0% found this document useful (0 votes)
68 views

Corrected EPC Scheduled

The document provides details on the site of a two-lane highway project in Assam, India. It includes the land, existing carriageway, structures, and other elements within the project site. Specifically, it describes the 22 km stretch between chainages 135-138, 157-171, and 177-182. It lists the existing right of way widths and land uses along the stretches. It also provides details on the existing carriageway, major and minor bridges, railway crossings, and culverts within the project site.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
68 views

Corrected EPC Scheduled

The document provides details on the site of a two-lane highway project in Assam, India. It includes the land, existing carriageway, structures, and other elements within the project site. Specifically, it describes the 22 km stretch between chainages 135-138, 157-171, and 177-182. It lists the existing right of way widths and land uses along the stretches. It also provides details on the existing carriageway, major and minor bridges, railway crossings, and culverts within the project site.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
You are on page 1/ 49

SCHEDULE – A

SITE OF THE PROJECT

1 The Site

1.1 The site of the Two-Lane Project Highway 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 Project Highway “Strengthening with construction of paved shoulder from
km 135/00 to 138/00,km 157/00 to 171/00 & km 177/00 to 182/00 (Total Length =22.000Km) of
NH -52 (New NH-15) for the year of 2017-18 under Nagaon NH Division, Nagaon in the State of
Assam” .Project Highway comprises the section of NH-15 commencing from km 135/00 to
138/00, km157/00 to 171/00 i.e. Mission Chariali to Dekargaon, Manshree to Dhalaibeel section
and from km 177/00 to km 182/00 i.e. Sologuri to Jamugurihat in Sonitpur district in the state of
Assam. The land, carriageway and structures comprising the site are described below.

2. Land

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

S. No. Chainage (km) Existing Row (m) Land use


Chainage Chainage
(from) (to)
Built up area/
1 135.000 136.000 17 Residence
2 136.000 137.000 17 Semi urban/ Residence
Built-up, semi built-up and
3 137.000 138.000 30 Residence
4 157.000 158.000 30 Agriculture/ Residence
5 158.000 159.000 30 Agriculture/ Residence
6 159.000 160.000 30 Built-up/ Residence
7 160.000 161.000 30 Agriculture,/Built up
30 Agriculture/
8 161.000 162.000 Residence/Built up
9 162.000 163.000 30 Built up / Residence
30 Agriculture/ Country
10 163.000 164.000 yard
30 Agriculture/ Country
11 164.000 165.000 yard
35 Agriculture/ Country
12 165.000 166.000 yard
30 Semi built-up/
13 166.000 167.000 Residence
14 167.000 168.000 16 Agriculture/ Residence
15 168.000 169.000 24 Agriculture/ Residence
16 169.000 170.000 27 Agriculture/ Residence
17 170.000 171.000 30 Built up/Residence
18 177.000 178.000 16 Residence
19 178.000 179.000 16 Residence
20 179.000 180.000 16 Semi built-up/
Residence
21 180.000 181.000 30 Built-up/ Residence
22 181.000 182.000 30 Built-up/ Residence

3. Carriageway
The present carriageway of the Project Highway is Double Lane of 6.70 m width. The
type of the existing pavement is flexible. Existing pavement is in fair condition. The width of
existing Earthen shoulder is 1.65 m each side.

4. Major Bridges

There is one Major bridge within the project stretches.

Sl. Chainage Type of Structure No. of


Width
No. (km) Foundation Sub- Super- Spans with
(m)
Structure Structure span
length (m)
(1x16.60+
6x39.60+1
1 165.003 Well RCC RCC x49.00+6x 7.50
42.10)L=
625.40

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

The site has no ROB and RUB:

S.No. Chainage Type of Structure No. of Width ROB/


(km) Foundation Superstructure Spans with (m) RUB
span
length (m)
--------------------------------------NIL----------------------------------

6. Grade separators:

The Site has no grade separators:

Type of Structure No. of


Chainage Width
Foundation Superstructure Spans with
S.No. (km) (m)
span
length (m)

--------------------------------------NIL----------------------------------

7. Minor bridges

The Site includes the following minor bridges:

Sl. Chainage Type of Structure No. of


Width
No. (km) Foundation Sub- Super- Spans with
(m)
Structure Structure span
length (m)
1 167.221 Open RCC RCC 1 x 58.00 8.40
2 181.740 Open RCC RCC 2 x 8.90 8.40

8 Railway level crossings

The Site has one railway level crossing:

