seeriyas
22 99+370 . Malka Khera Seeriyas
23 100+260 . Jeewaliya Seeriyas
24 100+675 T Ganeshpura
25 101+035 T Jeewaliya
26 101+100 T Jeewaliya
27 101+800 T Dulhepura
28 101+835 T Dulhepura
29 103+000 . Kanwaliya Dulhepura
30 104+800 T Baniyans
31 106+210 T - Factory
32 106+650 . Dhunwala Dhunwala
33 106+910 . Dhunwala Dhunwala
34 109+600 . Field Station Nagar

4 ROAD EMBANKMENT AND CUT SECTION

4.1 Widening and improvement of the existing road embankment/cuttings and construction
of new road embankment/ cuttings shall conform to the Specifications and Standards given in
Section 4 of the Manual and the specified cross-sectional details. Deficiencies in the plan and
profile of the existing road shall be corrected.

4.2 Raising of the existing road: Nil

5 PAVEMENT DESIGN

Pavement design shall be carried out in accordance with Section 5 of the Manual IRC SP-73-2018.
No stage Construction shall be permitted. Flexible pavement design shall be carried out in
accordance with IRC-37-2018 and rigid pavement shall be carried out in accordance with IRC-58-
2015.

The existing project road has conventional pavement layers hence, the pavement design of project
road sections where widening of existing road are proposed shall be designed with conventional
pavement layers as per IRC-37.

The new pavement in the realignment and bypass sections shall be designed considering minimum
aggregate requirements in pavement layers by using Cement Treated Sub base (CTSB). The
realignment sections are as below:

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 25
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Sl. Design Chainage Length Village


No From To
1 92+400 92+800 400
2 94+110 95+850 1740 Mod ka Nimbhera
3 97+400 97+700 300
4 98+100 98+400 300
5 110+200 110+900 700
6 113+000 115+600 2600 Mandal
Total 6040

5.1 Type of pavement

Strengthening and widening of the existing carriageway shall be with flexible pavement
and rigid pavement shall be provided at, Toll plazas and Truck lay byes.

Design Chainage (m) Design Length (m)


Sl. No Facility
From To
1 102+025 102+375 350 Toll Plaza
2 107+130 107+370 240 Truck Lay Bay

5.2 Design requirements

As per Section 5 of the Manual.

5.2.1 Design Period and strategy

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. Rigid pavement shall be designed for 30 years.

5.2.2 Design Traffic and Pavement Design

Notwithstanding anything to the contrary contained in this Agreement or the Manual, the
Contractor shall design the pavement for design traffic of not less than the following as per IRC
73-2018 two-lane manual.

Reconstruction of stretches

Length of reconstruction stretches is given below.

Design Chainage (m)


Sl. No Design Length (m)
From To
1 74+000 83+640 9640
2 84+750 86+800 2050
3 90+100 92+510 2410
4 92+900 93+700 800
5 95+700 97+600 1900
6 98+550 112+830 14280
7 115+430 116+745 1315

6 ROADSIDE DRAINAGE

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 26
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Drainage system including surface and subsurface drains for the Project Highway shall be provided
as per Section 6 of IRC SP-73-2018. Locations of RCC road side drains shall be as per Cross Section
Schedule.

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 the Manual and shall conform to the cross-sectional features and
other details specified therein.

7.1.2 Width of the carriageway of new bridges and structures shall be in accordance with
specifications and standards provided in IRC SP-73 2018 unless specified in this
Schedule.
7.1.3 All bridges shall be high-level bridges.

7.1.4 All new Bridges shall have provisions for utility services to be carried over.

7.1.7 Cross-section of the new culverts and bridges at deck level for the Project Highway shall
confirm to the typical cross-sections given in section 7 of the IRC SP-73-2018.

7.2 Culverts

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

7.2.2 Improvement Proposal for Culverts shall be given below:

(i) Improvement proposal with box culverts:

Existing Design Existing Structure Type Improvement Proposal


Sl
Chainage Chainage Span
No. Type No Span/Dia Proposal Type
(Km) (Km) Arrangement
Rcc Solid
1 51.069 76+383 1 1.0 Reconstruction BC 1x2.0x2.0
Slab
Rcc Solid
2 47.792 79+657 1 1.2 Reconstruction BC 1x2.0x2.0
Slab
Rcc Solid
3 46.857 80+581 1 2.4 Reconstruction BC 1x3.0x2.0
Slab
Rcc Solid
4 46.612 80+838 2 2.7.2.7 Reconstruction BC 1x5.8x2.0
Slab
Rcc Solid
5 45.916 81+534 1 1.7 Reconstruction BC 1x2.0x2.0
Slab
Rcc Solid
6 45.594 81+855 1 1.6 Reconstruction BC 1x2.0x2.0
Slab
Rcc Solid
7 45.445 82+004 1 1.4 Reconstruction BC 1x2.0x2.0
Slab
Rcc Solid
8 43.984 83+466 1 2.0 Reconstruction BC 1x2.0x2.0
Slab

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 27
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Existing Design Existing Structure Type Improvement Proposal


Sl
Chainage Chainage Span
No. Type No Span/Dia Proposal Type
(Km) (Km) Arrangement
Rcc Solid
9 34.780 93+646 1 1.5 Reconstruction BC 1x2.0x2.0
Slab
Rcc Solid
10 32.724 95+661 1 1.2 Reconstruction BC 1x2x2
Slab
Rcc Solid
11 27.778 100+600 2 2.8 Reconstruction BC 1x5.8x2.5
Slab
Rcc Solid
12 20.078 108+515 2 2.0 Reconstruction BC 1x4.0x2.0
Slab
Rcc Solid
13 19.740 108+931 1 2.2 Reconstruction BC 1x3.0x2.0
Slab
Rcc Solid
14 18.482 110+188 1 4.0 Reconstruction BC 1x4.0x2.0
Slab
Rcc Solid
15 16.460 112+045 1 4.7 Reconstruction BC 1x4.0x2.0
Slab

(ii) Repair and widening of the slab culvert

Existing Design Existing Structure Type Improvement Proposal


Sl
Chainage Chainage Span
No. No Span/Dia Type Proposal Type
(Km) (Km) Arrangement
1 53.202 74+250 1 3 Slab Culvert Repair & Widen BC 1x3.0
2 51.254 76+198 1 1.2 Slab Culvert Repair & Widen BC 1x1.5
3 50.784 76+667 1 2.3 Slab Culvert Repair & Widen BC 1x2.3
4 50.532 76+919 1 2.5 Slab Culvert Repair & Widen BC 1x2.5
5 28.566 99+803 2 2.1 Slab Culvert Repair & Widen BC 2x2.2
6 16.642 111+865 1 2.2 Slab Culvert Repair & Widen BC 1x2.2

(iii) Improvement proposal for Pipe Culverts:

(i) Culverts to be reconstructed


Existing Design Existing Structure Type Improvement Proposal
Sl
Chainage Chainage Span
No. No Span/Dia Type Proposal Type
(Km) (Km) Arrangement
1 50.165 77+287 1 0.6 Pipe Reconstruction PC 1x1.2
2 48.785 78+666 1 1.9 Slab Culvert Reconstruction PC 2x1.2
3 48.345 79+099 1 0.9 Slab Culvert Reconstruction PC 1x1.2
4 46.495 80+955 1 0.6 Pipe Reconstruction PC 1x1.2
5 43.229 84+220 1 0.6 Pipe Reconstruction PC 1x1.2
6 43.014 84+434 1 0.6 Pipe Reconstruction PC 1x1.2
7 42.207 85+242 1 1.3 Slab Culvert Reconstruction PC 1x1.2

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 28
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Existing Design Existing Structure Type Improvement Proposal


Sl
Chainage Chainage Span
No. No Span/Dia Type Proposal Type
(Km) (Km) Arrangement
8 41.681 85+767 1 1.3 Slab Culvert Reconstruction PC 1x1.2
9 41.029 86+419 1 1.2 Pipe Reconstruction PC 1x1.2
10 38.380 90+025 1 1.5 Slab Culvert Reconstruction PC 2x1.2
11 37.746 90+659 1 0.6 Pipe Reconstruction PC 1x1.2
12 37.640 90+766 1 0.6 Pipe Reconstruction PC 1x1.2
13 37.403 91+002 1 1.2 Pipe Reconstruction PC 1x1.2
14 37.140 91+265 1 0.6 Pipe Reconstruction PC 1x1.2
15 37.040 91+366 1 0.3 Pipe Reconstruction PC 1x1.2
16 36.778 91+627 1 0.3 Pipe Reconstruction PC 1x1.2
17 36.460 91+946 1 1.5 Slab Culvert Reconstruction PC 2x1.2
18 36.221 92+185 1 2 Slab Culvert Reconstruction PC 2x1.2
19 32.492 95+892 1 1.5 Slab Culvert Reconstruction PC 2x1.2
20 32.330 96+055 1 1.5 Slab Culvert Reconstruction PC 2x1.2
21 31.973 96+410 1 2 Slab Culvert Reconstruction PC 2x1.2
22 31.646 96+737 1 0.3 Pipe Reconstruction PC 1x1.2
23 29.668 98+696 1 0.3 Pipe Reconstruction PC 1x1.2
24 28.390 99+978 1 0.6 Pipe Reconstruction PC 1x1.2
25 27.850 100+529 3 0.6 pipe Reconstruction PC 2x1.2
26 27.410 100+968 1 0.6 pipe Reconstruction PC 1x1.2
27 26.829 101+563 2 0.6 pipe Reconstruction PC 2x1.2
28 26.100 102+291 1 0.6 Pipe Reconstruction PC 1x1.2
29 25.929 102+449 1 0.9 Slab Culvert Reconstruction PC 2x1.2
1x1.0 .
30 23.622 104+840 2 Pipe Reconstruction PC 2x1.2
1x0.6
31 22.963 105+656 1 2 Slab Culvert Reconstruction PC 2x1.2
32 21.262 107+360 1 0.6 Pipe Reconstruction PC 1x1.2
33 20.567 108+027 1 1.5 Slab Culvert Reconstruction PC 2x1.2
34 20.363 108+231 1 2.5 Slab Culvert Reconstruction PC 2x1.2
35 17.083 111+422 1 0.9 Slab Culvert Reconstruction PC 1x1.2
36 16.286 112+218 1 0.3 Pipe Reconstruction PC 1x1.2
37 16.040 112+465 1 0.7 Slab Culvert Reconstruction PC 1x1.2
38 15.763 112+741 1 0.3 Pipe Reconstruction PC 1x1.2

(ii) Culverts to be repair and widen

Existing Design Existing Structure Type Improvement Proposal


Sl
Chainage Chainage Span
No. No Span/Dia Type Proposal Type
(Km) (Km) Arrangement
Repair &
1 27.087 101+292 1 1.2 pipe PC 1x1.2
Widen
Repair &
2 16.322 112+186 1 1.2 Pipe PC 1x1.2
Widen

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 29
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

(iii) Additional Culverts shall be provided as per details given below.

Design
Sl. No. Proposal Type Span (m)
Chainage (km)
1 87+500 New Construction BC 1x5x3
2 87+856 New Construction BC 1x2.0x2.0
3 87+931 New Construction BC 1x2.0x2.0
4 88+026 New Construction BC 1x2.0x2.0
5 88+310 New Construction BC 1x2.0x2.0
6 94+622 New Construction BC 1x4.0x2.0
7 94+810 New Construction BC 1x2.0x2.0
8 95+576 New Construction BC 1x2.0x2.0
9 113+096 New Construction BC 1x2.0x2.0
10 113+666 New Construction BC 1x2.0x2.0
11 114+141 New Construction BC 1x2.0x2.0
12 114+399 New Construction BC 1x2.0x2.0
13 114+676 New Construction BC 1x2.0x2.0
14 115+244 New Construction BC 1x2.0x2.0

(iv) Culverts to be retained

Existing Structure Type


Existing
Sl. Ex. Design No.
width Proposal
No Chainage(km) Chainage(km) Type of (m)
span
1 32.084 96+301 PC 1x1.2 12 Retained & Repair

Note : In addition, pipe culverts of 1x1.2m dia shall be provided on cross roads at all major and
minor junctions for drainage purpose.

7.2.5 Repairs/replacements of railing/parapets, flooring and protection works of the existing


culverts shall be undertaken as follows:

All Repairs shall be carried out as per present site conditions. The repair works to be carried out as
per IRC standards and in consultation with Authority’s Engineer and NHAI, the repair requirements
to be assessed at the time of construction for actual requirements.

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

Details of new major bridges and Reconstruction Scheme for Existing Major Bridges

(i) New Major Bridges

Sl. DesignChainage Proposed Structure Improvement


Existing Structure Details
No (km) Details Proposal

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 30
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Span
Span / Width
Type Width (C/C of Type
Length (m)
exp.)
PSC New
1 92+554 - - - 5x19 * 16
Girder Construction
* Skew span

Details of new Minor Bridges and Rehabilitation/Repair / Widening Scheme for Existing Minor
Bridges

(ii) Construction of New Minor Bridges

Design Existing Structure Details Proposed Structure Details


Sl. Improvement
Chainage
No Proposal
(km) Span / Span (C/C
Type Width Width (m) Type
Length of exp.)
New
1 89+308 - - - 1x10.0 16 RCC Slab
Construction
RCC New
2 89+830 - - - 1x19.0 16
Girder Construction

(iii) Reconstruction of Minor Bridges

Design Existing Structure Details Proposed Structure Details


Sl. Improvement
Chainage
No Proposal
(km) Span/ Width Span (C/C Width
Type Type
Length (m) of exp.) (m)
2x4.5 (Clear RCC
1 74+458 RCC Slab 3x2.8 12 16 Re-Construction
span) Box
Note : The proposed length is tentative and the same shall be finalized in consultation with Authority’s Engineer, Any change in total
length and span arrangement shall be deemed to be covered within the scope of work.

7.3.3 The railings of all existing bridges (to be repair/widened) shall be replaced by crash
barriers.

7.3.4 Repairs/rehabilitation/widening of the existing bridges shall be undertaken as follows:

(i) Rehabilitation/Repair/Widening of Existing Major bridges

Nil

Rehabilitation/Repair/Widening of Existing Minor bridges

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 31
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Proposed Structure
Existing Structure Details
Design Details
Improvement
Chainage
Sl. No. Span Proposal
(km) Span / Width
Width (C/C of Type
Type Length (m)
exp.)
RCC RCC Widening and
1 115+785 2 x 3.5 12 2 x 3.5 16
Slab Box repair

7.3.5 Drainage system for bridge decks

An effective drainage system for bridge decks shall be provided as specified in Section 7.20
of the Manual

7.3.6 Structures in marine environment

Not Applicable

7.4. Rail-road bridges

7.4.1 Design, construction and detailing of ROB/RUB shall be as specified in section 7 of the
Manual.

7.4.2 Road over-bridges

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

Sl, No Design Existing Structure Details Proposed Structure Details


Improvement
Chainage
Proposal
(km) Width Span (C/C Width
Type Span / Length Type
(m) of exp.) (m)

1x11.0.10.8.1x34.7.1 Retain with


1 116+363 RCC - - - -
x10.85.1x10.65 Repair

7.4.3 Road under-bridges

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

Nil

7.5 Grade separated structures

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 32
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

i. List of Vehicular underpass

Improvement Proposal Minimum


Design
Span Vertical Width
Sl. No Chainage
Proposal Type arrangement clearance (m)
(Km)
(m) (m)
1 97+825 New construction RCC Box 2x10 5.5 13

ii. List of Vehicular underpass grade-II

Improvement Proposal Minimum


Design
Span Vertical Width
Sl. No Chainage
Proposal Type arrangement clearance (m)
(Km)
(m) (m)
1 84+250 New construction RCC Box 1x12 4 13
2 88+527 New construction RCC Box 1x12 4 13

7.6 Pedestrian subway structures

Improvement Proposal
Design
Span Vertical Section
Sl. No Chainage
Proposal Type arrangement clearance Type
(Km)
(m) (m)
1 106+890 New Construction RCC Box 1x4.8 2.75 2-Lane

The grade separated structures shall be provided at the locations and of the type and
length and width specified in Section 2.9 and 3 (a) of this Annex-I.

