Existing Provision Provision: Providing

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 21

NameofWork:Operation and Maintenance of “Atal Bihari Vajpayee Sewri – Nhava Sheva Atal Setu” (MTHL) Project

CORRIGENDUMNo-1:
Corrigendum-1 shall form part of Contract
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
1 Volume-I, Section – 1, Similar works experience Similar works experience
NIT, Similar Work Successfully completed or substantially completed similar* Successfully completed or substantially completed
Experience, Page 4 works during the last ten years ending the last day of the monthsimilar* works during the last ten years ending the
previous to the one in which Bids are invited should be either of
last day of the month previous to the one in which
the following: Bids are invited should be either of the following:
(i) One similar* completed work costing not less than ₹ 43 Cr OR(i) One similar* completed work costing not less
(ii) Two similar* completed works costing not less than ₹ 27 Cr than ₹ 41 Cr OR
OR (ii) Two similar* completed works costing not less
(iii) Three similar* completed works costing not less than ₹ 22 than ₹ 26 Cr OR
Cr (iii) Three similar* completed works costing not
* “Similar work” means Operation and Maintenance of minimum less than ₹ 21 Cr
four-lane expressways/highways. * “Similar work” means Operation and
Maintenance of minimum four-lane
expressways/highways.
2 Section8, General obligations of O&M Work: General obligations of O&M Work:
8.0. Scope of Operation and Maintenance of the Project Corridor including Operation and Maintenance of the Project Corridor
Works, General Maintenance of Civil, MEP and operation of ITS(ATMS) works. including Maintenance of Civil, MEP and operation
Obligations of O Routine/Periodical Inspection works of entire project corridor of ITS(ATMS) works.
&M Work and all structural elements as per the O&M Manual. Also, O&M Routine/Periodical Inspection works of entire
Page no. - 149 Contractor has to provide access using the existing platform or project corridor and all structural elements as per
any other arrangement during the inspection as approved by the the O&M Manual. Also, O&M Contractor has to
Engineer/Employer to all contractors/employee personnel. provide access using the existing platform or any
Providing patrolling for the project corridor round the other arrangement during the inspection as

Page 1 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
clock for safe, smooth and uninterrupted flow of traffic on approved by the Engineer/Employer to all
the project facility during normal operating conditions. contractors/employee personnel.
No parking shall be allowed on the Project Bridge including No parking shall be allowed on the Project Bridge
approaches except designated places. including approaches except designated places.
Minimizing disruption to traffic in the event of accidents or Preventing any encroachment or any unauthorized
any other incidents which affects the safety and the project use of the project facility with the assistance of
facility by providing a rapid and effective response and concerned law enforcement agencies.
maintaining liaison with emergency services of the State. Liaising with law enforcement agencies and local
Providing first aid medical assistance to accident victims Administrative Authorities for safety of road users
and immediate transportation to nearby Hospitals. and smooth operation..
Removal of any debris or dead animals immediately for safe Supervision of operation activities to ensure
passage of traffic. uninterrupted efficient traffic management
Preventing any encroachment or any unauthorized use of the customer interaction to take their views in case of
project facility with the assistance of concerned law difficulties and suggestions for improvement of
enforcement agencies. facilities for commuters, public dealing to have safe
Liaising with law enforcement agencies and local Administrative and peaceful operation of the entire stretch.
Authorities for safety of road users and smooth operation.. Protection of the environment and procurement of
Supervision of operation activities to ensure uninterrupted equipment & materials accordingly.
efficient traffic management customer interaction to take their Maintaining a public relation unit to interface with
views in case of difficulties and suggestions for improvement of and attend to suggestions from the users,
facilities for commuters, public dealing to have safe and peaceful government agencies, media and others.
operation of the entire stretch. Complying with safety requirements as per the
Protection of the environment and procurement of equipment & Contract Agreement.
materials accordingly. O&M Contractor shall have to maintain the list of
Maintaining a public relation unit to interface with and attend to inventories and procure spare parts for
suggestions from the users, government agencies, media and maintenance including for emergencies based on
others. their own assessment which are not covered under