S. No. Location (km)/ Ch. Remarks


1 160.600 km Place-Khanamukh

9 Underpasses (vehicular, non vehicular)

The Site has no any vehicular/ non-vehicular underpasses:

S. No. Chainage Type of Structure No. of Spans with Width


(km) span length (m) (m)

--------------------------------------NIL----------------------------------

10 Culverts

The Site has the following culverts:

Sl. Chainage Type of Span /Opening with Width


No. (km) Culvert span length (m) (m)

1 135/150 RCC Slab 1x2.50M 11.60


2 135/210 RCC Slab 1x2.50M 11.60
3 136/175 RCC Slab 1x4.60M 11.60
4 136/550 RCC Slab 1x4.60M 11.60
5 136/950 RCC Slab 1x3.90M 11.60
6 137/780 RCC Slab 1x2.40M 11.60
7 157/075 RCC Box 1x3.00M 11.60
8 158/925 RCC Slab 1x3.10M 11.60
9 160/080 RCC Box 1x1.50M 11.60
10 160/640 RCC Box 1x1.50M 11.60
11 161/050 RCC Box 1x1.50M 11.60
12 161/550 RCC Box 1x1.50M 11.60
13 161/900 RCC Box 1x3.50M 11.60
14 162/600 RCC Box 1x3.60M 11.60
15 166/250 RCC Slab 1x6.70M 11.60
16 166/750 RCC Slab 1x2.00M 11.60
17 167/750 RCC Slab 1x3.70M 11.60
18 169/150 RCC Box 1x7.30M 11.60
19 170/510 RCC Box 1x1.00M 11.60
20 177/550 RCC Slab 1x6.00M 11.60
21 179/580 RCC Slab 1x4.60M 11.60
22 181.150 RCC Box 1x2.00M 11.60
23 181.185 RCC Box 1x2.00M 11.60
11 Bus bays

There is no bus bay within the stretches.

S. No. Chainage (km) Length (m) Left Hand Right Hand Side
Side

--------------------------------------------------------------NIL --------------------------------------------------------

12 Truck Lay byes

There is no truck lay byes within the stretches.

S. No. Chainage (km) Length (m) Left Hand Right Hand


Side Side

--------------------------------------NIL----------------------------------

13) Road side drains

The details of the roadside drains are as follows:

Sl. Location Type


No.
From km to km Masonry/cc Earthen
(Pucca) (M) (Kutcha)(M)
--------------------------------------NIL----------------------------------

14) Major junctions

There is no any major junction within the project stretch.

Sl. Location At Separated Category of Cross Road


No. From to grade NH SH MDR Others
km km

--------------------------------------NIL----------------------------------

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

15) Minor junctions

The details of the minor junctions are as follows:

S. Location Type
No.
From km To km T -junction Cross road

1 (Left) 135/210 135/220 T-Junction


2 (Right) 135/300 135/310 T-Junction
3 (Right) 135/600 135/610 T-Junction
4 (Left) 136/410 136/420 T-Junction
5 (Right) 136/500 136/510 T-Junction
6 (Left) 136/525 136/535 T-Junction
7 (Left) 137/060 137/070 T-Junction
8 (Right) 137/200 137/210 T-Junction
9 (Left) 137/260 137/270 T-Junction
10 (Right) 158/850 158/860 T-Junction
11 (Left) 158/980 158/990 T-Junction
12 (Left) 160/550 160/560 T-Junction
13 (Left) 160/400 160/410 T-Junction
14 (Right) 161/070 161/080 T-Junction
15 (Left) 161/400 161/410 T-Junction
16 (Left) 162/300 162/310 T-Junction
17 (Right) 162/350 162/360 T-Junction
18 (Right) 163/180 163/190 T-Junction
19 (Left) 163/350 163/360 T-Junction
20 (Left) 165/645 165/655 T-Junction
21 (Left) 166/750 166/760 T- Junction
22 (Right) 166/750 166/760 T- Junction
23 (Left) 167/300 167/310 T- Junction
24 (Right) 167/300 167/310 T- Junction
25 (Left) 169/200 169/210 T-Junction
26 (Left) 169/250 169/260 T-Junction
27 (Left) 170/100 170/110 T-Junction
28 (Right) 170/250 170/260 T-Junction
29 (Left) 170/400 170/410 T-Junction
30 (Right) 170/900 170/910 T-Junction
31 (Left) 177/150 177/160 T-Junction
32 (Right) 177/400 177/410 T-Junction
33 (Right) 178/020 178/030 T-Junction
34 (Left) 178/080 178/090 T-Junction
35 (Left) 178/750 178/760 T-Junction
36 (Right) 179/050 179/060 T-Junction
37 (Left) 179/070 179/080 T-Junction
38 (Right) 179/650 179/660 T-Junction
39 (Right) 180/260 180/270 T-Junction
40 (Right) 180/400 180/410 T-Junction
41 (Right) 180/500 180/510 T-Junction
42 (Right) 180/580 180/590 T-Junction
43 (Left) 180/650 180/660 T-Junction
44 (Left) 180/700 180/710 T-Junction
45 (Right) 181/100 181/110 T-Junction
46 (Left) 181/450 181/460 T-Junction
47 (Right) 181/720 181/730 T-Junction