8 TRAFFIC CONTROL DEVICES AND ROAD SAFETY WORKS

8.1 Traffic control devices and road safety works shall be provided in accordance with section
9 of the Manual.
a) Road Signs: Road signs shall be provided as per Section 9.2 of the manual. The locations
for these provisions shall be finalised in consultation with Authority’s Engineer.
b) Road Markings: Road Markings shall be provided as per Section 9.3 of the manual. The
locations for these provisions shall be finalised in consultation with Authority’s Engineer.
c) LED Traffic Beacons: These shall be provided in the entire Project Highway near pedestrian
crossings, public gathering places (Educational Institutions, Hospitals, Worshipping Places,
etc.),cross roads, & median openings. The locations for these provisions shall be finalised
in consultation with Authority’s Engineer.
d) Reflective Pavement Markers (Road Studs): Reflective Pavement Markers shall be
provided as per Section 9.5 of the manual. The locations for these provisions shall be
finalised in consultation with Authority’s Engineer.
e) Crash Barrier:. Crash barrier shall be provided at all locations as per IRC SP 73-2018 and at
locations given below.

i) Crash Barrier are to be provide at high embankment (>3m) locations as given in


below table:

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 33
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

LHS RHS
Design Average Design Average
Length Length
Chainage Embankment Chainage Embankment
(m) (m)
Start End Height (m) Start End Height (m)
80300 80330 5.49 30 80360 80370 9.2 10
91070 91120 17.443 50
96510 96540 6.55367 30
115240 115250 3.075 10

ii) Crash Barrier are to be provide at Curve (Radius<450m) locations as given in below
table:
Design Chainage
Si No. Radius (m) Length (m)
From To
1 74+150 74+426 400 275.71
2 76+427 76+750 360 323.17
3 78+898 79+191 400 292.48
4 83+374 83+597 300 222.64
5 83+562 83+804 240 242.36
6 83+950 84+174 240 223.90
7 86+792 87+352 400 560.04
8 87+489 87+902 400 413.35
9 89+770 90+179 400 409.13
10 91+581 91+798 400 216.51
11 91+823 92+282 400 458.55
12 92+306 92+493 400 186.70
13 92+897 93+192 400 294.99
14 94+912 95+366 360 453.46
15 95+369 95+764 300 394.97
16 95+927 96+127 300 199.75
17 96+238 96+542 350 304.63
18 96+812 97+001 400 189.62
19 97+413 97+712 240 299.58
20 98+061 98+466 240 404.62
21 103+377 103+636 450 259.06
22 109+572 109+870 400 298.51
23 111+952 112+301 240 349.12
24 112+761 113+236 360 475.07
25 113+331 113+700 400 368.58
26 115+100 115+435 360 334.66
27 115+738 115+970 360 231.12
28 116+283 116+352 45 69.71
29 116+371 116+432 45 60.85
30 116+416 116+479 250 62.79

iii) Crash Barrier are to be provide at structure locations as per IRC SP 73-2018

Note: - The road side safety crash barrier shall be provided as per manual of Specification (IRC SP 73 2018).

f) Work Zone Traffic Management Plan (WTMPs): Work zone traffic Management Plan
(WTMPs) shall be prepared as per Section 9.9 of manual.

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 34
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

8.2 Specifications of the reflective sheeting shall be as per Section 9.2.3 of manual.

9 ROADSIDE FURNITURE

9.1 Roadside furniture shall be provided in accordance with the provisions of Section 9 of the
Manual.

a) Overhead signs: Cantilever and Gantry sign Location and their sizes shall be finalized in
consultation with Authority’s Engineer as per IRC-SP-73-2018.

b) Road Boundary Stone (RBS): shall be provided for the entire Project Highway as per
Section 9.8 of the Manual.

c) Hectometre/Kilometre stones: shall be provided for the entire Project Highway.

d) Pedestrian facilities:

I. Pedestrian Guard Rail: Shall be provided at the location as shown in cross


section Schedule and each Bus bay location.

II. Pedestrian Crossings: Provide pedestrian crossing facilities at urban location and
service roads location as per Manual.

e) Road Delineators: Road delineators shall be provided as per IRC 79-1981 and as
per Section 9.4 of the manual.

10 COMPULSORY AFFORESTATION

Compensatory Afforestation shall be done as per Section 11 of the manual. As per IRC SP
21:2009, total no. of trees required for afforestation is 40864.

11 HAZARDOUS LOCATIONS

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

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

W beam crash barriers shall be provided at embankment more than 3m, at sharp curve and
along RE/retaining wall locations.

12 SPECIAL REQUIREMENT FOR HILL ROADS

Not Applicable

13 RAINWATER HARVESTING

As the project area having scarcity of water and as per ministry of Environment and Forests
Notification, New Delhi dated 14.01.1997(as amended on 13.01.1998, 05.01.1999 & 06.11.2000) ,
the rainwater harvesting pits are to be provided at every 500m interval of storm water drain or in
case, the drain length is less 500 m, pits are to be provided at end point of the storm water drain
before meeting to nalla near culverts, minor bridges and major bridges on both side of the road.

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 35
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

The recommendations are given in IRC: SP: 42-2014 clause 10.7.3 regarding provision of rainwater
harvesting.

14 BYPASS

14.1 Bypasses:
Design Existing Design Existing Type
Sl. Bypas
Chainage Chainage Length(km Length(km of
No. s
Start End Start End ) ) Road
MDR
1 86860 90100 41227 38306 3240 2921 Sareri
-84
3240

15 Built Up Section

Sl. No. Existing Chainage (m) Design Chainage (m) Design Length (m)
1 43549 43018 83900 84430 530
2 30863 30263 97500 98100 600
3 27407 27087 100970 101290 320
4 21979 21579 106600 107000 400

Note: Two-metre-wide strip of land at the extreme edge of ROW shall be kept for accommodating
utilities, both over as well as underground. Utility ducts in the form of 600 mm diameter NP-4 Pipe
across the Project Highway along with inspection box/chamber at a spacing of 0.50 km shall be
provided for crossing of underground utilities in built up areas.

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 36
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

SCHEDULE - C
(See Clause 2.1)
PROJECT FACILITIES

1 Project Facilities

The Contractor shall construct the Project Facilities in accordance with the provisions of this
Agreement. Such Project Facilities shall include:

(a) Toll plaza;

(b) Roadside furniture;

(c) Pedestrian Facilities;

(d) Truck lay-byes;

(e) Bus-bays and Bus shelters;

(f) Rest Area; and

(g) Others

1. Lighting
2. Highway Patrol units
3. Crane services
4. Emergency medical services
5. Communication system
6. Traffic Aid Post
7. Medical Aid Post
8. Vehicle rescue Post
9. Rainwater Harvesting
10. Advance Traffic Management System

2 Description of Project Facilities

Each of the Project Facilities shall be constructed in accordance with the Manual of Specifications
and Standards specified in IRC: SP: 73-2018, and also specified in Annex I of Schedule C.

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 37
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Annex - I
(Schedule-C)
Project Facilities
(a) Toll plaza;

Design Applicable Section Applicable Length


Section
Chainage Design (km)
Asind to Mandal 102+200 74+000 to 116+745 42.745

(b) Roadside Furniture;

Roadside furniture shall be provided in accordance with section 9 of Manual.

(c) Pedestrian facilities;

Pedestrian facilities shall be provided as mentioned in below table:

Sl. No Design Chainage (Km) Improvement Proposal Section Type

New
1 106+890 RCC Box 1x4.8
Construction

(d) Truck lay-byes;

Design Chainage Length (m) Width (m)


Side
(km)
107+250 LHS 240 7.0

(e) Bus bays and bus shelters;

Bus bays and bus shelters shall be provided in accordance with section 12.5 of Manual.
The bus bays and bus shelters are proposed at the following locations:
Design Chainage (m) Remarks Design Chainage (m) Remarks
Left Right
74+600 Shelter Only 77+200
77+000 80+200
89+500 91+850
91+800 94+736
94+886 98+020
97+750 106+786
101+200 109+536
106+586 114+216
114+086

(f) Rest Area;

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 38
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Nil

(g) Others:

Other project facilities listed below shall be provided in accordance with relevant section
12 of the Manual.

1. Lighting;

(a) Lighting facility shall be designed in accordance with relevant section of IRC-SP-
73-2018 and as mentioned below.

i) Toll Plaza Area: As per section 10 of the IRC SP-73 2018


ii) Rest Areas as giver in Para 12.6 of IRC SP-73-2018
iii) Truck lay-bye: Lighting at the truck lay-bye shall be as per Para 12.4 of
IRC-SP-73-2018
iv) Bus Bay & Bus Shelter Locations: Lighting shall be provided as per Para 12.5 of
IRC-SP-73-2018
v) Provision for solar lighting will be made in all the built-up areas, Bus Bay and Truck
Lay Bay along the project stretch. At these locations lighting shall be provided as per
Para 3.3.4 of IRC-SP-73-2018 in sections given below (on both Main carriageway and
Slip/Service road)
Location of Service Roads Right Hand Side
Length of
(Design Chainage in Km) (RHS)/Left Hand
Sl. No. Service Roads
Side(LHS) or Both
From To (km)
Sides
1 83+640 84+750 Both 1.11
2 88+100 88+900 Both 0.8
3 97+600 98+550 Both 0.950
Total 2.86

Apart from above, high mast light shall also be provided at the location of Toll
Plazas, Major intersections, in accordance with Manual of Specifications and
Standards as referred in schedule “D”. Location of High Mast Light shall be as
follows:
Design Chainage (CH) No of Hign
S. No Remarks
mast Lights
1 102+025 1 Toll Plaza
2 87+070 1 Major Intersection
3 89+924 1 Major Intersection
4 93+900 1 Major Intersection
5 95+550 1 Major Intersection
6 97+875 1 Major Intersection
7 112+970 1 Major Intersection
8 115+200 1 Major Intersection

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 39
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

2. Highway Patrol unit(s)

Highway Patrol unit (s) shall be provided as per Section 12.8 of the manual.

3. Crane Services

Crane services shall be provided as per Section 12.10 of the manual.

4. Emergency Medical Services

Emergency Medical Services shall be provided as per Section 12.9 of the manual.

5. Communication system

Telecom posts shall be provided as per Section 12.11 of the manual.


6. Traffic Aid Post

Traffic Aid Post shall be provided as per Section 12 of IRC-SP-73-2018.


7. Medical Aid Post

Medical Aid Post shall be provided as per Section 12 of IRC-SP-73-2018.


8. Vehicle Rescue Post

Vehicle Rescue Post shall be provided as per Section 12 of IRC-SP-73-2018.

9. Rainwater Harvesting

As the project area having scarcity of water and as per ministry of Environment and Forests
Notification, New Delhi dated 14.01.1997 (as amended on 13.01.1998, 05.01.1999 & 06.11.2000) ,
the rainwater harvesting pits are to be provided at every 500m interval of storm water drain or in
case, the drain length is less 500 m, pits are to be provided at end point of the storm water drain
before meeting to nalla near culverts, minor bridges and major bridges on both side of the road.
The recommendations are given in IRC: SP: 42-2014 clause 10.7.3 regarding provision of rainwater
harvesting.

The locations of the ponds are as below which can be redeveloped and utilized for water
storage.

Design
Sr. no. Side Distance from Proposed Road
Chainage
1 88+100 RHS 270m
2 91+200 RHS 50m
3 95+600 RHS 50m
4 99+800 LHS 780m

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 40
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

5 101+000 LHS 397m


6 105+000 LHS 550m
7 106+900 RHS 250m
8 112+700 RHS 50m

The rain water harvesting pits are being proposed based on catchment area analysis and
its locations are mentioned in the table.

Sr. No. Location of Rain Water Harvesting Pit


1 83+640
2 84+140
3 84+640
4 84+750
5 87+600
6 88+600
s7 88+900
8 97+700
9 97+700
10 99+100
11 100+970
12 101+290
13 105+900
14 107+000

10. Advance Traffic Management System (ATMS)

ATMS shall be provided as per Section 12 of IRC-SP-73-2018.

11. Traffic Calming schedule

Traffic calming measures are being proposed for different locations like Major junctions,
Minor junctions, community buildings, curves, way side amenities, bus bay, Toll Plaza.

The traffic calming measures for the locations of the major junctions are as mentioned in
table

Design Leads to Leads to


Sl.
Chainage Type Remarks Road Signs Road Marking
No. (Left) (Right)
(km)
1 87+070 T Sareri RHS 1. Stop Sign For Two Lane
2 89+924 T Sareri RHS 2. Section : 0.000

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 41
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Design Leads to Leads to


Sl.
Chainage Type Remarks Road Signs Road Marking
No. (Left) (Right)
(km)
Mod ka Compulsury km to 30.050
3 93+900 T LHS
Nimbhera Keep Left km 1) Center
Mod ka Sign 3.Give Line (LM02) (2)
4 95+550 T LHS
Nimbhera Way sign 3. Shoulder Side
Malka Speed Limit Edge Line
5 98+040 . Sajjanpura SH-61
Khera Sign 4. (LM24) (3)
6 112+970 T Mandal RHS Intersection Warning
Information Sections
Sign 5. Road marking (LM05
Widens for Center Line ,
Ahead Sign LM24 for
6. NH route Shoulder Edge
marker Sign and Median
7. Advance Edge Line) (4)
Direction No Overtaking
sign 8. Sections
Direction marking (LM05
Sign 9. for Center Line ,
Cluster of LM24 for
Red Shoulder Edge
reflectors and Median
7 115+200 T Mandal RHS Edge Line) (5)
Diagonal
Markings (6)
Chevron
Markings
(7)Arrow
Marking for
Route direction
(8) Pedestrian
Crossing (9)
Stop Lines (10)
Giveway Lines
(11) Road Studs
as per IRC :35-
2015

The traffic calming measures for the locations of the minor junctions are as mentioned in
table

Sl. Design Type Of


RHS Leads Directio
No Chainag Junctio LHS Lead to Road
to n
. e n Road Signs Marking
1 74+600 T Daulatgarh RHS 1. Stop Sign For Two
2 74+700 T Prajapata LHS 2. Lane
3 75+150 T Kalichhat RHS Compulsur Section :
4 76+000 . Rampura Barana Both y Keep Left 0.000 km
5 77+100 . Kanwlas Barana Both Sign 3.Give to 30.050

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 42
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Sl. Design Type Of


RHS Leads Directio
No Chainag Junctio LHS Lead to Road
to n
. e n Road Signs Marking
6 77+745 T Kanwlas LHS Way sign 3. km 1)
Mokhampur Speed Limit Center
7 79+375 . Bhati Khera Both
a Sign 4. Line
8 80+310 . Deopura Bhati Khera Both Intersectio (LM02) (2)
9 82+165 T Jetpura LHS n Shoulder
10 84+160 T Palari RHS Informatio Side Edge
11 84+230 T Palari RHS n Sign 5. Line
12 84+255 T Palari LHS Road (LM24) (3)
Brahmano Widens Warning
13 86+465 T RHS Ahead Sign Sections
Ki Sareri
Brahmano 6. NH route marking
14 88+150 . Dholi Both marker (LM05 for
Ki Sareri
Brahmano Sign 7. Center
15 88+515 . Kaliyas Both Advance Line ,
Ki Sareri
Direction LM24 for
Brahmano sign 8. Shoulder
16 88+755 . Narainpura Both
Ki Sareri Direction Edge and
Sign 9. Median
17 91+150 T Kornas - LHS Cluster of Edge Line)
18 91+260 T Hisniya RHS Red (4) No
19 91+945 T Kornas LHS reflectors Overtakin
Mod Ka g Sections
20 94+770 . Sodanpura Both marking
Nimbahera
Mod Ka (LM05 for
21 97+550 Y LHS Center
Nimbahera
22 98+200 Y Seeriyas RHS Line ,
23 100+260 . Jeewaliya Seeriyas Both LM24 for
Ganeshpur Shoulder
24 100+675 T RHS Edge and
a
25 101+035 T Jeewaliya LHS Median
26 101+100 T Jeewaliya LHS Edge Line)
27 101+800 T Dulhepura LHS (5)
28 101+835 T Dulhepura RHS Diagonal
Markings
29 103+000 . Kanwaliya Dulhepura Both
(6)
30 104+800 T Baniyans LHS
Chevron
31 106+650 . Dhunwala Dhunwala Both Markings
32 106+910 . Dhunwala Dhunwala Both (7)Arrow
Station Marking
33 109+600 . Field RHS
Nagar for Route
Danta direction
34 110+800 T - LHS
Nilawari (8)
Station Pedestrian
35 111+000 T RHS
Nagar Crossing
Station (9) Stop
36 111+200 T RHS
Nagar Lines (10)
37 114+255 . Mandal Mandal Both Giveway
38 115+640 Y Mandal LHS Lines (11)

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 43
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Sl. Design Type Of


RHS Leads Directio
No Chainag Junctio LHS Lead to Road
to n
. e n Road Signs Marking
Road
Studs as
(12) Bar
Markings
per IRC
:35-2015

The traffic calming measures for the locations of the community building are as mentioned
in table

Structure
Village Design in
Sl. N0 Side
Name Chainage Affected Road
Land Road Signs Marking Signal
1 Kornas 91+356 RHS Temple (1)
Pedestrian
Pedestrian
2 Paldi 85+163 LHS Temple Crossing Flashing
Crossing
Markings Beacon
Sign
3 Paldi 82+149 LHS Temple (2) Bar
Markings

The traffic calming measures for the locations of the community building are as mentioned
in table

Sl. Existing Community Road Road


Village Name Side
N0 Chainage Structure Signs Marking
1 Kornas 91+376 RHS Bus Stop
2 Futio Choraha 92+400 LHS Bus Stop
3 Futio Choraha 92+800 LHS Water Tank
4 Paldi 85+168 LHS Water Tank
5 Paldi 81+349 LHS Water Tank

The traffic calming measures for the locations of the horizontal curves are as mentioned in
table

Improved
Design Chainage Existing Proposed
Design Road Extra
Radius Signs Widening
From To Radius (m) Speed
(m)
Realignment with Straight
77+450 77+670 80 Geometry eliminating Chevron
Curve Signs (As
per IRC
92+525 92+645 80 400 100
67:2012
97+435 97+665 80 240 80 0.6 m

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 44
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

98+200 98+400 100 240 80 Clause no.