Page 2 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
Complying with safety requirements as per the Contract DLP. Quarterly status report should be submitted
Agreement. to MMRDA on the same.
O&M Contractor shall have to maintain the list of inventories All necessary office equipment, consumables shall
and procure spare parts for maintenance including for be arranged as required. Pantry shall be set up in
emergencies based on their own assessment which are not office for their employee welfare.
covered under DLP. Quarterly status report should be submitted All vehicles deployed for the Project work shall
to MMRDA on the same. have MMRDA logo & name displayed as well. The
All necessary office equipment, consumables shall be arranged O&M contractor is required to conduct routine
as required. Pantry shall be set up in office for their employee maintenance on all equipment and vehicles and
welfare. ensure they are in good and operational condition.
One first aid dispensary with one paramedical staff shall be The maintenance contractor is responsible for
set up in the office of O&M Contractor for ad hoc emergency. immediate replacement if equipment and vehicles
All vehicles deployed for the Project work shall have MMRDA are not able to repair or may take long time to
logo & name displayed as well. The O&M contractor is required repair.
to conduct routine maintenance on all equipment and vehicles If any contractual obligation is not met, it shall be
and ensure they are in good and operational condition. The dealt with risk and cost of the contractor.
maintenance contractor is responsible for immediate O&M Contractor has to arrange combat operation
replacement if equipment and vehicles are not able to repair or against mosquito, rodent, termite etc.
may take long time to repair. Water management for the entire project stretch
If any contractual obligation is not met, it shall be dealt with risk and facilities shall be arranged.
and cost of the contractor. The Contractor shall purchase Comprehensive
O&M Contractor has to arrange combat operation against insurance for all equipment part of the works for
mosquito, rodent, termite etc. any loss or damage due to any incident related to
Water management for the entire project stretch and facilities Operation and Maintenance. However, the O&M
shall be arranged. Contractor will immediately replace the damaged
The Contractor shall purchase Comprehensive insurance for all equipment without affecting the service level and
equipment part of the works for any loss or damage due to any may prepare his claim for reimbursement from the

Page 3 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
incident related to Operation and Maintenance. However, the insurance company in due course.
O&M Contractor will immediately replace the damaged Failure of any obligation, the works shall be
equipment without affecting the service level and may prepare procured at risk and cost of the contractor.
his claim for reimbursement from the insurance company in due MMRDA will appoint GC/Engineer/PMC for
course. supervision of the O&M work during and after DLP.
Failure of any obligation, the works shall be procured at risk and The O&M Contractor has to oblige the decision of
cost of the contractor. the GC/Engineer/PMC or MMRDA for the
MMRDA will appoint GC/Engineer/PMC for supervision of the Operation and Maintenance work.
O&M work during and after DLP. The O&M Contractor has to Rectification of all defects which are not covered
oblige the decision of the GC/Engineer/PMC or MMRDA for the under DLP contract.
Operation and Maintenance work.
Rectification of all defects which are not covered under DLP
contract.

3 Section 8 The O&M Contractor shall maintain and display Toll-Free The following sub section are deleted –
8.6. Incident Help line number and other necessary information on - 8.6.1
Management VMS boards for the assistance and awareness of commuters. - 8.6.2
Page no. 168 For any incident, the ATMS Control room will alert the - 8.6.3
patrolling/response team, Ambulance, Towing vehicle etc. to
reach the spot.
8.6.1 Carrying out Route Patrolling and Incident
Management
Carrying out route patrolling daily on the project highway as
per directions and contract provision including Route Patrol
officer, driver, helpers, necessary safety equipment (Traffic
cones with reflective tapes, water filled plastic barriers,
flashing lights etc). All safety equipment as per MORTH/Codes