16) Bypasses

There is no any by-pass within the stretches.

S. Name of bypass Chainage (km) Length Carriageway


No. (town) From ----to (in Km)
Width (m) Type

--------------------------------------NIL----------------------------------
17) Other structures

There is no any such other structure within the stretches which need identification herein.

Executive Engineer PWD


Nagaon NH Division, Nagaon

Annex - II
(Schedule-A)

Dates for providing Right of Way


The work is to be carried out in the existing alignment and right of way for the entire stretches is
ready for handing over.

Sl. No From km to km Length Width Date of


(km) (m) providing
ROW*

(i) Full Right of (a) 135/000 to 138/000 3.00 21.00 (Avg) ROW is
Way (b) 157/000 to 171/000 already
(full width) c) 177/000 to 182/000 14.00 25.00 (Avg) available
(a) Stretch b)
Stretch c) 5.00 22.00 (Avg)
Stretch
(ii) Part Right
of Way
(part width)
(a) Stretch - - - -
(b) Stretch
(c) Stretch

(iii) Balance
Right of
Way (width)
- - - -
a) Stretch
b) Stretch
c) Stretch

Executive Engineer PWD


Nagaon NH Division, Nagaon

Annex - III
(Schedule-A)
Alignment Plans

The alignment plan of the existing alignment is not enclosed as no modification in the existing
alignment of the project Highway is contemplated.

Executive Engineer PWD


Nagaon NH Division, Nagaon

Annex - IV

(Schedule-A)
Environment Clearances

The widening and strengthening is proposed to the original pavement without changing the
alignment of the existing formation. As the project relating to improvement works including
widening and strengthening along the existing alignment, it is exempted from obtaining
environmental clearance from Ministry of Environment and forest as per IRC:SP:19-2001(Ref
clause 9.1.5)(Page 32)

Executive Engineer PWD


Nagaon NH Division, Nagaon

SCHEDULE - B
(See Clause 2.1)
Development of the Project Highway

1 Development of the Project Highway

Design and construction of the Project Highway as described in this Schedule-B and in Schedule-
C.

2 Rehabilitation and augmentation

Rehabilitation and augmentation 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.

Executive Engineer PWD


Nagaon NH Division, Nagaon

Annex– I

(Schedule-B)
[Note: Description of the Project Highway shall be given by the Authority in detail together with
explanatory drawings (where necessary) to explain the Authority’s requirements precisely in
order to avoid subsequent changes in the Scope of the Project. The particulars that must be
specified in this Schedule-B are listed below as per the requirements of the Manual of
Specifications and Standards for Two Laning of Highways (IRC:SP:73-2015), referred to as the
Manual. If any standards, specifications or details are not given in the Manual, the minimum
design/construction requirements shall be specified in this Schedule. In addition to these
particulars, all other essential project specific details, as required, should be provided in order to
define the Scope of the Project clearly and precisely.]

Description:- Strengthening with construction of paved shoulder from km 135/00 to 138/00,


km 157/00 to 171/00 & km 177/00 to 182/00 (Total Length =22.000Km) of NH -52 (New NH-
15) for the year of 2017-18 under Nagaon NH Division, Nagaon in the State of Assam Under
EPC Mode ”

1 WIDENING OF THE EXISTING HIGHWAY

1.1 The Project Highway follows the existing alignment.

1.2 WIDTH OF CARRIAGEWAY

1.2.1 Two-Laning with 1.65 m paved shoulders on either side of existing carriageway of 6.70 m
shall be undertaken with 12.00 formation width .The paved carriageway shall be [10(ten)
m] wide in accordance with the typical cross sections drawings in the Manual of
IRC:SP:73-2015.