99+620 99+780 100 500 100 15.63)
100+490 100+590 150 650 80
110+530 110+770 50 500 100
112+985 113+225 100 360 80 0.6 m

The traffic calming measures for the locations of bus bye are as mentioned in table

Design
Remarks Side Road Signs Road Marking
Chainage
74+600 Shelter Only Left
77+000 Left
77+200 Right
80+200 Right
89+500 Left
91+800 Left
91+850 Right (1)Chevron Diverging Hazard
94+736 Right (1) Bus Stop
Marking (Ghost land)
94+886 Left Sign (2)Two
HM01/HM02/HM03 (2) (3)
97+750 Left way hazard
Longitudinal Marking LM01 and
marker
98+020 Right LM19 as per IRC 35-2015
101+200 Left
106+586 Left
106+786 Right
109+536 Right
114+086 Left
114+216 Right

The traffic calming measures for the locations of the Truck lay bye are as mentioned in
table
Design Chainage Side Road Signs Road Marking
(1) Truck Lay (1)Chevron Diverging Hazard Marking
bye sign (2) HM01/HM02/HM03 (2)Diagonal Hazard
107+250 LHS
Two way Marking HM07 (3) Longitudinal Marking
Hazard Mark LM01 and LM19 as per IRC 35-2015

The traffic calming measures for the locations of the toll plaza are as mentioned in table

Applicable
Tollable
Location Length Road Signs Road Marking
section
(km)
Toll plaza (1)Diagonal
(1)Chevron Diverging Hazard Marking
3 Hazard Sign
km HM01/HM02 (1)Chevron Diverging Hazard
with Keep
74+000 Marking HM03/HM04 (3)Ladder Hazard
42.745 left Sign (2)
(Km to km Marking HM012/HM13 (3) Longitudinal
Directional
102+200) 116+746 Marking LM01 and LM15 (4) Deflecting
Information
Hazard Marking HM19/HM20 (5)
Sign

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 45
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
Ministry of Road Transport & Highways Schedules

Transverse Marking TM07 (6) Bar Markings


as per IRC 35-2015

12. Facilities for Authority


The contractor shall remain responsible for providing 1 No. of commercial vehicle (SUV-Innova or
equivalent) travel upto 3,500 km per month including driver, fuel (diesel) and other lubricants,
insurances and commercial taxes applicable to the authority for construction period and running
operation & maintenance period thereof.

13. Boundary Wall at ROW

Boundary Wall as per circular RW/NH/-24036/27/2010-PPP to be provided at the edge of


ROW for entire project length on both sides except at junctions and urban areas.

Note: In case of any discrepancy in number or location of any of the project facilities mentioned in this Annex-I, the
Authority’s Engineer shall finalize the number/location of these facilities as per site requirement.

Rehabilitation and up-gradation of Asind to Mandal section from Km Design Chainage


74.000 to 116.745(Existing Ch.53.448 to Ch.10.940) of NH-158 to two lanes with paved 46
shoulder in the state of Rajasthan Engineering, Procurement & Construction (EPC) basis
SCHEDULE - D
(See Clause 2.1)
SPECIFICATIONS AND STANDARDS

1 Construction

The Contractor shall comply with the Specifications and Standards set forth in Annex-I of this
Schedule-D for construction of the Project Highway.

2 Design Standards

The Project Highway including Project Facilities shall conform to design requirements set
out in the following documents:

Manual of Specifications and Standards for Two Laning of Highways (IRC: SP:73-2018), referred to
herein as the Manual
Annex - I

(Schedule-D)
Specifications and Standards for Construction

1 Specifications and Standards

All Materials, works and construction operations shall conform to the Manual of Specifications and
Standards for Two-Laning of Highways (IRC:SP:73-2018). Where the specification for a work is not
given, Good Industry Practice shall be adopted to the satisfaction of the Authority’s Engineer.

2 Deviations from the Specifications and Standards

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

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

Sr.
Item Provision as per manual Modification
No.
Clause 2.16 of IRC SP-73 Typical Cross sections are given in clause
1 Typical Cross Sections
2018 2.11 of Schedule B.
Intermediate Sight Distance is followed
Clause 2.9.6 of IRC SP-73
2 Sight Distance for approaches of ROB, Flyovers and
2018
Underpasses.
Design speed shall be as per clause 2.2 of
4 Design speed Clause 2.2 of IRC SP-73 2018 Manual except location mentioned in
Clause 2.2 of Annexure I of schedule B.
SCHEDULE – E
(See Clauses 2.1 and 14.2)
MAINTENANCE REQUIREMENTS

1. Maintenance Requirements

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

(ii) The Contractor shall repair or rectify any Defect or deficiency set forth in Paragraph 2 of
this Schedule-E within the time limit specified therein and any failure in this behalf shall
constitute non-fulfilment of the Maintenance obligations by the Contractor. Upon
occurrence of any breach hereunder, the Authority shall be entitled to effect reduction in
monthly lump sum payment as set forth in Clause 14.6 of this Agreement, without prejudice
to the rights of the Authority under this Agreement, including Termination thereof.

(iii) All Materials, works and construction operations shall conform to the MORTH
Specifications for Road and Bridge Works, and the relevant IRC publications. Where the
specifications for a work are not given, Good Industry Practice shall be adopted.

[Specify all the relevant documents]

2. Repair/rectification of Defects and deficiencies

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

3. Other Defects and deficiencies

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

4. Extension of time limit

Notwithstanding anything to the contrary specified in this Schedule-E, if the nature and extent of
any Defect or deficiency justifies more time for its repair or rectification than the time specified
herein, the Contractor shall be entitled to additional time in conformity with Good Industry Practice.
Such additional time shall be determined by the Authority’s Engineer and conveyed to the
Contractor and the Authority with reasons thereof.

5. Emergency repairs/restoration

Notwithstanding anything to the contrary contained in this Schedule-E, if any Defect, deficiency or
deterioration in the Project Highway poses a hazard to safety or risk of damage to property, the
Contractor shall promptly take all reasonable measures for eliminating or minimizing such danger.
6. Daily inspection by the Contractor

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

7. Pre-monsoon inspection / Post-monsoon inspection

The Contractor shall carry out a detailed pre-monsoon inspection of all bridges, culverts and
drainage system before [1st June] every year in accordance with the guidelines contained in IRC:
SP35. Report of this inspection together with details of proposed maintenance works as required on
the basis of this inspection shall be sent to the Authority’s Engineer before the [10th June] every
year. The Contractor shall complete the required repairs before the onset of the monsoon and send
to the Authority’s Engineer a compliance report. Post monsoon inspection shall be done by the [30th
September] and the inspection report together with details of any damages observed and proposed
action to remedy the same shall be sent to the Authority’s Engineer.

8. Repairs on account of natural calamities

All damages occurring to the Project Highway on account of a Force Majeure Event or wilful default
or neglect of the Authority shall be undertaken by the Authority at its own cost. The Authority may
instruct the Contractor to undertake the repairs at the rates agreed between the Parties.
Annex – I
(Schedule-E)

Annex-I : Repair/rectification of Defects and deficiencies


The Contractor shall repair and rectify the Defects and deficiencies specified in this Annex-I of Schedule-E within the time limit set forth in the
table below.
Table -1: Maintenance Criteria for Pavements:
Freque Maintenan
Time limit for
Level of Service ncy of Tools/Equip Standards and References for Inspection ce
Rectification/
Perform (LOS) Inspect ment and Data Analysis Specificatio
Repair
ance ion ns
Paramet Acceptab
Desirable
Asset Type er le
Flexible < 0.1 % of
Pavement area and
MORT&H
(Pavement subject
24-48 hours Specificatio
of MCW, to limit of
Length n 3004.2
Service 10 mm in
Measuremen
Road, Potholes Nil depth Daily
t Unit like IRC 82: 2015 and Distress Identification
approache <5%
Scale, Tape, Manual for Long Term Pavement
s of Grade subject
odometer Performance Program, FHWA 2003
structure, to limit of MORT&H
etc. (http://www.tfhrc.com/pavement/lttp/re
approache 0.5 sqm 7-15 days Specificatio
ports/03031/)
s of for any n 3004.3
connecting 50 m
roads, slip Cracking Nil length Daily
roads, lay MORT&H
byes etc. as < 5 mm 15 -30 days Specificatio
applicable) Rutting Nil Daily Straight Edge n 3004.2
Freque Maintenan
Time limit for
Level of Service ncy of Tools/Equip Standards and References for Inspection ce
Rectification/
Perform (LOS) Inspect ment and Data Analysis Specificatio
Repair
ance ion ns
Paramet Acceptab
Desirable
Asset Type er le
Corrugatio
< 0.1 % of
ns and 2-7 days IRC:82-2015
area
Shoving Nil Daily
MORT&H
< 1 % of
3-7 days Specificatio
area
Bleeding Nil Daily n 3004.4

IRC:82-2015
Ravelling < 1 % of
7-15 days read with
/ area Length
IRC SP 81
Stripping Nil Daily Measuremen
< 1 m for t Unit like
any 100 Scale, Tape,
m section odometer
and etc.
width <
0.1 m at
7- 15 days IRC:82-2015
any
location,
Edge restricted
Deformati to 30 cm
on/ from the
Breaking Nil edge Daily
Freque Maintenan
Time limit for
Level of Service ncy of Tools/Equip Standards and References for Inspection ce
Rectification/
Perform (LOS) Inspect ment and Data Analysis Specificatio
Repair
ance ion ns
Paramet Acceptab
Desirable
Asset Type er le
Bi-
Roughness 2000 2400
Annuall 180 days IRC:82-2015
BI mm/km mm/km Class I
y
Profilometer Class I Profilometer : ASTM E950 (98)
Bi- SCRIM :2004 –Standard Test Method for
Skid 50SN Annuall (Sideway- measuring Longitudinal Profile of 180 days BS: 7941-1:
Number 60SN y force Travelled Surfaces with Accelerometer 2006
Coefficient Established Inertial Profiling Reference
Pavement
Bi- Routine ASTM E1656 -94: 2000- Standard Guide
Condition 3 2.1 180 days IRC:82-2015
Annuall Investigation for Classification of Automatic Pavement
Index
y Machine or Condition Survey Equipment
Other Bi- equivalent)
Pavement Annuall 2-7 days IRC:82-2015
Distresses y
Falling
Deflection/
Weight IRC:115-
Remaining IRC 115: 2014 180 days
Annual Deflectomet 2014
Life
ly er
Bi-
Rigid ASTM E950 (98) :2004 and ASTM E1656 - IRC:SP:83-
Roughness 2200mm/ 2400mm Annuall Class I 180 days
Pavement 94: 2000 2008
BI km /km y Profilometer
Freque Maintenan
Time limit for
Level of Service ncy of Tools/Equip Standards and References for Inspection ce
Rectification/
Perform (LOS) Inspect ment and Data Analysis Specificatio
Repair
ance ion ns
Paramet Acceptab
Desirable
Asset Type er le
(Pavemen
t of MCW, Skid Resistance no.
Service at different speed of
Road, vehicles
Grade Minimu Traffic
structure,
m SN Speed
approache Bi-
(Km/h IRC:SP:83-
s of Skid Annuall SCRIM IRC:SP:83-2008 180 days
) 2008
connectin y (Sideway-
36 50
g roads, force
33 65
slip roads, Coefficient
32 80
lay byes Routine
31 95
etc. as Investigation
31 110
applicable Machine or
) equivalent)
Edge drop MORT&H
40m
at Nil Daily 7-15 days Specification
m
shoulders Length 408.4
Embankm <2% Measuremen
IRC
ent/ Slope Slope of variation t Unit like MORT&H
camber/c Nil in Daily Scale, Tape, 7-15 days Specification
ross fall prescribe odometer 408.4
d slope etc.
Freque Maintenan
Time limit for
Level of Service ncy of Tools/Equip Standards and References for Inspection ce
Rectification/
Perform (LOS) Inspect ment and Data Analysis Specificatio
Repair
ance ion ns
Paramet Acceptab
Desirable
Asset Type er le
of
camber
/cross
fall
<15 %
variation
MORT&H
Embankme in
Nil Daily 7-15 days Specification
nt Slopes prescribe
408.4
side
slope
Embankme
MORT&H
nt Nil Nil Daily 7-15 days
Specification
Protection NA
Daily
Speciall
Rain Cuts/
y MORT&H
Gullies in Nil Nil 7-15 days
During Specification
slope
Rainy
Season NA
In addition to the above performance criterion, the contractor shall strictly maintain the rigid pavements as per requirements in the following table
Table -2: Maintenance Criteria for Rigid Pavements:
Repair Action
Measured Degree of
S.No. Type of Distress Assessment Rating
Parameter Severity For the case d < D/2 For the case d > D/2

CRACKING
0 Nil, not discernible
No Action Not applicable
1 w < 0.2 mm. hair cracks
w = 0.2 - 0.5 mm, discernible from
2 Seal, and stitch if L >
w = width of crack slow-moving car
Single Discrete Cracks Seal without delay lm.
L = length of crack w = 0.5 - 1.5 mm, discernible from
1 Not intersecting with 3 Within 7days
d = depth of crack fast-moving car
any joint
D = depth of slab 4 w = 1.5 - 3.0 mm Staple or Dowel Bar
Seal, and stitch if L > l m. Retrofit, FDR for
5 w > 3 mm. Within 7 days affected portion.
Within 15days
0 Nil, not discernible No Action
1 w < 0.2 mm, hair cracks Route and seal with Staple or Dowel Bar
w = 0.2 - 0.5 mm, discernible from epoxy. Retrofit.
2
Single Transverse (or w = width of crack slow vehicle Within 7 days Within 15days
Diagonal) Crack L = length of crack Route, seal and stitch, if
2 w = 0.5 - 3.0 mm, discernible from
intersecting with one d = depth of crack 3 L > 1 m.
fast vehicle
or more joints D = depth of slab Within 7 days
Dowel Bar Retrofit.
Full Depth Repair
4 w = 3.0 - 6.0 mm Within 15 days
Dismantle and
Repair Action
Measured Degree of
S.No. Type of Distress Assessment Rating
Parameter Severity For the case d < D/2 For the case d > D/2

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

0 Nil, not discernible No Action


Staple or dowel bar
Seal with epoxy, if L > 1 retrofit.
w < 0.5 mm, discernable from slow
1 m. Within 15days
moving vehicle
Within 7 days