Page 4 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
requirement if diversions only. The Contractor shall provide
the required manpower for 24-hour operations of Patrolling
vehicles. Patrolling vehicle and its fuel shall be provided by
Contractor. The contractor shall maintain the Logbooks for
each shift and same will be verified by Engineer. The scope
also includes removing surplus damage material left over by
accident vehicle, dead animals/ birds or otherwise lying on the
road clearing & allowing safe traffic flow as per the
requirement and as directed by the Engineer In charge.
8.6.2 Providing Emergency Medical and Ambulance
services.
Carrying out Ambulance operations daily on the Project
Highway during Accident or as per site requirement as
directed by Engineer. Contractor shall provide qualified
Drivers, Paramedic Staff, attendants/ helpers, for round the
clock efficient operation of Ambulance units. Ambulance and
Fuel shall be provided by Contractor. The contractor shall
maintain the Logbooks for each shift and same will be verified
by Engineer.
Contractor will provide & maintain necessary medicines in the
ambulance and replace them after expiry.
Contractor shall regularly maintain all the medical
equipment provided in the ambulance.
8.6.3 Crane Services
Carrying out recovery crane operations as per daily on the
Project Highway during Accidents or as per site requirement
as directed by Engineer. Crane along with fuel will be provided

Page 5 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
by Contractor. However, Contractor shall provide required
operators and helper for efficient operations including
providing & maintaining necessary tools and tackles as per
requirement of Concession Agreement. The contractor shall
maintain the Logbooks for each shift and same will be verified
by Engineer.
8.6.4 The numbers of Incident Management Vehicles that the
Contractor need to provide at site are as follows:
Name of the Equipment Quantity
1. Patrol vehicles
2. Ambulances
3. Tow away vehicles
4 Section 8 Item Emergency Measure Maximum Entire Table is Deleted.
Table 8.10. response ment and Response ectificationSt
Performance time Detection Time andard
Road First Route Removal As per
based
patrols and Incident PatrolReg of maintenance
activity for surveillance, Respond ular accidente standard as
Incident automobile time 5mins. patrolling d/damage provided in
Management assistance, at least d vehicles Section 9
System tow away Subsequent once in 2 within 1
(IMS) cranes and level of hours for hour after
ambulance respond entire Police
Page no. 182
services as time length of Inspectio
per the against. theProject n
Specification  Hospital . Removal
Provided in -8mins of dead
Section 9.  Fire animals/b
Depart irds and
ment- burying at

Page 6 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
8mins suitable
 Police- locationw
8mins ithin one
 Helicopt hour.
er-
20mins
 Special
Equipm
ent and
Material
Supplie
r-
25mins
 Ambula
nce-
8mins
 Tow
Vehicle-
8mins
5 Section 8 Sr No. Designation No Sr No. Designation No
Table 8.16 Manpower Chief Traffic
1 1 Chief Traffic
Requirement for ITS Manager 1 1
Manager
Page no. 189 Traffic Manager
2 (ATMS Control 1 Traffic
Room) Manager
2 1
Chief ITS (ATMS Control
3 1
Engineer Room)
Assistant
4 4 Chief ITS
Manager Traffic 3 1
Engineer

Page 7 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
5 ITS Engineer 4 Assistant
ATMS Control 4 Manager 4
6 24
Room Operator Traffic
7 HR & Admin 2 5 ITS Engineer 4
Paramedical
8 4 ATMS Control
staff
6 Room 24
9 Storekeeper 2
Operator
10 Electrician 8
7 HR & Admin 2
8 Storekeeper 2
9 Electrician 8
6 Section 8 Sl. No. Name of Essential Minimum Sl. No. Name of Essential Minimum
Requirement of Contractor’s Equipment No. Contractor’s No.
Equipment for Operation 1. Road sweeping machine 4 Equipment
& Maintenance Works 1. Road sweeping machine 4
2. Sweeping Machine for Toll 5
Page no. 190 2. Sweeping Machine for 5
Plaza Building
Toll Plaza Building
3. Tyre Mounted Crane 4
3. Tyre Mounted Crane 4
4. Motorboat 2 4. Motorboat 2
5. Static Roller (8/10 T) 2 5. Static Roller (8/10 T) 2
6. Small Roller/Compactor 2
6. Small Roller/Compactor 2
7. Bitumen/emulsion 1
7. Bitumen/emulsion sprayer 1 sprayer
Mechanical Broom (1250 Mechanical Broom
8. 2 8. 2
sqm per hour) (1250 sqm per hour)
9. Air compressor 2