Provided that in the built-up areas [refer to paragraphs 2.1 (ii) (a) of the Manual and
provide necessary details]: the width of the carriageway shall be as specified in the
following table:

Sl. No. Built-up stretch Location Width Typical


(Township) (km to km) (m) cross
section
(Ref. to
Manual)

1 Near Mission Chariali 135.00 to 136.00 6.7 m

2 Dekargaon 137.00 to 138.00 6.7 m

3 Khanamukh 161.00 to 162.00 6.7 m

4 Dhalibeel 170.00 to 171.00 6.7 m

5 Jamugurihat 181.00 to 182.00 6.7 m


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

2 GEOMETRIC DESIGN AND GENERAL FEATURES

2.1 General

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

2.2 Design speed

The design speed shall be the minimum design speed of [80 km per hr for plain/ rolling terrain].

2.3. Improvement of the existing road geometrics

[Refer to paragraph 2.1 (v) of the Manual and provide details]

In the following sections, 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:

No such geometric improvement is required.

Sl. No. Stretch Type of deficiency Remarks


(from km to km)

Nil

2.4 Right of Way

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

2.5 Type of shoulders

(a) Paved shoulders of 1.65m width shall be provided in case of flexible pavements.

(b) Earthen shoulders will be provided for a width of 1.00m.

(c) Design and specifications of paved shoulders and granular material shall conform to the
requirements specified in paragraphs 5.9.9 and 5.9.10 of the Manual.

(d) Design and specifications of concrete shoulders and granular material shall conform to the
requirements specified in paragraphs 5.4.2 and 5.9.10 of the Manual.

(e) The stretch proposed is entirely of flexible pavements.

2.6 Lateral and vertical clearances at underpasses


No provision for underpasses in the project.

2.7 Lateral and vertical clearances at overpasses

No provision for overpasses in the project.

2.8 Service roads

No provision for service road.

2.9 Grade separated Structures

No provision for grade separator in the project.

2.10 Cattle and pedestrian underpass /overpass

No provision for Cattle and pedestrian underpass /overpass in the project.

2.11 Typical cross-sections of the Project Highway

Typical cross-sections of the Project Highway with reference to drawing.

3. INTERSECTIONS AND GRADE SEPARATORS

No provision for Intersections and Grade separators in the project.

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 [Refer to paragraph 4.2.2 of the Manual and specify sections to
be raised]

The existing road shall be raised in the following sections:

Sl. No. Section Length Extent of raising


(from km to km) [Top of finished road
level]

---------------------------NIL----------------------------------------

5 PAVEMENT DESIGN

5.1. Pavement design shall be carried out in accordance with Section 5 of the Manual IRC:SP:73-
2015.

5.2 Type of pavement:

The type of pavement should be flexible pavement for the entire stretches of the project.
5.3 Design requirements

[Refer to paragraph 5.2, 5.4.1, 5.4.3, 5.5, 5.9 and 5.10 of the Manual for flexible pavement]

5.3.1 Design Period and strategy

Widening and strengthening of the existing pavement shall be designed for a minimum design
period of 15 years for flexible pavement.

5.3.2 Design Traffic

Notwithstanding anything to the contrary contained in this Agreement or the Manual, the
Contractor shall design the pavement for design traffic of 51.13 million standard axles for the
stretches from km 135/00 to 138/00,157/00 to 171/00 and design traffic of 51.13 million standard
axles for the stretches from km 177/00 to 182/00.

5.4 Reconstruction of stretches

There is no such stretches where existing road required reconstruction.

Sl. No. Stretch Remarks


From km to km

Nil

6 ROAD-SIDE DRAINAGE

Drainage system including catch water drains for the Project Highway shall be provided as per
Section 6.5 of the Manual.

RCC covered drains shall be provided in the following locations.

Table: Details of side drains

Chainage Side Unit Length

From To

161.800 162.000 Both sides RM 2x200

162.000 162.050 Both sides RM 2x50

177.650 178.000 Left side RM 350

178.000 178.050 Left side RM 50

178.550 178.700 Both sides RM 2x150

179.600 180.000 Right side RM 400

180.500 180.850 Left side RM 350

Total RM 1950.00

7 DESIGN OF STRUCTURES
7.1 General

7.1.1 No construction of bridges is required.

7.1.2 Width of the carriageway of new bridges and structures shall be as follows:

Sl No. Bridge at km Width of carriageway and cross-


sectional
features
Nil

7.1.3 The following structures shall be provided with footpaths

Sl. No. Location at km Remarks

Nil

7.1.4 The following structures shall be designed to carry utility services specified
in table below:

Sl. No. Bridge at km Utility service to be Remarks


carried

Nil

7.2 Culverts

7.2.1 Reconstruction of existing culverts:

The existing culverts do not need reconstruction.