Route seal and stitch, if


w = 0.5 - 3.0 mm, discernible from
Single Longitudinal w = width of crack 2 L > l m. -
fast vehicle
Crack intersecting L = length of crack Within 15 days
3
with one or more d = depth of crack Staple, if L > 1 m.
3 w = 3.0 - 6.0 mm Partial Depth Repair
joints D = depth of slab Within 15 days
with stapling.
w = 6.0 - 12.0 mm, usually
4 Within 15 days
associated with spalling
Not Applicable, as it Full Depth Repair
w > 12 mm, usually associated with may be full Dismantle and
5 spalling, and/or slab rocking under depth reconstruct affected
traffic portion as per
norms and
Repair Action
Measured Degree of
S.No. Type of Distress Assessment Rating
Parameter Severity For the case d < D/2 For the case d > D/2

specifications - See
Para 5.6.4
Within 15 days
0 Nil, not discernible No Action
1 w < 0.2 mm, hair cracks
Seal, and stitch if L > l m. -
w = 0.2 - 0.5 mm. discernible from
2 Within 15 days
slow vehicle
Multiple Cracks
w = 0.5 - 3.0 mm, discernible from Dismantle,
4 intersecting with one w = width of crack 3
fast vehicle Reinstate subbase,
or more joints
w = 3.0 - 6.0 mm panel broken Full depth repair within Reconstruct whole
4
into 2 or 3 pieces 15 days slab as per
w > 6 mm and/or panel broken specifications within
5
into more than 4 pieces 30 days
0 Nil, not discernible No Action -
1 w < 0.5 mm; only 1 corner broken Seal with low viscosity
Seal with epoxy seal
epoxy to
w < 1.5 mm; L < 0.6 m, only one with epoxy
2 secure broken parts
corner broken Within 7days
Within 7 days
w = width of crack w < 1.5 mm; L < 0.6 m, two corners
5 Corner Break 3
L = length of crack broken
Partial Depth (Refer Full depth repair
w > 1.5 mm; L > 0.6 m or three
4 Figure 8.3 of
corners broken
IRC:SP: 83-2008)
Reinstate sub-base,
Within 15 days
5 three or four corners broken and reconstruct the
slab as per norms
Repair Action
Measured Degree of
S.No. Type of Distress Assessment Rating
Parameter Severity For the case d < D/2 For the case d > D/2

and specifications
within 30days
0 Nil, not discernible No Action
1 w < 0.5 mm; L < 3 m/m 2 Seal with low
2 either w > 0.5 mm or L < 3 m/m 2 viscosity epoxy to
secure broken parts.
Punchout (Applicable 3 w > 1.5 mm and L < 3 m/m2
Within 15days
to Continuous 2
w = width of crack w > 3 mm, L < 3 m/m and Full depth repair -
6 Reinforced Concrete 4 Not Applicable, as it may
L = length (m/m2) deformation Cut out and replace
Pavement (CRCP) be full depth
damaged area
only)
taking care not to
w > 3 mm, L > 3 m/m2 and
5 damage
deformation
reinforcement.
Within 30days
Surface Defects
Short Term Long Term
0 Nil, not discernible
No action.
1 r<2% Local repair of areas
r = area damaged
damaged
Ravelling or surface/total
and liable to be
7 Honeycomb type surface of slab (%) 2 r = 2 - 10 %
damaged. Not Applicable
surface h = maximum
Within 15 days
depth of damage
3 r = 10-25% Bonded Inlay, 2 or 3
slabs if
4 r = 25 - 50 %
affecting.
Repair Action
Measured Degree of
S.No. Type of Distress Assessment Rating
Parameter Severity For the case d < D/2 For the case d > D/2

Within 30 days
Reconstruct slabs, 4 or
5 r > 50% and h > 25 mm more slabs if affecting.
Within 30 days
Short Term Long Term
0 Nil, not discernible
No action.
1 r<2% Local repair of areas
r = damaged damaged
surface/total and liable to be
2 r = 2 - 10 %
8 Scaling surface of slab (%) damaged.
Not Applicable
h = maximum Within 7days
depth of damage 3 r = 10 - 20% Bonded Inlay within 15
4 r = 20 - 30 % days
Reconstruct slab within
5 r > 30 % and h > 25 mm
30 days
0
No action.
1 t > 1 mm
2' t = 1 - 0.6 mm
Monitor rate of
3 t = 0.6 - 0.3 mm
deterioration
Polished t = texture depth, 4 t = 0.3 - 0.1 mm
9 Not Applicable
Surface/Glazing sand patch test Diamond Grinding if
affecting
5 t < 0.1 mm 50% or more slabs in a
continuous stretch of
minimum
Repair Action
Measured Degree of
S.No. Type of Distress Assessment Rating
Parameter Severity For the case d < D/2 For the case d > D/2

5 km.
Within 30 days
d < 50 mm; h < 25 mm; n < 1 per 5
0 No action.
m2
d = 50 - 100 mm; h < 50 mm; n < 1
1 Partial depth repair 65
per 5 m2
mm deep.
d = 50 - 100 mm; h > 50 mm; n < 1
2 Within 15 days
n = number/m2 per 5 m2
Popout (Small Hole),
d = diameter d = 100 - 300 mm; h < 100 mm n < Partial depth repair
10 Pothole Refer Para 3 Not Applicable
h = maximum 1 per 5 m2 110mm
8.4
depth i.e.10 mm more than
d = 100 - 300 mm; h > 100 mm; n < the depth
4
1 per 5 m2 of the hole.
Within 30 days
d > 300 mm; h > 100 mm: n > 1 per Full depth repair.
5
5 m2 Within 30 days
Joint Defects
Short Term Long Term
0 Difficult to discern.
No action.
Discernible, L< 25% but
of little immediate
consequence with regard
1 Clean joint, inspect later.
to ingress of water or
trapping incompressible
material.
loss or damage
Notable. L > 25%
11 Joint Seal Defects L = Length as % total
insufficient protection Clean and reapply sealant in Not Applicable
joint length
3 against ingress of water selected locations.
and trapping Within 7 days
incompressible material.
Severe; w > 3 mm
negligible protection
Clean, widen and reseal the joint.
5 against ingress of water
Within 7 days
and trapping
incompressible material.
0 Nil, not discernible No action.
1 w < 10 mm Apply low viscosity epoxy resin/
mortar in cracked portion.
w = width on either 2 w = 10 - 20 mm, L < 25%
Within 7 days
side of the joint L =
Partial Depth Repair.
12 Spalling of Joints length of spalled 3 w = 20 - 40 mm, L > 25% Not Applicable
Within 15 days
portion (as % joint
30 - 50 mm deep, h = w + 20% of
length) 4 w = 40 - 80 mm, L > 25%
w, within 30 days
50 - 100 mm deep repair.
5 w > 80 mm, and L > 25%
H = w + 20% of w.
Within 30 days
0 not discernible, < 1 mm No action.
No action.
1 f < 3 mm
Determine cause and observe, Replace the slab as
2 f = 3 - 6 mm
take action for diamond grinding appropriate.
Faulting (or Stepping) 3 f = 6 - 12 mm Diamond Grinding Within 30days
13 f = difference of level 4 f= 12 - 18 mm Raise sunken slab.
in Cracks or Joints
Replace the slab as
Strengthen subgrade and sub-
appropriate.
5 f> 18 mm base by grouting and
Within 30days
raising sunken slab

Short Term Long Term


0 Nil, not discernible
No Action
h = vertical 1 h < 6 mm
14 Blowup or Buckling displacement from 2 h = 6 - 12 mm Install Signs to Warn Traffic
normal profile 3 h = 12 - 25 mm within 7 days
Full Depth Repair.
4 h > 25 mm
Within 30 days
shattered slabs, ie 4 or Replace broken slabs.
5
more pieces Within 30 days
Not discernible, h < 5
0
h = negative vertical mm No action.
displacement from 1 h = 5 - 15 mm
15 Depression Not Applicable
normal profile L h = 15-30 mm, Nos <20%
2 Install Signs to Warn Traffic
=length joints
within 7 days
3 h = 30 - 50 mm
h > 50 mm or > 20% Strengthen subgrade.
4 Reinstate pavement at normal
joints
level if L < 20 m.
5 h > 100 mm Within 30 days
Not discernible. h < 5 Short Term Long Term
0
mm No action.
1 h = 5 - 15 mm Follow up.
h = positive vertical
h = 15 - 30 mm, Nos
displacement from 2 Install Signs to Warn Traffic
16 Heave <20% joints
normal profile. within 7 days scrabble
3 h = 30 - 50 mm
L = length
h > 50 mm or > 20% Stabilise subgrade. Reinstate
4
joints pavement at normal level if
5 h > 100 mm length < 20 m. Within 30 days
0 h < 4 mm No action
Construction Limit
Grind, in case of new construction
1 h = 4 - 7 mm for New
within 7 days
h = vertical Construction.
17 Bump displacement from Grind, in case of ongoing Replace in case of
normal profile 3 h = 7 - 15 mm Maintenance new construction.
within 15 days Within 30days
Full Depth Repair. Full Depth Repair.
5 h > 15 mm
Within 30 days Within 30days
Nil, not discernible Short Term Long Term
0
< 3mm No action.
Lane to Shoulder f = difference of 1 f = 3 - 10 mm Spot repair of shoulder
18
Dropoff level 2 f = 10 - 25 mm within 7 days
3 f = 25 - 50 mm Fill up shoulder
4 f = 50 - 75 mm within 7 dayss
For any 100 m
stretch
Reconstruct
5 f > 75 mm shoulder, if
affecting 25% or
more of stretch.
Within 30days
Drainage
0 not discernible No Action
quantity of fines
slight/ occasional Nos < Repair cracks and joints Inspect and repair
and water 1 to 2
10% Without delay. sub-drainage at
expelled through
distressed
open joints and appreciable/ Frequent
3 to 4 Lift or jack slab within 30 days. sections and
19 Pumping cracks Nos 10 - 25%
upstream.
Repair distressed pavement
abundant, crack sections. Strengthen subgrade
Nos/100 m stretch 5
development > 25% and subbase. Replace slab.
Within 30 days
No discernible
0-2 No action.
problem
Blockages observed in
Ponding on slabs Clean drains etc within 7 days, Action required to
3 to 4 drains, but water
20 Ponding due to blockage of Follow up stop water
flowing
drains damaging
Ponding,
foundation within
5 accumulation of water -do-
30 days.
observed
Table -3: Maintenance Criteria for Safety Related Items and Other Furniture Items:
Frequency of Recommended
Asset Performance Time limit for Specifications
Level of Service (LOS) Measureme Testing Method Remedial
Type Parameter Rectification and Standards
nt measures
Manual Removal of obstruction within IRC:SP 84-
Measureme 24 hours, in case of sight line 2014
nts with affected by temporary objects
As per IRC SP :84-2014, a minimum Odometer such as trees, temporary
of safe stopping sight distance along with encroachments.
shall be available throughout. video/ image In case of permanent structure
backup or design deficiency:
Availability Safe a. Removal of
Desirable obstruction/improvement of
Highway of Safe Sight Design Stoppin Monthly
Minimum deficiency at the earliest
Distance Speed, g Sight
Sight Distance
kmph Distanc b. Speed Restriction boards and
(m)
e (m) suitable traffic calming
100 360 180 measures such as transverse
80 260 130 bar marking, blinkers, etc. shall
be applied during the period of
rectification.

Visual Re - painting Cat-1 Defect IRC:35-2015


Assessment as – within 24
Pavemen
Bi- per Annexure- hours
t Wear <70% of marking remaining
Annually F of IRC:35- Cat-2 Defect -
Marking
2015 within 2
months
Frequency of Recommended
Asset Performance Time limit for Specifications
Level of Service (LOS) Measureme Testing Method Remedial
Type Parameter Rectification and Standards
nt measures
As per Re - painting Cat-1 Defect IRC:35-2015
Annexure-D of – within 24
During expected life Service Time
Day time IRC:35-2015 hours
c. Cement Road - 130mcd/m2/lux Monthly
Visibility Cat-2 Defect
d. Bituminous Road - 100mcd/m2/lux
– within 2
months
Initial and Minimum Performance As per Re - painting Cat-1 Defect IRC:35-2015
for Dry Retro reflectivity during Annexure-E of – within 24
night time: IRC:35-2015 hours
Design (RL) Retro Cat-2 Defect
Speed Reflectivity – within 2
(mcd/m2/lux) months
Initial Minimum
(7 days) Threshold level
(TL) & warranty
Night Time
period required Bi-Annually
Visibility
up to 2 years
Up to 200 80
65
65 - 100 250 120
Above 350 150
100
Initial and Minimum Performance
for Night Visibility under wet
condition (Retro reflectivity):
Frequency of Recommended
Asset Performance Time limit for Specifications
Level of Service (LOS) Measureme Testing Method Remedial
Type Parameter Rectification and Standards
nt measures
e. Initial 7 days Retro reflectivity:
100 mcd/m2/lux
f. Minimum Threshold Level: 50
mcd/m2/lux
Initial and Minimum performance As per Within 24 IRC:35-2015
for Skid Resistance: Annexure-G hours
g. Initial (7days): 55BPN of IRC:35-
h. Min. Threshold: 44BPN 2015
*Note: shall be considered under
Skid
urban/city traffic condition Bi-Annually
Resistance
encompassing the locations like
pedestrian crossings, bus bay, bus
stop, cycle track intersection
delineation, transverse bar
markings etc
Visual with Improvement of IRC:67-2012
video/image shape, in case if 48 hours in
backup shape is case of
Shape and Position as per IRC:67-
damaged. Mandatory
2012.
Road Shape and Signs,
Signboard should be clearly visible Daily
Signs Position Relocation as Cautionary
for the design speed of the section.
per and
requirement Informatory
Signs (Single
and Dual post
Frequency of Recommended
Asset Performance Time limit for Specifications
Level of Service (LOS) Measureme Testing Method Remedial
Type Parameter Rectification and Standards
nt measures
signs)

15 Days in
case of
Gantry/Cantil
ever Sign
boards
Testing of Change of 48 hours in IRC:67-2012
each signboard case of
signboard Mandatory
using Retro Signs,
Reflectivity Cautionary
Measuring and
Device. In Informatory
Retro accordance Signs (Single
As per specifications in IRC:67-2012 Bi-Annually
reflectivity with ASTM D and Dual
4956-09. post signs)