Page 8 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
9. Air compressor 2 10. Grader/Backhoe loader 2

10. Grader/Backhoe loader 2 High Pressure water Jet


11. 2
Maintenance Vehicle
High Pressure water Jet
11. 2 12. Dewatering Pumps 2
Maintenance Vehicle
12. Dewatering Pumps 2 13. Tipper/dumps Truck 4
Tipper/dumps Truck Hot mix plant (6/10
13. 4
14. T/Hr capacity) with 1
Hot mix plant (6/10 T/Hr
indirect heating
14. capacity) with indirect 1
15. Truck mounted manlift 2
heating
Ambulance with all *Mobile Bridge
15. 2 16. 2
support system Inspection Unit
Patrolling Vehicles Truck Mounted
16. 3 17. 2
Attenuator
17. Truck mounted manlift 2
18. Towing Vehicle 2
*Mobile Bridge Inspection
18. 2
Unit
19. Truck Mounted Attenuator 2

20. Towing Vehicle 2


Shuttle Bus (low floor
21. similar to Airport Apron 2
Shuttle Bus)
7 Section 9 Specifications for Incident Management System (IMS) The entire section 9.4. is deleted.
9.4. Specifications for Contractor to provide road patrols and surveillance, automobile
Incident Management assistance, tow away cranes andambulance services (Incident
System (IMS) Management). A toll-free no shall be displayed in the VMS

Page 9 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
Page no. 205 boards for assistance of Commuters.
i. The Contractor shall set up and maintain an Incident
Management System (IMS) andsupply regular incident
statistics to the Employer.
Incident Management entails a set of coordinated activities
initiatedby the Contractor when anincident (an extraordinary
event resulting in the reduction of road capacity or creates a
hazardfor users) occurs, in order to minimize the effects of
the incident and restore normal capacity andsafety levels to
all affected road facilities as efficiently as possible.
The Contractor has to identify relevant agencies (e.g., rescue,
fire, hazardous materials, traffic,police, ambulance, hospitals,
alternative routes, cleanups) and their representatives and to
liaisewith these representatives on behalf of the Employer.
The Incident Management Centre on the project highway
(minimum 500 sqm.) shall becontinuously staffed on a 24-
hour basis. The Contractor shall maintain records of the
detailsof all incidents (e.g., collision, hazardous material,
breakdown, etc. After occurrence of anymajor incident,
resulting in multiple loss of life, significant periods of road
closure or majorroute rehabilitation work, an incident
debriefing report shall be produced and forwarded to
theEmployer within 24 hours of occurrence. The Incident
Management Centre shall monitor thelocation of route of
incident management vehicles/rescue operation vehicles
through VehicleTracking System (VTS) on continuous basis.
The Contractor will keep a record of the removed

Page 10 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
accident/damaged vehicles by taking a datedphotograph of
the same and will submit the report on weekly basis to the
Employer/Engineer.
Within 1hr of the incident, the Contractor will remove dead
animals/birds from the carriageway and bury them at a
suitablelocation as directed by the Engineer/Employer and
accidentvehicles/Debris after police inspection. If the
Contractor fails to remove the deadanimals/birds and
accident vehicles/debris from the carriageway within
specified time of theincident, he will be levied a penalty as per
Clause 12.11 of Section 12 for such incident.
The Route Patrol Vehicle, Ambulance and Crane shall be
equipped (for 24 x7 period and totalduration of contract)
with Vehicle Tracking System, equipment/medicines as
mentioned in thisClause.
ii. Route Patrols
The Contractor is required to provide 24 hours per day route
patrols to assist the road usersof the highway, to provide
information, feedback and perform functions in relation to
incidentmanagement. To achieve this, the Patrol vehicles
fitted with VTS should be fully equipped aswell as the patrol
persons should be adequately trained in traffic management,
road safety andprimary first aid. The purpose of these patrols
is to:
 Provide the users of the highway with basic mechanical
help for vehicles thatbreakdown on the road and also
protect other users from such vehicles.