1 Month in
case of
Gantry/Cantil
ever Sign
boards
As per IRC 86:1983 depending upon Use of distance Raising Kerb Within 1
Kerb Kerb Height Bi-Annually IRC 86:1983
type of Kerb measuring tape Height Month
Frequency of Recommended
Asset Performance Time limit for Specifications
Level of Service (LOS) Measureme Testing Method Remedial
Type Parameter Rectification and Standards
nt measures
Visual with
Functionality: Functioning of Kerb Within 7-
Kerb Painting Daily video/image Kerb Repainting IRC 35:2015
painting as intended days
backup
Reflective Numbers and Functionality as per Within 2 IRC:SP:84-2014,
Pavement specifications in IRC:SP:84-2014 months IRC:35-2015
Daily Counting New Installation
Markers and IRC:35-2015, unless specified in
(Road Studs) Schedule-B.
Visual with Within 15 days IRC:SP:84-2014
Pedestrian Functionality: Functioning of
Daily video/image Rectification
Guardrail guardrail as intended
backup
Functionality: Functioning of Safety Visual with Within 7 days IRC:SP:84-
Traffic Safety
Barriers as intended Daily video/image Rectification 2014, IRC:119-
Other Barriers
backup 2015
Road
End Functionality: Functioning of End Visual with Within 7 days IRC:SP:84-
Furniture
Treatment of Treatment as intended video/image 2014, IRC:119-
Daily Rectification
Traffic Safety backup 2015
Barriers
Visual with Within 7 days IRC:SP-2014,
Functionality: Functioning of
Attenuators Daily video/image Rectification IRC:119-2015
Attenuators as intended
backup
Guard Posts Visual with
Functionality: Functioning of Guard
and Daily video/image Rectification Within 15 days IRC: 79 - 1981
Posts and Delineators as intended
Delineators backup
Frequency of Recommended
Asset Performance Time limit for Specifications
Level of Service (LOS) Measureme Testing Method Remedial
Type Parameter Rectification and Standards
nt measures
Visual with Within 15 days IRC:67-2012
Overhead Sign Overhead sign structure shall be
Daily video/image Rectification
Structure structurally adequate
backup
Visual with Within 7 days IRC:SP:84-2014
Traffic Functionality: Functioning of Traffic
Daily video/image Rectification
Blinkers Blinkers as intended
backup
The illumination Improvement 24 hours IRC:SP:84-2014
Illumination:
level shall be in Lighting
Minimum 40 Lux illumination on the Daily
measured with System
road surface
Highway luxmeter
Lights No major failure in the lighting - Rectification of 24 hours IRC:SP:84-2014
Daily
system failure
Highway No minor failure in the lighting - Rectification of 8 hours IRC:SP:84-2014
Monthly
Lighting system failure
System The Improvement in 24 hours IRC:SP:84-2014
illumination Lighting System
Minimum 40 Lux illumination on the
Toll Plaza Daily level shall be
road surface
Canopy measured with
Lights luxmeter
No major/minor failure in the - Rectification of 8 hours IRC:SP:84-2014
Daily
lighting system failure
Frequency of Recommended
Asset Performance Time limit for Specifications
Level of Service (LOS) Measureme Testing Method Remedial
Type Parameter Rectification and Standards
nt measures
Obstruction Visual with Removal of trees Immediate IRC:SP:84-2014
in a minimum video/image
head-room backup
of 5.5 m
above
No obstruction due to trees Monthly
carriageway
or
Trees and obstruction
Plantatio in visibility of
n
road signs
including
Visual with Timely watering Within 90 days IRC:SP:84-2014
median Deterioration Health of plantation shall be as per
video/image and treatment.
plantatio in health of requirement of specifications &
Daily backup Or Replacement
n trees and instructions issued by Authority from
of Trees and
bushes time to time
Bushes.
Vegetation Visual with Removal of Trees Immediate IRC:SP 84-2014
affecting video/image
Sight line shall be free from
sight line and Daily backup
obstruction by vegetation
road
structures
Cleaning of - - Every 4 hours
- Daily
toilets
Rest
Defects in - Rectification 24 hours
Areas
electrical, - Daily
water and
Frequency of Recommended
Asset Performance Time limit for Specifications
Level of Service (LOS) Measureme Testing Method Remedial
Type Parameter Rectification and Standards
nt measures
sanitary
installations
Other - Rectification 15 days IRC:SP 84-2014
Project Damage or deterioration in Approach Roads,
Facilities pedestrian facilities, truck lay-bys, bus-bays, bus-
Daily
and shelters, cattle crossings, Traffic Aid Posts,
Approac Medical Aid Posts and other works
h roads
Frequency of
Performanc Level of Service Recommended Remedial Time limit for Specifications
Asset Type Measuremen Testing Method
e Parameter (LOS) measures Rectification and Standards
t
Cleaning silt up soils and15 days
Inspection by Bridge
Free debris in culvert barrel before onset IRC 5-2015,
2 times in a Engineer as per IRC
waterway/ 85% of culvert after rainy season,
of monsoon IRC SP:40-
year (before SP: 35-1990 and
unobstruct normal flow area removal of bushes and and within 1993 and
and after recording of depth
ed flow to available. vegetation, U/s of barrel,30 days after IRC SP:13-
rainy season) of silting and area of
section under barrel and D/s of end of rainy 2004
vegetation.
barrel before rainy season.
season.
30 days or
Physical inspection
before
Leak-proof of expansion joints
No leakage onset of IRC SP:40-
expansion as per IRC SP: 35- Fixing with sealant
through Bi-Annually rains 1993 and IRC
joints if 1990 if any, for suitably
expansion joints whichever SP:69-2011
any leakage strains on
Pipe/box/slab comes
walls at joints.
culverts earlier
Spalling of
concrete not
more than 0.25
sqm Detailed inspection IRC SP 40-
Delamination of of all components Repairs to spalling, 1993 and
Structurall concrete not more Bi-Annually of culvert as per IRC cracking, delamination, MORTH
15 days
y sound than 0.25 sq.m. SP:35-1990 and rusting shall be followed Specification
recording the as per IRC:SP:40-1993. s clause
Cracks wider
defects 2800
than 0.3 mm not
more than 1m
aggregate length
30 days
Damaged of
after defect
rough stone
observation
apron or bank 2 times in a
Protection or 2 weeks IRC: SP 40-
revetment not year (before
works in Condition survey as Repairs to damaged before 1993 and
more than 3 sqm, and after
good per IRC SP:35-1990 aprons and pitching onset of IRC:SP:13-
damage to solid rainy
condition rainy 2004.
apron (concrete season)
season
apron) not more
whichever
than 1 sqm
is earlier.
Riding
Bridges including No pothole in MORT&H
quality or Visual inspection as Repairs to BC or wearing
ROBs Flyover wearing coat on Daily 15 days Specification
user per IRC SP:35-1990 coat
etc. as applicable bridge deck 2811
comfort
Repairs to BC on either
side of expansion joints, MORT&H
Visual inspection
No bump at profile correction course Specificatio
Bumps Daily as per IRC SP:35- 15 days
expansion joint on approach slab in case n 3004.2 &
1990
of settlement to 2811.
approach embankment
Bridge -Super
Structure User
safety No damaged or Visual inspection IRC: 5-1998,
Repairs and
(conditio missing stretch and detailed IRC SP: 84-
replacement of safety
n of crash of crash barrier Daily condition survey as 3days 2014 and
barriers as the case may
barrier or pedestrian per IRC SP: 35- IRC SP: 40-
be
and guard hand railing 1990. 1993.
rail)
Rusted All the corroded
Not more than reinforcement shall need
reinforce
0.25 sq.m Detailed condition to be thoroughly cleaned IRC SP: 40-
ment
Spalling of Not more than survey as per IRC from rusting and applied 1993 and
Bi-
concrete 0.50 sq.m SP: 35-1990 using with anti-corrosive 15 days MORTH
Annually
Mobile Bridge coating before carrying Specificatio
Delaminatio Not more than Inspection Unit out the repairs to affected n 1600.
n 0.50 sq.m concrete portion with
epoxy mortar / concrete.
Grouting with epoxy
Detailed condition IRC SP: 40-
mortar, investigating
Cracks survey as per IRC 1993 and
Not more than causes for cracks
wider than Bi-Annually SP: 35-1990 using 48 Hours MORTH
1m total length development and carry
0.30 mm Mobile Bridge Specification
out necessary
Inspection Unit 2800.
rehabilitation.

Detailed condition
Rainwater Grouting of deck slab at MORTH
survey as per IRC
seepage leakage areas, specification
Leakage - nil Quarterly SP: 35-1990 using 1 months
through waterproofing, repairs to s 2600 &
Mobile Bridge
deck slab drainage spouts 2700.
Inspection Unit

Deflection Once in
Carry out major
due to every 10
Within design rehabilitation works on IRC SP: 51-
permanen years for Load test method 6 months
limits. bridge to retain original 1999.
t loads and spans more
design loads capacity
live loads than 40 m
Once in
every 5 years
for spans
Vibrations
Frequency of more than
in bridge Laser displacement
vibrations shall 30m and Strengthening of super AASHTO LRFD
deck due to sensors or laser 4 months
not be more than every 10 structure specifications
moving vibro-meters
5 Hz years for
trucks
spans
between 15
to 30 m
No damage to
elastomeric
sealant
compound in
strip seal Detailed condition
MORTH
Leakage in expansion joint, survey as per IRC
Replace of seal in specifications
Expansion no leakage of rain Bi-Annually SP:35-1990 using 15 days
expansion joint 2600 and IRC
joints water through Mobile Bridge
SP: 40-1993.
expansion joint in Inspection Unit
case of buried
and asphalt plug
and copper strip
joint.
Debris and Detailed condition MORTH
No dust or
dust in survey as per IRC specification
debris in Cleaning of expansion
strip seal Monthly SP:35-1990 using 3 days s 2600 and
expansion joint joint gaps thoroughly
expansion Mobile Bridge IRC SP: 40-
gap.
joint Inspection Unit 1993.
Cleaning of drainage
No down take
spouts thoroughly.
pipe
Replacement of
missing/broken
Detailed condition missing/broken down
below soffit of
survey as per IRC take pipes with a MORTH
Drainage the deck slab.
Monthly SP: 35-1990 using minimum pipe extension 3 days specification
spouts No silt, debris,
Mobile Bridge of 500mm below soffit of 2700.
clogging of
Inspection Unit slab. Providing sealant
drainage spout
around the drainage
collection
spout if any leakages
chamber.
observed.
All the corroded
reinforcement shall need
to be thoroughly cleaned
from rusting and applied
Cracks/sp Detailed condition IRC SP: 40-
No cracks, with anti-corrosive
alling of survey as per IRC 1993 and
Bridge- spalling of coating before carrying
concrete/ Bi-Annually SP: 35-1990 using 30 days MORTH
substructure concrete and out repairs to
rusted Mobile Bridge specificatio
rusted steel substructure by
steel Inspection Unit n 2800.
grouting/guniting and
micro concreting
depending on type of
defect noticed
Delamination of
bearing
reinforcement In case of failure of even
not more than one bearing on any
Detailed condition MORTH
5%, cracking or pier/abutment, all the
survey as per IRC specificatio
tearing of rubber Bi- bearings on that
Bearings SP: 35-1990 using 3 months n 2810 and
not more than 2 Annually pier/abutment shall be
Mobile Bridge IRC SP: 40-
locations per replaced, in order to get
Inspection Unit 199.
side, no rupture uniform load transfer on
of to bearings.
reinforcement
or rubber
Condition survey
and visual
inspection as per
IRC SP:35-1990
IRC SP: 40-
Scouring shall using Mobile
Scouring 1993, IRC
not be lower Bridge Inspection Suitable protection
Bridge around Bi- 83-2014,
than maximum Unit. works around 1 month
Foundations foundatio Annually MORTH
scour level for In case of doubt, pier/abutment
ns specificatio
the bridge use Underwater
n 2500
camera for
inspection of deep
wells in major
Rivers.
30 days
Damaged of
after
rough stone
defect
apron or bank
2 times in observatio
revetment not
Protectio a year n or 2 IRC: SP 40-
more than 3 Condition survey
n works (before Repairs to damaged weeks 1993 and
sq.m, damage as per IRC SP:35-
in good and after aprons and pitching. before IRC:SP:13-
to solid apron 1990
condition rainy onset of 2004.
(concrete
season) rainy
apron) not
season
more than 1
whichever
sq.m
is earlier.
Note: Any Structure during the entire contract period which is found that does not complies with all requirements of this Table will be prepared,
rehabilitated or even reconstructed under the scope of the contractor.

Table 4: Maintenance Criteria for Structures and Culverts:


Table 5: Maintenance Criteria for Hill Roads
In addition to above, for hill roads the following provisions for maintenance is also to done.
Hill Roads
(i) Damage to Retaining wall/ Breast wall 7 (Seven) days
(ii) Landslides requiring clearance 12 (Twelve) hours
(iii) Snow requiring clearance 24 (Twenty Four) hours

Note: For all tables 1 to 5 above, latest BIS & IRC standards (even those not indicated
herewith) along with MoRTH specifications shall be binding for all maintenance activities.
A. Flexible Pavement
Nature of Defect or deficiency Time limit for repair/ rectification

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

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


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

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

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

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

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

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

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


immediately if causing safety
hazard)

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

(i) Damage to shape or position, poor visibility or loss of 48 (forty eight) hours
retro- reflectivity

(ii) Painting of km stone, railing, parapets, crash barriers As and when required/ Once
every year

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

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

(d) Road lighting

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

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

(e) Trees and plantation

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


carriageway or obstruction in visibility of road signs

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

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

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


Nature of Defect or deficiency Time limit for repair/ rectification

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

(f) Rest area

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

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

(g) [Toll Plaza]

(h) Other Project Facilities and Approach roads

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


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

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

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

Bridges

(a) Superstructure

(i) Any damage, cracks, spalling/ scaling within 48 (forty-eight) hours


Temporary measures within 15 (fifteen) days or as
specified by the Authority’s
Permanent measures
Engineer

(b) Foundations

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

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

(i) Cracks and damages including settlement and tilting, 30 (thirty) days
spalling, scaling

(d) Bearings (metallic) of bridges

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


metallic bearings once in a
year

(e) Joints

(i) Malfunctioning of joints 15 (fifteen) days

(f) Other items


Nature of Defect or deficiency Time limit for repair/ rectification

(i) Deforming of pads in elastomeric bearings 7 (seven) days

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


spouts, weep holes and vent-holes

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


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

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


approaches

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

(vi) Damage or deterioration in approach slabs, pitching, 30 (thirty) days


apron, toes, floor or guide bunds

(vii) Growth of vegetation affecting the structure or 15 (fifteen) days


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


[Note: Where necessary, the Authority may modify the time limit for repair/rectification, or
add to the nature of Defect or deficiency before issuing the bidding document, with the
approval of the competent authority.]
SCHEDULE – F
(See Clause 3.1.7(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 Panchayats and Pollution Control Board for installation
of crushers;

(c) Licence for use of explosives;

(d) Permission of the State Government for drawing water from river/reservoir;

(e) Licence from inspector of factories or other competent Authority for setting up
batching plant;

(f) Clearance of Pollution Control Board for setting up batching plant;

(g) Clearance of Village Panchayats and Pollution Control Board for setting up
asphalt plant;

(h) Permission of Village Panchayats and State Government for borrow earth; and

(i) Any other permits or clearances required under Applicable Laws.

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


shall have been procured by the Authority in accordance with the provisions of this
Agreement.
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/Additional Performance Security

The Chief Engineer (EAP),


Ministry of Road Transport & Highways,
Transport Bhawan, 1,
Parliament Street,
New Delhi 110001

WHEREAS:

(A) ___________ name and address of contractor (hereinafter called the “Contractor")
and, Ministry of Road Transport & Highways, Transport Bhawan, 1, Parliament Street,
New Delhi 110001 (hereinafter called the “Authority”) have entered into an
agreement (hereinafter called the “Agreement”) for the Rehabilitation and Upgradation
to 2-lane with paved Shouders configuration of Beawar-Asind Section (km 30.000 to
km 74.000) of NH-158 in the State of Rajasthan under Green National Highways
Corridor Project (GNHCP) with the loan assistance of World Bank on EPC mode,
subject to and in accordance with the provisions of the Agreement.

(B) The Agreement requires the Contractor to furnish a Performance Security for due and
faithful performance of its obligations, under and in accordance with the Agreement,
during the {Construction Period/ Defects Liability Period and Maintenance Period} (as
defined in the Agreement) in a sum of Rs….. cr. (Rupees ………..….. crore) (the
“Guarantee Amount”).

(C) We, ………………….. through our branch at …………………. (the “Bank”) have
agreed to furnish this bank guarantee (hereinafter called the “Guarantee”) by way of
Performance Security.

NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and
affirms as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
performance of the Contractor’s obligations during the {Construction Period/ Defects
Liability Period and Maintenance Period} under and in accordance with the Agreement,
and agrees and undertakes to pay to the Authority, upon its mere first written demand,
and without any demur, reservation, recourse, contest or protest, and without any
reference to the Contractor, such sum or sums up to an aggregate sum of the Guarantee
Amount as the Authority shall claim, without the Authority being required to prove or
to show grounds or reasons for its demand and/or for the sum specified therein.

2. A letter from the Authority, under the hand of an officer not below the rank of General
Manager in the Ministry of Road Transport & Highways, that the Contractor has
committed default in the due and faithful performance of all or any of its obligations
under and in accordance with the Agreement shall be conclusive, final and binding on
the Bank. The Bank further agrees that the Authority shall be the sole judge as to
whether the Contractor is in default in due and faithful performance of its obligations
during and under the Agreement and its decision that the Contractor is in default shall
be final and binding on the Bank, notwithstanding any differences between the
Authority and the Contractor, or any dispute between them pending before any court,
tribunal, arbitrators or any other authority or body, or by the discharge of the Contractor
for any reason whatsoever.

3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the
Bank were the principal debtor and any change in the constitution of the Contractor
and/or the Bank, whether by their absorption with any other body or corporation or
otherwise, shall not in any way or manner affect the liability or obligation of the Bank
under this Guarantee.

4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority
to proceed against the Contractor before presenting to the Bank its demand under this
Guarantee.