Page 11 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
 Immediately identify traffic hazards of whatever nature,
such as unauthorized parking,public transport vehicles,
obstructing traffic during passenger loading and
unloading,debris, stray animals and the like. The operator
shall take the necessary measures toremove such
obstructions.
 Provide emergency management at accident scenes until
such time as the appropriateauthorities arrive.
 Assist with the removal of damaged or mechanically
impaired vehicles from the highway.
 Observe, record and report suspect aspects of the
highway, hazards and incidentaldamage caused by
vehicles, floods, storms or other random events, such that
thehighway maintenance records, and database are
continuously improved.
iii. Patrol Vehicles/Rescue Vehicles
Vehicles should be fully covered having sufficient space for
the required equipment storage,fitted with rotating light
and hooter, and painted with approved unique colour
pattern for quickrecognition, with the Employer name and
emblem painted prominently on sides, back and
front,together with the control centre and Helpline
numbers. Vehicles should be in good condition
andregistration number not older than two years.
Each vehicle should also carry the following equipment.
a) Fire extinguisher 1 no.
b) Gas cutter with protective glass (2 Nos.)

Page 12 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
c) Liquid container 2 nos. Water container with fresh water
1 no Funnel
d) Rubber Gloves, Leather Gloves (1 pair, each)
e) Brooms on hard bristle, other soft-2 nos.
f) Gum boot 4 pair, Raincoat 4 pairs, Blanket 1.
g) Torch lights – 4nos. Spare Batteries, Flashing light 1 no.
h) Hydraulic jack, towing chain, animal hook, rope
i) Tool set (with standard set of spanners, pliers, hammer
etc.) shovels.
j) Battery charger, jumper cables
k) Diamond cutter and chain saw (for cutting metal,
reinforced concrete and wood) crowbar (16”)
l) Digital Camera, measuring tape.
m) Paper pad, Forms, pen/pencils, folders.
n)First aid kit, Raincoat, waterproof sheets, stretchers (two
numbers)
o) List of hospitals.
Each vehicle should also carry the following traffic
management equipment, (used/worn outitems shall be
replaced forthwith with new ones.)
a) Signboards – “Accident ahead” – 3 nos. “Lane merging” – 3
nos “Direction Arrows” –3 nos. “Speed Limit” (80/60/40)-
3 nos.” keep left/right- 2 nos. (all signs 1200 mm sizeand
of retro reflective type (high Intensity grade)
b) Sign stand set (one for triangular and other for circular
sign) 6 sets.
c) Flags, whistle, reflective hand signal.

Page 13 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
d) Traffic cones 500 mm size with solar bulb mounted on
top-20 Nos.
e) Barricades 4 Nos. reflective type 100 m, tape, stands, flags
of 600 mm by 600 mm made of good read cloth secured to
a staff at 1M length, Paddles of at least 600 mmwide and
provided with rigid handle and marking SLOW, STOP.
f) As a minimum, each patrol vehicle should carry sufficient
communication equipmentto render its staff capable of
direct communication with the incident
ManagementControl Center established.

Manpower
The team, which is to be deployed with each patrol vehicle,
shall be given adequate training fortheir tasks, especially in
first aid, vehicle maintenance and minor repairs. The
Contractor mustemploy sufficient manpower to work in
shifts for each patrol vehicle. Typical staffing shall be:
a) Route Patrol in-Charge
b) Route Patrol Assistance
c) Driver with knowledge of vehicle repairs
Typical duties of the Route Patrol in-Charge are: -
a) Patrol the corridor to ensure obstruction free flow as
per shift standards.
b) To report to police and assist injuredat accident scene
and remove all obstructionsfrom road when the
vehicles are cleared.
c) To provide first aid to injured, contact control room

Page 14 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
andambulance service if needed,assist police.
d) Report all incidents on radio control, to control room.
e) To ensure safety of traffic with minimal delay at
accidents.
f) To assist motorists on broken down vehicles and to
ensure that they do not obstructfree flow.
g) Maintain relations with all emergency services, and
local safety councils.
h) To report carriageway condition of drainage, ROW
plantations, median plantation etc.
i) Check on Encroachment irregularities taking place
within ROW, and preventunauthorized entry into the
corridor.
j) Prevent theft of assets and report
k) Attend to urgent maintenance for safety requirements.
All times, the Route Patrol In-Charge should have with
him a list of telephone numbers andaddress of all
concerned in providing the road users services.
On duty, all staff shall wear distinctive standard jackets
having company LOGO, with night visibility.They are to
deal with public and hence should be well trained and
advised to be courteous andhelpful.
Number of Patrol Vehicles shall be as given in Contract
Document.
iv. Ambulance
The vehicle shall bematador van/Swaraj Mazda/Tempo
Travelers or equipment with approvedcolour pattern

Page 15 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
with the provision of two stretchers, fitted with rotating
lightfor easy recognitionwith Road Authority name and
emblem painted prominently on sides, back and front,
togetherwith control center help numbers. The
ambulance is required to have the necessary
medicinesand equipment and also the paramedical staff.
The vehicles fitted with VTS should be in goodcondition
and registration number not older than two years. The
vehicle shall run minimum 5 kmdaily (even for dry run),
to be eligible for monthly payment.
A. General Ambulance:
Folding Doctor Seat with Belt with adequate height in
relation to the stretcher,Antistatic, water proof ply
board viny/flooring, Channel/locking system for
rollingstretcher, High intensity blinkers, light
bar/siren/beacon, Electronic siren withPublic
Addressing System, Internal lighting with three spot light
embedded inceiling, AC/DC connection and outlet points,
wash basin with stainless steelTank, SS Trash bin cabinet
integrated with interiors, Head racks and
cupboard,Attendant seat with seat belt to double as
second stretcher for stable patients.Provision for
communication system where the location of ambulance
can beidentified, Provision for fog light on sides,
Cool/Warm boxes, Provision of FireExtinguishers,
Handled Spotlight, Inverter with facility re-charging from
220V ACand vehicle’s alternative. Oxygen delivery

Page 16 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
system comprising of cylinder trolley,pressure tubing
with regulators, roof mounted Air –Conditioner with
appropriatecooling capacity with additional blower for
patient cabin, Extrication equipmentand good
suspension to cater for smooth transportation.
B. Basic Life Support System
Automatic loading stretcher, scoop stretcher, folding
stretcher, spine board fullvacuum splint kit/foldable
splints, C-Collars, Oxygen Cylinder with
accessoriesmounted/with manifold and pressure
indictors, Oxygen Cylinder (aluminumportable), BP
Instruments (Wall mounted-Aneroid), Stethoscope,
Automaticdefibrillator, Resuscitations bag (ambu bag,
laryngoscope, airways and mask ofdifferent size
including pediatric), manual foot operated suction pump.
I.V. Fluidand I.V. Sets, Tourniquet, First-Aid Box
(Dressing material/Antiseptic lotion/Analgesic etc.)
Linen/Blanket, Laryngeal mask airway of all sizes.
The following paramedical staff are required with
proper uniform and name ofthe person written on the
uniform:
Trained Paramedical staff
Nursing staff with knowledge of first aid
Driver for ambulance
Number of Ambulance shall be provided as given
in Bid Document.
v. Tow Away Vehicle