5. The Authority shall have the liberty, without affecting in any manner the liability of the
Bank under this Guarantee, to vary at any time, the terms and conditions of the
Agreement or to extend the time or period for the compliance with, fulfillment and/ or
performance of all or any of the obligations of the Contractor contained in the
Agreement or to postpone for any time, and from time to time, any of the rights and
powers exercisable by the Authority against the Contractor, and either to enforce or
forbear from enforcing any of the terms and conditions contained in the Agreement
and/or the securities available to the Authority, and the Bank shall not be released from
its liability and obligation under these presents by any exercise by the Authority of the
liberty with reference to the matters aforesaid or by reason of time being given to the
Contractor or any other forbearance, indulgence, act or omission on the part of the
Authority or of any other matter or thing whatsoever which under any law relating to
sureties and guarantors would but for this provision have the effect of releasing the
Bank from its liability and obligation under this Guarantee and the Bank hereby waives
all of its rights under any such law.

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


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

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

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

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

10. Any notice by way of request, demand or otherwise hereunder may be sent by post
addressed to the Bank at its above referred branch, which shall be deemed to have been
duly 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.

12. 12 This guarantee shall also be operatable at our……………….. Branch at New Delhi,
from whom, confirmation regarding the issue of this guarantee or extension / renewal
thereof shall be made available on demand. In the contingency of this guarantee being
invoked and payment thereunder claimed, the said branch shall accept such invocation
letter and make payment of amounts so demanded under the said invocation

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

SIGNED, SEALED AND DELIVERED

$
Insert date being 2 (two) years from the date of issuance of this Guarantee (in accordance with Clause 7.2 of the
Agreement).
For and on behalf of the Bank by:

(Signature)

(Name)

(Designation)

(Code Number)

(Address)

NOTES:

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

(ii) The address, telephone number and other details of the head office of the Bank as well
as of issuing branch should be mentioned on the covering letter of issuing branch.
Annex - II
(Schedule - G)
(See Clause 7.5.3)

Form for Guarantee for Withdrawal of Retention Money

The Chief Engineer (EAP),


Ministry of Road Transport & Highways,
Transport Bhawan, 1,
Parliament Street,
New Delhi 110001

WHEREAS:

name and address of contractor (hereinafter called the “Contractor") has executed an
agreement (hereinafter called the “Agreement”) with the Ministry of Road Transport
& Highways, Transport Bhawan, 1, Parliament Street, New Delhi 110001, (hereinafter
called the “Authority”) for the construction of the Rehabilitation and Upgradation to
2-lane with paved Shouders configuration of Beawar-Asind Section (km 30.000 to km
74.000) of NH-158 in the State of Rajasthan under Green National Highways Corridor
Project (GNHCP) with the loan assistance of World Bank on EPC mode, subject to and
in accordance with the provisions of the Agreement.

(A) 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.

(B) We, ………………….. through our branch at …………………. (the “Bank”) have
agreed to furnish this bank guarantee (hereinafter called the “Guarantee”) for the
amount of Rs. --------- cr. (Rs.------------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 General
Manager in the Ministry of Road Transport & Highways, that the Contractor has
committed default in the due 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 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 up to the date specified in paragraph 8 above or until it is released earlier by
the Authority pursuant to the provisions of the Agreement.

12. This guarantee shall also be operatable at our……………….. Branch at New Delhi,
from whom, confirmation regarding the issue of this guarantee or extension / renewal
thereof shall be made available on demand. In the contingency of this guarantee being
invoked and payment thereunder claimed, the said branch shall accept such invocation
letter and make payment of amounts so demanded under the said invocation

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

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:

(Signature)

(Name)

(Designation)

(Code Number)

(Address)
NOTES:

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

(ii) The address, telephone number and other details of the head office of the Bank as well
as of issuing branch should be mentioned on the covering letter of issuing branch.
Annex - III
(Schedule - G)
(See Clause 19.2)

Form for Guarantee for Advance Payment

The Chief Engineer (EAP),


Ministry of Road Transport & Highways,
Transport Bhawan, 1,
Parliament Street,
New Delhi 110001

WHEREAS:

name and address of contractor] (hereinafter called the “Contractor") has executed an
agreement (hereinafter called the “Agreement”) with the Ministry of Road Transport
& Highways, Transport Bhawan, 1, Parliament Street, New Delhi 110001, (hereinafter
called the “Authority”) for the Rehabilitation and Upgradation to 2-lane with paved
Shouders configuration of Beawar-Asind Section (km 30.000 to km 74.000) of NH-158
in the State of Rajasthan under Green National Highways Corridor Project (GNHCP)
with the loan assistance of World Bank on EPC mode, subject to and in accordance
with the provisions of the Agreement.

(A) 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 two installments subject to the Contractor
furnishing an irrevocable and unconditional guarantee by a scheduled bank for an
amount equivalent to 110% (one hundred and ten percent) of such installment to remain
effective till the complete and full repayment of the installment of the Advance
Payment as security for compliance with its obligations in accordance with the
Agreement. The amount of {first/second} installment of the Advance Payment is Rs. -
----- cr. (Rupees ------ crore) and the amount of this Guarantee is Rs. ------- cr. (Rupees
------ crore) (the “Guarantee Amount”)$.
(B)
(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:

$
The Guarantee Amount should be equivalent to 110% of the value of the applicable
instalment.
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
repayment on time of the aforesaid instalment of the Advance Payment under and in
accordance with the Agreement, and agrees and undertakes to pay to the Authority,
upon its mere first written demand, and without any demur, reservation, recourse,
contest or protest, and without any reference to the Contractor, such sum or sums up to
an aggregate sum of the Guarantee Amount as the Authority shall claim, without the
Authority being required to prove or to show grounds or reasons for its demand and/or
for the sum specified therein.

2. A letter from the Authority, under the hand of an officer not below the rank of General
Manager in the Ministry of Road Transport & Highways, that the Contractor has
committed default in the due and faithful performance of all or any of its obligations
for the repayment of the instalment of the Advance Payment under and in accordance
with the Agreement shall be conclusive, final and binding on the Bank. The Bank
further agrees that the Authority shall be the sole judge as to whether the Contractor is
in default in due and faithful performance of its obligations during and under the
Agreement and its decision that the Contractor is in default shall be final and binding
on the Bank, notwithstanding any differences between the Authority and the Contractor,
or any dispute between them pending before any court, tribunal, arbitrators or any other
authority or body, or by the discharge of the Contractor for any reason whatsoever.

3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the
Bank were the principal debtor and any change in the constitution of the Contractor
and/or the Bank, whether by their absorption with any other body or corporation or
otherwise, shall not in any way or manner affect the liability or obligation of the Bank
under this Guarantee.

4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority
to proceed against the Contractor before presenting to the Bank its demand under this
Guarantee.

5. The Authority shall have the liberty, without affecting in any manner the liability of the
Bank under this Guarantee, to vary at any time, the terms and conditions of the Advance
Payment or to extend the time or period of its repayment or to postpone for any time,
and from time to time, any of the rights and powers exercisable by the Authority
against the Contractor, and either to enforce or forbear from enforcing any of the terms
and conditions contained in the Agreement and/or the securities available to the
Authority, and the Bank shall not be released from its liability and obligation under
these presents by any exercise by the Authority of the liberty with reference to the
matters aforesaid or by reason of time being given to the Contractor or any other
forbearance, indulgence, act or omission on the part of the Authority or of any other
matter or thing whatsoever which under any law relating to sureties and guarantors
would but for this provision have the effect of releasing the Bank from its liability
and obligation under this Guarantee and the Bank hereby waives all of its rights under
any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or
security now or which may hereafter be held by the Authority in respect of or relating
to the Advance Payment.

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

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

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

10. Any notice by way of request, demand or otherwise hereunder may be sent by post
addressed to the Bank at its above referred branch, which shall be deemed to have been
duly 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 up to the date specified in paragraph 8 above or until it is released earlier by
the Authority pursuant to the provisions of the Agreement.

12. This guarantee shall also be operatable at our……………….. Branch at New Delhi,
from whom, confirmation regarding the issue of this guarantee or extension / renewal
thereof shall be made available on demand. In the contingency of this guarantee being
invoked and payment thereunder claimed, the said branch shall accept such invocation
letter and make payment of amounts so demanded under the said invocation.

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

SIGNED, SEALED AND DELIVERED


For and on behalf of the Bank by:

$
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).
(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.
SCHEDULE - H
See Clauses10.1 (IV) and 19.3
Contract Price Weightage
1.1 The Contract Price for this Agreement is Rs. **********
1.2 Proportions of the Contract Price for different stages of Construction of the Project
Highway shall be as specified below:

Weightage in Percentage
Percentage to Weightage to
Item Stage for Payment
the Contract Particular
Price item (Col:2)
1 2 3 4
Road Works 54.50% A- Widening and
including Culverts, strengthening of existing road
widening and repair (1) Earthwork up to top of the
14.77%
of culverts Sub-grade
(2) Sub-base Course 15.35%
(3) Reclaimed Asphaltic
10.19%
Pavement (RAP)
(4) Bituminous Base course 18.44%
(5) Wearing Coat 11.64%
(6) Widening and repair of
1.18%
culverts
B.1- Reconstruction/New
Intermediate-Lane
Realignment / Bypass
(Flexible Pavement)
(1) Earthwork up to top of the
2.48%
sub-grade
(2) Sub-base Course 3.34%
(3) Reclaimed Asphaltic
2.14%
Pavement (RAP)
(4) Bituminous Base course 3.82%
(5) Wearing Coat 2.41%
B.2- Reconstruction/New
Intermediate-Lane
Realignment / Bypass (Rigid
Pavement)
(1) Earthwork up to top of the
0.00%
Sub-grade
(2) Sub-base Course 0.00%
(3) Dry Lean Concrete (DLC)
0.00%
Course
Weightage in Percentage
Percentage to Weightage to
Item Stage for Payment
the Contract Particular
Price item (Col:2)
1 2 3 4
(4) Pavement Quality Control
0.00%
(PQC) Course
C.1- Reconstruction/ New
Service Road/ Slip Road
(Flexible Pavement)
(1) Earthwork up to top of the
1.79%
Sub-grade
(2) Sub-base Course 0.91%
(3) Non bituminous Base
0.82%
course
(4) Bituminous Base course 1.64%
(5) Wearing Coat 1.12%
C.2- Reconstruction/New
Service road (Rigid Pavement)
(1) Earthwork up to top of the
0.00%
sub-grade
(2) Sub-base Course 0.00%
(3) Dry Lean Concrete (DLC)
0.00%
Course
(4) Pavement Quality Control
0.00%
(PQC) Course
D- Reconstruction & New
Culverts on existing road,
realignments, bypasses
Culverts (length <6m) 7.96%
Total of "Road Works including Culverts, widening and repair of
100.00%
culverts"
Minor 3.10% A.1- Widening and repairs of
bridge/Underpasses/ Minor Bridges (length>6m &
Overpasses <60m)
Minor Bridges 4.84%
A.2- New Minor bridges
(length >6 m and < 60 m)
(1) Foundation +Sub-Structure:
On completion of the
foundation work including
foundations 29.03%
for wing and return walls,
abutments, piers upto the
abutment/pier cap.
Weightage in Percentage
Percentage to Weightage to
Item Stage for Payment
the Contract Particular
Price item (Col:2)
1 2 3 4
(2) Super-structure: On
completion of the super-
structure in all respects
including wearing coat,
bearings, expansion joints, 18.06%
hand rails, crash barriers, road
signs & markings, tests on
completion etc. complete in all
respect.
(3) Approaches: On
completion of approaches
including Retaining walls,
12.90%
stone pitching, protection
works complete in all respect
and fit for use.
(4) Guide Bunds, Gabion
Protection and River Training
Works: On completion of 0.00%
Guide Bunds and river Training
Works complete in all respects
B.1- Widening and repairs of
underpasses/Overpasses
Underpasses/ Overpasses 0.00%
B.2- New Underpasses
/Overpasses

(1) Foundation
+Sub-Structure: On
completion of the foundation
work including foundations for
20.00%
wing and return walls,
abutments,
piers upto the abutment/pier
cap.
(2) Super-structure: On
completion of the super-
structure in all respects
including wearing coat, 15.17%
bearings, expansion joints,
hand rails, crash barriers, road
signs & markings, tests on
Weightage in Percentage
Percentage to Weightage to
Item Stage for Payment
the Contract Particular
Price item (Col:2)
1 2 3 4
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 as
specified as specified.
(3) Approaches: On
completion of approaches
including Retaining walls/
Reinforced Earth walls, stone 0.00%
pitching, protection works
complete in all respect and fit
for use.
Total of "Minor bridge/Underpasses/
100.00%
Overpasses "
Major 2.38% A.1- Widening and repairs of
bridge(length>60m) Major Bridges
works and (1) Foundation 0.00%
ROB/RUB/elevated (2) Sub-structure 0.00%
sections/flyovers (3) Super-structure
including viaducts, if 0.00%
(including bearings)
any
(4) Wearing Coat including
0.00%
expansion joints
(5) Miscellaneous Items like
hand rails, crash barriers, road 0.00%
markings etc.)
(6) Wing walls/return walls
0.00%
upto top
(7) Guide bunds, River Training
0.00%
works etc.
(8) Approaches (including
Retaining walls, stone pitching 0.00%
and protection works)
A.2- New Major Bridges 0.00%
(1) Foundation 20.59%
(2) Sub-structure 25.63%
Weightage in Percentage
Percentage to Weightage to
Item Stage for Payment
the Contract Particular
Price item (Col:2)
1 2 3 4
(3) Super-structure 33.19%
(including bearings)
(4) Wearing Coat including
6.31%
expansion joints
(5) Miscellaneous Items like
hand rails, crash barriers, road 4.20%
markings etc.)
(6) Wing walls/return walls
0.00%
upto top
(7) Guide bunds, Gabion
Works, River Training works 0.00%
etc.
(8) Approaches (including
Retaining walls, stone pitching 10.08%
and protection works)
B.1- Widening and repairs of
(a) ROB
(b) RUB
(1) Foundations 0.00%
(2) Sub-Structure 0.00%
(3) Super-Structure (Including
0.00%
bearings)
(4) Wearing Coat (a) in case of 0.00%
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
(5) Miscellaneous Items like
hand rails, crash barrier, road 0.00%
markings etc.
(6) Wing walls/Return walls 0.00%
(7) Approaches (including
Retaining walls, stone pitching 0.00%
and protection works)
B.2- New ROB/RUB
(1) Foundations 0.00%
(2) Sub-Structure 0.00%
Weightage in Percentage
Percentage to Weightage to
Item Stage for Payment
the Contract Particular
Price item (Col:2)
1 2 3 4
(3) Super-Structure (Including
0.00%
bearings)
(4) Wearing Coat (a) in case of 0.00%
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
(5) Miscellaneous Items like 0.00%
hand rails, crash barrier, road
markings etc.
(6) Wing walls/Return walls 0.00%
(7) Approaches(including 0.00%
Retaining walls/Reinforced
Earth wall, stone pitching and
protection works)
C.1- Widening and repair of
Elevated Section/
Flyovers/Grade Separators
(1) Foundations 0.00%
(2) Sub-Structure 0.00%
(3) Super-Structure (Including
0.00%
bearings)
(4) Wearing Coat (including 0.00%
expansion joints)
(5) Miscellaneous Items like 0.00%
hand rails, crash barrier, road
markings etc.
(6) Wing walls/Return walls 0.00%
(7) Approaches and Other 0.00%
Ancillary Works (wearing coat,
expansion joints, hand rails,
crash barriers, road signs &
markings, stone pitching,
protection works etc.)
C.2- New Elevated Section/
Flyovers/Grade Separators
(1) Foundations 0.00%
Weightage in Percentage
Percentage to Weightage to
Item Stage for Payment
the Contract Particular
Price item (Col:2)
1 2 3 4
(2) Sub-Structure 0.00%
(3) Super-Structure (Including
0.00%
bearings)
(4) Wearing Coat (including
0.00%
expansion joints)
(5) Miscellaneous Items like
hand rails, crash barrier, road 0.00%
markings etc.
(6) Wing walls/Return walls 0.00%
(7) Approaches and Other
Ancillary Works (wearing coat,
expansion joints, hand rails,
0.00%
crash barriers, road signs &
markings, stone pitching,
protection works etc.)
Total of "Major bridge(length>60m) works and ROB/RUB/elevated
100.00%
sections/flyovers including viaducts"
Other Works 40.02% (i) Toll Plaza 6.36%
(ii) Road side drains 7.79%
(iii) Road signs, markings, km
5.17%
stones, safety devices,
(iv) Project facilities 0.00%
a) Bus Bays 4.39%
b) Truck Lay-Byes 0.83%
c) Rest Areas 4.62%
d) Others 0.00%
i) ATMS 6.83%
ii) Lighting 2.13%
e) Miscellaneous
i) Utility Ducts 0.26%
ii) Chequered Tiles 0.16%
f) Rain Water Harvesting 1.22%
(g) Road side Plantation 0.00%
(vi) Protection works other than
approaches to the bridges,
elevated sections/ flyovers/
grade separators and ROBs/
RUBs.
(a) Retaining Wall 0.00%
Weightage in Percentage
Percentage to Weightage to
Item Stage for Payment
the Contract Particular
Price item (Col:2)
1 2 3 4
(b) Gabion Wall 0.00%
(c) Breast Wall 0.00%
(d) RE Wall/Boundary Wall 30.82%
(vii) Safety and traffic
management during 2.26%
construction
(viii) Junctions 8.01%
(ix) Other miscellaneous works
including maintenance of road, 18.81%
site clearance etc
g) Facility for Authority
0.44%
(Vehicle)
Total of "Other Works" 100.00%
Total of (Col:2) 100.00% Total of (Col:4) 400.00%
1.3 Procedure of estimating the value of work done

1.3.1 Road works.

Procedure for estimating the value of road work done shall be as follows:

Table 1.3.1

Stage of Payment Percentage Payment Procedure


Weightage
1 2 3
A- Widening & Strengthening of road
(1) Earthwork up to top of the sub- 8.27% Unit of measurement is linear
grade length. Payment of each stage
(2) Sub-base Course 8.60% shall be made on pro rata basis on
(3) Non bituminous Base course 5.71% completion of a stage in a length
(4) Bituminous Base course 10.33% of not less than 10 (ten) percent
(5) Wearing Coat 6.52% of the total length.
(7) Widening and Repair of 0.66% Cost of ten completed culverts
culverts shall be determined on pro rata
basis with respect to the total
number of culverts. Payment shall
be made on the completion of at
least five culverts.
B.1- Reconstruction/New Intermediate-Lane Realignment / Bypass (Flexible Pavement)
(1) Earthwork up to top of the sub- 1.39%
grade Unit of measurement is linear
(2) Cement Treated Granular Sub- 1.87% length. Payment of each stage
base shall be made on pro rata basis on
(3) Non bituminous Base course – 1.20% completion of a stage in full
WMM length or 5(five) km length
(4) Bituminous Base course 2.14% whichever is less.
(5) Wearing Coat 1.35%
B.2- Reconstruction/New Intermediate-Lane Realignment / Bypass (Rigid Pavement)
(1) Earthwork up to top of the sub- 0.00%
Unit of measurement is linear
grade
length. Payment of each stage
(2) Sub-base Course 0.00%
shall be made on pro rata basis on
(3) Dry Lean Concrete (DLC) 0.00%
completion of a stage in full
Course
length or 5(five) km length,
(4) Pavement Quality Control 0.00%
whichever is less.
(PQC) Course
C.1- Reconstruction/ New Service Road/ Slip Road (Flexible Pavement)
(1) Earthwork up to top of the sub- 1.00% Unit of measurement is linear
grade length. Payment of each stage
(2) Sub-base Course 0.51% shall be made on pro rata basis on
(3) Non bituminous Base course 0.46% completion of a stage in full
(4) Bituminous Base course 0.92% length or 5(five) km length,
(5) Wearing Coat 0.62% whichever is less.
C.2- Reconstruction/New Service road (Rigid Pavement)
(1) Earthwork up to top of the sub- 0.00% Unit of measurement is linear
grade length. Payment of each stage
(2) Sub-base Course 0.00% shall be made on pro rata basis on
(3) Dry Lean Concrete (DLC) 0.00% completion of a stage in full
Course length or 5(five) km length,
(4) Pavement Quality Control 0.00% whichever is less.
(PQC) Course
D- Reconstruction & New Culverts on existing road, realignments, bypasses
Culverts (length <6m) 4.46% Cost of each culvert shall be
determined on pro rata basis with
respect to the total number of
culverts. Payment shall be made
on the completion of at least five
culverts

@. For example, if the total length of bituminous work to be done is 100 km, the cost per km
of bituminous work shall be determined as follows:

Cost per km = P x Weightage for road work x Weightage for bituminous work x (1/L)

Where P= Contract Price

L = Total length in km

Similarly, the rates per km for other stages shall be worked out accordingly.

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

Procedure for estimating the value of Minor bridge and Underpasses/Overpasses shall be as
stated in table 1.3.2:

Table 1.3.2

Stage of Payment Weightage Payment Procedure


1 2 3
A.1- Widening and repairs of Minor Cost of each minor bridge shall be
Bridges (length>6m & <60m) determined on pro rata basis with
respect to the total linear length of
0.15% the minor bridges. Payment shall
be made on the completion of
widening & repair works of a minor
bridge
A.2- New Minor Bridges (length>6m & <60m)
(1) Foundation +Sub-Structure: On (i) Foundation +Sub-Structure:
completion of the foundation work Cost of each minor bridge shall be
including foundations for wing and determined on pro rata basis with
return walls, abutments, piers upto respect to the total linear length
the abutment/pier cap. (m) of the minor bridges. 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
0.90% foundation +substructure 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.
(2) Super-structure: On completion 0.56% Super-structure: Payment shall be
of the superstructure in all respects made on pro-rata basis on
including wearing coat, bearings, completion of a stage i.e.
expansion joints, hand rails, crash completion of super-structure of
barriers, road signs & markings, tests atleast one span in all respects as
on completion etc. complete in all specified in the column of “Stage
respect. of Payment” in this sub-clause.
(3) Approaches: On completion of 0.40% Approaches: Payment shall be
approaches including Retaining made on pro-rata basis on
walls, stone pitching, protection completion of a stage i.e.
works complete in all respect and fit completion of approaches in all
for use. respect as specified in the column
of "Stage of Payment" in this sub-
clause.
(4) Guide Bunds, gabion Protection 0.00% Guide Bunds and River Training
and River Training Works: On Works: Payment shall be made on
completion of Guide Bunds and river pro-rata basis on completion of a
training works complete in all stage i.e. completion of Guide
respects Bunds and River training Works in
all respects as specified
B.1- Widening and repairs of underpasses/overpasses
Underpasses/ Overpasses 0.00% Cost of each underpass/overpass
shall be determined on pro rata
basis with respect to the total
linear length of the underpasses/
overpasses. Payment shall be
made on the completion of
widening & repair works of a
underpass/overpass.
B.2- New Underpasses/Overpasses
(i) Foundation +Sub- Structure: On (i) Foundation +Sub- Structure:
completion of the foundation work Cost of each Underpass/Overpass
including foundations for wing and shall be determined on pro rata
return walls, abutments, piers upto basis with respect to the total
the abutment/pier cap. linear length (m) of the
Underpasses/Overpasses.
Payment against foundation +
substructure shall be made on pro-
rata basis on completion of a stage
0.62%
i.e. not less than 25%
of the scope of foundation
+substructure of each
Underpasses/Overpasses subject
to completion of atleast two
foundations along with sub-
structure upto
abutment/pier cap level each
underpass/overpass.
(ii) Super-structure: On completion
of the superstructure in all respects
including wearing coat, bearings,
(ii) Super-structure: Payment shall
expansion joints, hand rails, crash
be made on pro-rata basis on
barriers, road signs &markings, tests
completion of a stage i.e.
on completion etc. complete in all
Completion of a stage i.e.
respect.
0.47% completion of
Wearing Coat (a) in case of Overpass-
super-structure of at least one
wearing coat including expansion
span in all respects as specified in
joints complete in all respects as
the column of “Stage of Payment”
specified and (b) in case of
in this sub-clause.
underpass- rigid pavement including
drainage facility complete in all
respects as specified as specified.
(iii) Approaches: On completion of (iii) Approaches: Payment shall be
approaches including Retaining made on pro-rata basis on
walls/ Reinforced Earth walls, stone 0.00% completion of a stage i.e.
pitching, protection works complete completion of approaches in all
in allrespect and fit for use. respect as specified.
1.3.3 Major Bridge works ROB/RUB and Structures.

Procedure for estimating the value of Major Bridge works, ROB/RUB and

Structures shall be as stated in table 1.3.3:

Table 1.3.3
Stage of Payment Weightage Payment Procedure
1 2 3
A.1- Widening and repairs of Major Bridges
(1) Foundation: 0.00% (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
prorata basis on completion of a stage i.e.
not less than 25% of the scope of
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.
(2) Sub-structure: 0.00% (ii) Sub-Structure:
Payment against Substructure shall be
made on pro-rata basis on completion of a
stage i.e. not less than 25% of the scope of
substructure of the major bridge subject to
completion of at least two sub-structures
of abutments/piers upto abutment/pier
cap level
of the major bridge.
(3) Super-structure: 0.00% Super-structure: Payment shall be made
(including bearings) on pro-rata basis on completion of a stage
i.e. completion of super-structure including
bearings of at least one span in all respects
as specified.
(4) Wearing Coat 0.00% Wearing Coat: Payment shall be made on
including expansion completion of wearing coat including
joints expansion joints complete in all respects as
specified.
(5) Miscellaneous Items 0.00% Miscellaneous: Payments shall be made on
like hand rails, crash completion of all miscellaneous works like
barrier, road markings hand rails, crash barriers, road markings
etc. etc. complete in all respects as specified.
(6) Wing walls/Return 0.00% Wing walls/return walls: Payments shall
walls be made on completion of all wing
walls/return walls complete in all respects
as specified.
(7) Guide bunds, River 0.00% Guide Bunds, River Training works:
Training works etc. Payments shall be made on completion of
all guide bunds/river training works etc.
complete in all respects as specified.
(8) Approaches 0.00% Approaches: Payments shall be made on
(including Retaining completion of all guide bunds/river
walls, stone pitching training works etc. complete in all respects
and protection works) as specified.
A.2- New Major Bridges
(1) Foundation: On 0.49% (i) Foundation: Cost of each Major Bridge
completion of the shall be determined on pro rata basis with
foundation work respect to the total linear length (m) of the
including foundations Major Bridge. Payment
for return walls, against foundation shall be made on
abutments, piers. prorata basis on completion of a stage i.e.
not less than 25% of the scope of
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.
(2) Sub-structure: 0.61% (ii) Sub-Structure:
Payment against Substructure shall be
made on pro-rata basis on completion of a
stage i.e. not less than 25% of the scope of
substructure of the major bridge subject to
completion of at least two sub-structures
of abutments/piers upto abutment/pier
cap level
of the major bridge.
(3) Super-structure: 0.79% Super-structure: Payment shall be made
(including bearings) on pro-rata basis on completion of a stage
i.e. completion of super-structure including
bearings of at least one span in all respects
as specified.
(4) Wearing Coat 0.15% Wearing Coat: Payment shall be made on
including expansion completion of wearing coat including
joints expansion joints complete in all respects as
specified.
(5) Miscellaneous Items 0.10% Miscellaneous: Payments shall be made on
like hand rails, crash completion of all miscellaneous works like
barrier, road markings hand rails, crash barriers, road markings
etc. etc. complete in all respects as specified.
(6) Wing walls/Return 0.00% Wing walls/return walls: Payments shall
walls be made on completion of all wing
walls/return walls complete in all respects
as specified.
(7) Guide bunds, River 0.00% Guide Bunds, River Training works:
Training works etc. Payments shall be made on completion of
all guide bunds/river training works etc.
complete in all respects as specified.
(8) Approaches 0.24% Approaches: Payments shall be made on
(including Retaining completion of all guide bunds/river
walls, stone pitching training works etc. complete in all respects
and protection works) as specified.
B.1- Widening and
repairs of
(a) ROB
(b) RUB
(1) Foundation: 0.00% (i) Foundation: Cost of each Major Bridge
shall be determined on pro rata basis with
respect to the total linear length (m) of the
ROB/RUB . Payment
against foundation shall be made on
prorata basis on completion of a stage i.e.
not less than 25% of the scope of
foundation of the ROB/RUB subject to
completion of at least two foundations of
the ROB/RUB .
In case where load testing is required for
foundation, the trigger of first payment
shall include load testing also where
specified.
(2) Sub-structure: 0.00% (ii) Sub-Structure:
Payment against Substructure shall be
made on pro-rata basis on completion of a
stage i.e. not less than 25% of the scope of
substructure of the ROB/RUB subject to
completion of at least two sub-structures
of abutments/piers upto abutment/pier
cap level of the ROB/RUB.
(3) Super-structure: 0.00% Super-structure: Payment shall be made
(including bearings) on pro-rata basis on completion of a stage
i.e. completion of super-structure including
bearings of at least one span in all respects
as specified.

(4) Wearing Coat 0.00% Wearing Coat: Payment shall be made on


including expansion completion of (a) in case of ROB- wearing
joints 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.
(5) Miscellaneous Items 0.00% Miscellaneous: Payments shall be made on
like hand rails, crash completion of all miscellaneous works like
barrier, road markings hand rails, crash barriers, road markings
etc. etc. complete in all respects as specified.
(6) Wing walls/Return 0.00% Wing walls/return walls: Payments shall
walls be made on completion of all wing
walls/return walls complete in all respects
as specified.
(7) Approaches 0.00% Approaches: Payments shall be made on
(including Retaining completion of all guide bunds/river
walls, stone pitching training works etc. complete in all respects
and protection works) as specified.
B.2- New ROB/ RUB
(1) Foundation: 0.00% (i) Foundation: Cost of each Major Bridge
shall be determined on pro rata basis with
respect to the total linear length (m) of the
ROB/RUB . Payment
against foundation shall be made on
prorata basis on completion of a stage i.e.
not less than 25% of the scope of
foundation of the ROB/RUB subject to
completion of at least two foundations of
the ROB/RUB.
In case where load testing is required for
foundation, the trigger of first payment
shall include load testing also where
specified.
(2) Sub-structure: 0.00% (ii) Sub-Structure:
Payment against Substructure shall be
made on pro-rata basis on completion of a
stage i.e. not less than 25% of the scope of
substructure of the ROB/RUB subject to
completion of at least two sub-structures
of abutments/piers upto abutment/pier
cap level of the ROB/RUB.
(3) Super-structure: 0.00% Super-structure: Payment shall be made
(including bearings) on pro-rata basis on completion of a stage
i.e. completion of super-structure including
bearings of at least one span in all respects
as specified.
(4) Wearing Coat 0.00% Wearing Coat: Payment shall be made on
including expansion completion of (a) in case of ROB- wearing
joints 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.
(5) Miscellaneous Items 0.00% Miscellaneous: Payments shall be made on
like hand rails, crash completion of all miscellaneous works like
barrier, road markings hand rails, crash barriers, road markings
etc. etc. complete in all respects as specified.
(6) Wing walls/Return 0.00% Wing walls/return walls: Payments shall
walls be made on completion of all wing
walls/return walls complete in all respects
as specified.
(7) Approaches 0.00% Approaches: Payments shall be made on
(including Retaining completion of all guide bunds/river
walls, stone pitching training works etc. complete in all respects
and protection works) as specified.
C.1- Widening and repairs of Elevated Section/ Flyovers/ Grade Separators
(1) Foundation 0.00% (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 prorata basis on
completion of a stage i.e. not less than 25%
of the scope of foundation of the structure
subject to completion of at least 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.
(2) Sub-structure 0.00% Sub-structure: Payment against
Substructure shall be made on pro-rata
basis on completion of a stage i.e. not less
than 25% of the scope of substructure of
the structure subject to completion of at
least two sub-structures of
abutments/piers upto abutment/pier cap
level of the structure.
(3) Super-structure: 0.00% Payment shall be made on pro-rata basis
(including bearings) on completion of a stage i.e. completion of
super-structure including bearings of at
least one span in all respects as specified.
(4) Wearing Coat 0.00% Wearing Coat: Payment shall be made on
including expansion completion of wearing coat including
joints expansion joints complete in all respects as
specified.
(5) Miscellaneous Items 0.00% Miscellaneous: Payments shall be made on
like hand rails, crash completion of all miscellaneous works like
barrier, road markings hand rails, crash barriers, road markings
etc. etc. complete in all respects as specified.
(6) Wing walls/return 0.00% Wing walls/return walls: Payments shall
walls be made on completion of all wing
walls/return walls complete in all respects
as specified.
(7) Approaches 0.00% Approaches: Payments shall be made on
(including Retaining completion of all guide bunds/river
walls, stone pitching training works etc. complete in all respects
and protection works) as specified.
C.2- New Elevated Section/ Flyovers/ Grade Separators
(1) Foundation 0.00% (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 prorata basis on
completion of a stage i.e. not less than 25%
of the scope of foundation of the structure
subject to completion of at least 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.
(2) Sub-structure 0.00% Sub-structure: Payment against
Substructure shall be made on pro-rata
basis on completion of a stage i.e. not less
than 25% of the scope of substructure of
the structure subject to completion of at
least two sub-structures of
abutments/piers upto abutment/pier cap
level of the structure.
(3) Super-structure: 0.00% Payment shall be made on pro-rata basis
(including bearings) on completion of a stage i.e. completion of
super-structure including bearings of at
least one span in all respects as specified.
(4) Wearing Coat 0.00% Wearing Coat: Payment shall be made on
including expansion completion of wearing coat including
joints expansion joints complete in all respects as
specified.
(5) Miscellaneous Items 0.00% Miscellaneous: Payments shall be made on
like hand rails, crash completion of all miscellaneous works like
barrier, road markings hand rails, crash barriers, road markings
etc. etc. complete in all respects as specified.
(6) Wing walls/return 0.00% Wing walls/return walls: Payments shall
walls be made on completion of all wing
walls/return walls complete in all respects
as specified.
(7) Approaches 0.00% Approaches: Payments shall be made on
(including Retaining completion of all guide bunds/river
walls, stone pitching training works etc. complete in all respects
and protection works) 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 Competent Authority.