Page 17 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
The vehicle fitted with VTS shall be in good condition
and registration number not older than2 years. The
vehicle shall be painted with approved color pattern
with road authority name andemblem painted sides,
back and front. The Contractor must employ following
manpower to workin shifts:
a) Driver with knowledge of vehicle repair
b) A helper

The vehicle shall run minimum 5 km daily (even for dry


run), to be eligible for monthly payment.Number of Tow
Away Vehicles shall be provided as given in Bid
Document.
vi. In case of absence/deficiencies in respect of
vehicles/manpower/equipment, asmentioned herein,
found during inspection by Engineer/Authority
Representative, a penalty per incidence as per Clause
12.11 of Section-12 shall be levied.

8 Section 9 List of incidents 9.6.22. Incident report format


List of incidents
Page no. 246
9 Section 12 Sr. Item Defect/Deficiency Percentage Sr Item Defect/Deficienc Percentage
12.11 Payment reduction no no y
for non-compliance with (a) Carriageway and (i)Potholes, 0.1% (a) Carriag (i)Potholes, 0.1%
the Maintenance Pavement Cracks, Other eway Cracks, Other
Requirements Surface defects and Surface defects

Page 18 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
(ii) Repairs of 0.1% Paveme (ii) Repairs of 0.1%
Edges, Rutting nt Edges, Rutting
(b) Road, (i) Edge drop, 0.1% (b) Road, (i) Edge drop, 0.1%
Embankment inadequate cross Embank inadequate
and Shoulders fall, undulations, ment cross fall,
settlement, and undulations,
potholes, ponding, Shoulde settlement,
obstructions rs potholes,
ponding,
(ii) Deficient 0.1% obstructions
slopes, rain cuts,
disturbed pitching, (ii) Deficient 0.1%
vegetation slopes, rain cuts,
growth, pruning of disturbed
trees. pitching,
vegetation
(c) Bridges, Viaduct, (i) Desilting, 0.5% growth, pruning
Ramps and cleaning. of trees.
Culverts etc. vegetation growth,
damaged pitching, (c) Bridges, (i) Desilting, 0.5%
flooring, parapets, Viaduct, cleaning.
wearing course, Ramps vegetation
footpaths, any and growth,
damage to Culvert damaged
foundations s etc. pitching,
(ii) Any Defects in 0.5% flooring,
superstructures, parapets,

Page 19 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
bearings and sub- wearing course,
structures footpaths, any
(iii) Painting, 0.1% damage to
repairs/replaceme foundations
nt kerbs, railings,
parapets, (ii) Any Defects 0.5%
guideposts/crash in
barriers superstructures,
bearings and
sub-structures
d Roadside Drains (i) Cleaning and 0.1%
repair of drains (iii) Painting, 0.1%
repairs/replace
e Road Furniture (i) Cleaning, 0.1%
ment kerbs,
painting,
railings,
replacement of
parapets,
road signs,
guideposts/cras
delineators, road
h barriers
markings, 200
m/km/5th km
stones d Roadsid (i) Cleaning and 0.1%
e repair of drains
f Miscellaneous (i) Removal of 0.5%
Drains
(i) Items dead animals,
broken e Road (i) Cleaning, 0.1%
down/accidented Furnitu painting,
vehicles, re replacement of
fallen trees, road road signs,
blockades or delineators,
malfunctioning of road
markings, 200

Page 20 of 21
Sr. TenderReference Page Existing provision AmendedProvision
No No. /
ClauseNo.
mobile crane. m/km/5th km
stones

(ii) Defects 0.1%


in Other
(ii) Defects in Other 0.1% Facilitie
Facilities s
g Delay in All defects 0.5% f Delay in All defects 0.5%
inspection and inspecti
maintenance of on and
OSD Activities mainte
i Service Deficiency of 5% of nance
response time Services Monthly of OSD
Commitment shouldn’t below Maintenance Activiti
on Incident 1% of the Cost es
Management Monthly data
(Table 8.10 of
Sec-8)

Page 21 of 21

You might also like