(2) The Schedule for exclusive tunnel projects may be prepared as per site
requirements before bidding with due approval of Competent Authority.
1.3.4 Other works.

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

Table 1.3.4

Stage of Payment Weightage Payment Procedure


1 2 3
(i) Toll Plaza 2.45% Unit of measurement is each completed
toll plaza. Payment of each toll plaza shall
be made on pro rata basis with respect to
the total of all toll plazas.
(ii) Road side drains 3.04% Unit of measurement is linear length in
km. Payment shall be made on pro rata
(iii) Road signs, markings, km 2.03% basis on completion of a stage in a length
stones, safety devices, of not less than 10% (ten per cent) of the
total length.
(iv) Project Facilities
a) Bus Bays 1.69%
b) Truck Lay-Byes 0.32%
c) Rest Areas 1.78%
d) Others 0.00% Payment shall be made on pro rata basis
i) ATMS 2.63% for completed facilities.
ii) Lighting 0.82%
e) Miscellaneous
i) Utility Ducts 0.10%
ii) Chequered Tiles 0.06%
f) Rain Water Harvesting 0.47% Cost of each Rain Water Harvesting Unit
shall be determined on pro- rata basis
with respect to the total number of Rain
Water Harvesting Unit. Payment shall be
made on the completion of Ten
Numbers.
(g) Road side Plantation 0.00% Unit of measurement is linear length.
(vi) Protection Works other Payment shall be made on pro rata basis
than approaches to the on completion of a stage in a length of not
bridges, elevated sections/ less than 10% (ten per cent) of the total
flyover/ grade separators and length.
ROBs/ RUBs
(a) Retaining Wall 0.00% Payments shall be made on pro rata basis
(b) Gabion Wall 0.00% on completion of 20% of the total area.
(c) Breast Wall 0.00%
(d) RE Wall/Boundary Wall 11.87%
Stage of Payment Weightage Payment Procedure
1 2 3
(vii) Safety and traffic 0.91%
Payment shall be made on prorate
management during
basis every six months.
construction
(viii) Junctions 3.10% Cost of each Junction shall be
determined on pro- rata basis with
respect to the total number of Junctions.
Payment shall be made on the
completion of Ten numbers.
(ix) Other miscellaneous works 7.24% Payment should be made on pro rata
including maintenance of road, basis on completion of each stage
site clearance etc
(x) Facility for Authority 0.44% Payment shall be made on pro rata basis
(Vehicle) for completed facilities.

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 installments in accordance with
the provisions of Clause 19.7.
SCHEDULE – I
(See Clauses 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.
Annex - I
(Schedule - I)

List of Drawings

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

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

b) Drawings of cross-drainage works & Bridges.,culverts

c) Drawings of slope protection and Retaining structures

d) Drawing of bus-bay and bus shelters.

e) Drawing of road furniture including traffic signage, marking, safety barriers etc.

f) Drawing of traffic diversion plan.

g) Drawings of street lighting.

h) Truck lay bye

i) Drawings for Drains


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 255th (Two hundred and Fifty
fifth) 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 438th (four hundred and
thirty eigth ) 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 35% (Thirty
Five per cent) of the Contract Price.

4 Project Milestone-III

4.1 Project Milestone-III shall occur on the date falling on the 620th (six hundred and
twentieth) 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 70% (Seventy
per cent) of the Contract Price.

5 Scheduled Completion Date

5.1 The Scheduled Completion Date shall occur on the 730th (Seven hundred and Thirtieth)
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.

6 Extension of time

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

(See Clause 12.1 (ii))

Tests on Completion

1. Schedule for Tests

(iv) 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.

(v) 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

(vi) 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 [***].

(vii) Riding quality test: Riding quality of each lane of the carriageway shall be checked with
the help of a Network Survey Vehicle (NSV) fitted with latest equipments and the
maximum permissible roughness for purposes of this Test shall be [2,000 (two
thousand)] mm for each kilometre.

(viii) Tests for bridges: All major and minor bridges shall be subjected to the rebound
hammer and ultrasonic pulse velocity tests, to be conducted in accordance with the
procedure described in Special Report No. 17: 1996 of the IRC Highway Research
Board on Nondestructive Testing Techniques, at two spots in every span, to be chosen
at random by the Authority’s Engineer. Bridges with a span of 15 (fifteen) metres or
more shall also be subjected to load testing.

(ix) Other tests: The Authority’s Engineer may require the Contractor to carry out or cause
to be carried additional tests, in accordance with Good Industry Practice, for
determining the compliance of the Project Highway with Specifications and Standards,
except tests as specified in clause 5,but shall include measuring the reflectivity of road
markings and road signs; and measuring the illumination level (lux) of lighting using
requisite testing equipment.

(x) 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.

(xi) Safety Audit: The Authority’s Engineer shall carry out, or cause to be carried out, a
safety audit to determine conformity of the Project Highway with the safety
requirements and Good Industry Practice.

3. Agency for conducting Tests

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

4. Completion Certificate

Upon successful completion of Tests, the Authority’s Engineer shall issue the
Completion Certificate in accordance with the provisions of Article 12.

5. The Authority Engineer will carry out tests with following equipment at his own cost
in the presence of contractor’s representative.

Sr. Key metrics of


Equipment to be used Frequency of condition survey
No. Asset

1 Surface Network Survey At least twice a year (As per survey


defects of Vehicle (NSV) months defined for the state basis
pavement rainy season)

2 Roughness Network Survey At least twice a year (As per survey


of pavement Vehicle (NSV) months defined for the state basis
rainy season)

3 Strength of Falling Weight At least once a year


pavement Deflectometer (FWD)

4 Bridges Mobile Bridge At least twice a year (As per survey


Inspection Unit months defined for the state basis
(MBU) rainy season)

5 Road signs Retro-reflectometer At least twice a year (As per survey


months defined for the state basis
rainy season)
The first testing with the help of NSV shall be conducted at the time of issue of
Completion Certificate.
SCHEDULE – L
(See Clause 12.2 and 12.4)

PROVISIONAL CERTIFICATE

[DELETED]
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 the Rehabilitation and Upgradation to 2-lane with paved
Shouders configuration of Beawar-Asind Section (km 30.000 to km 74.000) of NH-
158 in the State of Rajasthan under Green National Highways Corridor Project
(GNHCP) with the loan assistance of World Bank on EPC mode through
…………………. (Name of Contractor), hereby certify that the Tests in accordance
with Article 12 of the Agreement have been successfully undertaken to determine
compliance of the Project Highway with the provisions of the Agreement, and I am
satisfied that the Project Highway can be 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)
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:


Table 0-1
S. No. Item/Defect/Deficiency Percentage

(a) Carriageway/Pavement

(i) Potholes, cracks, other surface defects 15%

(ii) Repairs of Edges, Rutting 5%

(b) Road, Embankment, Cuttings, Shoulders

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

(ii) Deficient slopes, raincuts, disturbed pitching, vegetation 5%


growth, pruning of trees

(c) Bridges and Culverts

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


parapets, wearing course, footpaths, any damage to foundations

(ii) Any Defects in superstructures, bearings and sub-structures 10%

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


guideposts/crash barriers

(d) Roadside Drains


S. No. Item/Defect/Deficiency Percentage

(i) Cleaning and repair of drains 5%

(e) Road Furniture

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


markings, 200 m/km/5th km stones

(f) Miscellaneous Items

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


fallen trees, road blockades or malfunctioning of mobile crane

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

(g) Defects in Other Project Facilities 5%

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 non compliance for a particular


item/Defect/deficiency

The total amount of reduction shall be arrived at by summation of reductions for such
items/Defects/deficiency or non compliance.

For any Defect in a part of one kilometer, the non-conforming length shall be taken as
one kilometer.
SCHEDULE – N
(See Clause 18.1.1)

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.
Annex - I
(Schedule - N)

TERMS OF REFERENCE FOR AUTHORITY’S ENGINEER

1 Scope

1.1 These Terms of Reference (the “TOR”) for the Authority’s Engineer are being
specified pursuant to the EPC Agreement dated........... (the “Agreement), which has
been entered into between the Ministry of Road Transport & Highways, Transport
Bhawan, 1, Parliament Street, New Delhi 110001, (the “Authority”) and .......... (the
“Contractor”) for the Rehabilitation and Upgradation to 2-lane with paved
Shouders configuration of Beawar-Asind Section (km 30.000 to km 74.000) of NH-
158 in the State of Rajasthan under Green National Highways Corridor Project
(GNHCP) with the loan assistance of World Bank on EPC mode basis, 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

2.3 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.

2.4 The Authority’s Engineer shall perform the duties and exercise the authority in
accordance with the provisions of this Agreement, but subject to obtaining prior written
approval of the Authority before determining:

(a) any Time Extension;


(b) any additional cost to be paid by the Authority to the Contractor;

(c) the Termination Payment; or

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

2.5 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.

2.6 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.

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

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

4 Construction Period

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

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

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

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

4.5 The Authority’s Engineer shall grant written approval to the Contractor, where
necessary, for interruption and diversion of the flow of traffic in the existing lane(s) of
the Project Highway for purposes of maintenance during the Construction Period in
accordance with the provisions of Clause 10.4.

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

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

4.8 The Authority’s Engineer shall conduct the pre-construction review of manufacturer's
test reports and standard samples of manufactured Materials, and such other Materials
as the Authority’s Engineer may require.

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

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

4.11 The timing of tests referred to in Paragraph 4.9, and the criteria for acceptance/
rejection of their results shall be determined by the Authority’s Engineer in accordance
with the Quality Control Manuals. The tests shall be undertaken on a random sample
basis and shall be in addition to, and independent of, the tests that may be carried out
by the Contractor for its own quality assurance in accordance with Good Industry
Practice.
4.12 In the event that results of any tests conducted under Clause 11.10 establish any Defects
or deficiencies in the Works, the Authority’s Engineer shall require the Contractor
to carry out remedial measures.

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

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

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

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

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

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

5 Maintenance Period

5.1 The Authority’s Engineer shall aid and advise the Contractor in the preparation of its
monthly Maintenance Programme and for this purpose carry out a joint monthly
inspection with the Contractor.
5.2 The Authority’s Engineer shall undertake regular inspections, at least once every
month, to evaluate compliance with the Maintenance Requirements and submit a
Maintenance Inspection Report to the Authority and the Contractor.

5.3 The Authority’s Engineer shall specify the tests, if any, that the Contractor shall carry
out, or cause to be carried out, for the purpose of determining that the Project Highway
is in conformity with the Maintenance Requirements. It shall monitor and review the
results of such tests and the remedial measures, if any, taken by the Contractor in this
behalf.

5.4 In respect of any defect or deficiency referred to in Paragraph 3 of Schedule- E, the


Authority’s Engineer shall, in conformity with Good Industry Practice, specify the
permissible limit of deviation or deterioration with reference to the Specifications and
Standards and shall also specify the time limit for repair or rectification of any
deviation or deterioration beyond the permissible limit.

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

6 Determination of costs and time

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

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

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

7 Payments

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

7.2 Authority’s Engineer shall -

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

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

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

7.4 The Authority’s Engineer shall certify final payment within 30 (thirty) days of the
receipt of the final payment statement of Maintenance in accordance with the provisions
of Clause 19.16.

8 Other duties and functions

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

9 Miscellaneous

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


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

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

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

9.4 The Authority’s Engineer, if called upon by the Authority or the Contractor or both,
shall mediate and assist the Parties in arriving at an amicable settlement of any Dispute
between the Parties.
9.5 The Authority’s Engineer shall inform the Authority and the Contractor of any
event of Contractor’s Default within one week of its occurrence.
SCHEDULE – O
(See Clauses 19.5.1, 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.
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 brought onto the Site
by the Contractor, for a sum sufficient to provide for their replacement at the Site.

1.2 The insurance under paragraph 1.1 (a) and (b) above shall cover the Authority and the
Contractor against all loss or damage from 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 1 and 2 of this Schedule
or to any person (except persons insured under Clause 20.9), which may arise out of the
Contractor's performance of this Agreement. This insurance shall be for a limit per
occurrence of not less than the amount stated below with no limit on the number of
occurrences.

The insurance cover shall be not less than: Rs. 2.00 Cr (Rupees two crores only).

3.2 The insurance shall be extended to cover liability for all loss and damage to the Authority's
property arising out of the Contractor’s performance of this Agreement excluding:

(a) the Authority's right to have the construction works executed on, over, under, in
or through any land, and to occupy this land for the Works; and

(b) damage which is an unavoidable result of the Contractor's obligations to execute


the Works.

4. Insurance to be in joint names

The insurance under paragraphs 1 to 3 above shall be in the joint names of the Contractor
and the Authority.
Schedule-Q
(See Clause 14.10)

Tests on Completion of Maintenance Period

Riding Quality test:

Riding quality test: Riding quality of each lane of the carriageway shall be
checked with the help of a calibrated bump integrator and the maximum
permissible roughness for purposes of this Test shall be [2,200 (two thousand and
two hundred only)] mm for each kilometer.

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 measurement of cracking, rutting, stripping and potholes and
shall be as per the requirement of maintenance mentioned in Schedule-E.
SCHEDULE-R
(See Clause 14.10)

Taking Over Certificate


A.

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


in accordance with the Agreement dated ………… (the “Agreement”), for [construction of the
****section (km ** to km **) of State Highway No. ***] (the “Project Highway”) on Engineering,
Procurement and Construction (EPC) basis through …………………. (Name of Contractor),
hereby certify that the Tests on completion of Maintenance Period in accordance with Article 14
of the Agreement have been successfully undertaken to determine compliance of the Project
Highway with the provisions of the Agreement and I hereby certify that the Authority has taken
over the Project highway from the Contractor on this day.........

SIGNED, SEALED AND DELIVERED

(Signature)

(Name and designation of Authority’s Representative)

(Address)
SCHEDULE-S
(See Clause 17.7.2)

B. Performance Certificate

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


in accordance with the Agreement dated ………… (the “Agreement”), for [construction of the
****section (km ** to km **) of State Highway No. ***] (the “Project Highway”) on
Engineering, Procurement and Construction (EPC) basis through …………………. (Name of
Contractor), hereby certify that the Contractor has discharged all its obligations under the
Agreement and in accordance with Article 17 of the Agreement I hereby issue Performance
Certificate to the Contractor on this day.........

SIGNED, SEALED AND DELIVERED

(Signature)

(Name and designation of Authority’s Representative)

(Address)

You might also like