Sl. No. Culvert location Span/Opening Remarks, if any*


(m)

Nil

7.2.2 Widening of existing culverts

Widening of existing culvert is not required.

Sl. No. Culvert location Type, span, height and Repairs to be carried
width of existing out
culvert [specify]
(m)

Nil

7.2.3 Additional new culverts are provided as stated below.

Sl No. Culvert location Span/Opening Remarks


(m)

1. 180.700
1/22/0 (Length =15M) Single cell Box
Culvert
7.2.4 No repair/replacement of railing/parapets, flooring and protection works of
the existing culverts are required.:

[Refer to paragraph 7.2.3 of the Manual and provide details]

Sl. No. Location at km Type of repair required

Nil

7.3 Bridges

7.3.1 Existing bridges not required any re- construction/widening.

[(i) The existing bridges do not need be re-constructed.

[Refer to paragraph 7.3.2 of the Manual and provide details]

Sl. No. Bridge location Salient details of Adequacy or Remarks


(km) existing bridge otherwise of the
existing
waterway,
vertical
clearance, etc*

Nil

(ii) The existing bridges do not require to be widened:

Sl. No. Location Existing Extent of Cross-section at


(km) width (m) widening (m) deck level for
widening @

Nil

7.3.2 Additional new bridges

[Specify additional new bridges if required, and attach GAD]

No new bridges are proposed in the project stretch.

Sl. No. Location Total length Remarks, if any


(km) (m)

Nil

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

[Refer to paragraph 7.18 (iv) the Manual and provide details:]

Sl. No. Location at km Remarks

Nil
7.3.4 Repairs/replacements of railing/parapets of the existing bridges shall be
undertaken as follows:

[Refer to paragraph 7.18 (v) the Manual and provide details]

Sl. No. Location at km Remarks

1 165.003 (Br No.166/1) Construction of Approach slab,


replacement of expansion joints with
Elastomeric Slab Steel Expansion Joint &
painting of bridge railing etc.
2 167.221 (Br. No.168/1) Repair & painting of Railings
3 181.740 (Br No.182/3) Repair & painting of Railings

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. [Refer to paragraph 7.19 of the Manual and specify
modification, if any]

7.4.2 Road over-bridges

No Road over-bridge is proposed in this project.

Sl. No. Location of Level Length of bridge


crossing (m)
(chainage km)

Nil

7.4.3 Road under-bridges

No Road under-bridge is proposed in this project

Sl. No. Location of Level Number and length of span


crossing (m)
(chainage km)

Nil

7.5 Grade separated structures

[Refer to paragraph 7.20 of the Manual]

No grade separated structures are proposed in this project.

7.6 Repairs and strengthening of bridges and structures

[Refer to paragraph 7.23 of the Manual and provide details]

The existing bridges and structures are proposed to be repaired/ strengthened.

A. Bridges
Sl. No. Location of bridge Nature and extent of repairs
(km) /strengthening to be
carried out
1 165.003 (Br No.166/1) Construction of Approach slab,
replacement of expansion joints
with Elastomeric Slab Steel
Expansion Joint & painting of
bridge railing etc.

2 167.221 (Br. No.168/1) Repair & painting of Railings etc


3 181.740 (Br No.182/3) Repair & painting of Railings etc

B. ROB / RUB

Sl. No. Location of Nature and extent of repairs


ROB/RUB (km) /strengthening to be
carried out
Nil

C. Overpasses/Underpasses and other structures

Sl. No. Location of Nature and extent of repairs


Structure (km) /strengthening to be
carried out

Nil

7.7 List of Major Bridges and Structures

The following is the list of the Major Bridges and Structures are provided in Schedule A:

Sl. No. Location

As in Schedule A

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.

8.2 Specifications of the reflective sheeting. [Refer to paragraph 9.3 of the Manual and
specify]

9 ROADSIDE FURNITURE

9.1 Roadside furniture shall be provided in accordance with the provisions of Section 11 of the
Manual.

9.2 Overhead traffic signs: location and size:- NIL

[Refer to paragraph 11.5 of the Manual and provide details]

9.1 Roadside furniture comprising of kilometer stones(ordinary and 5th km posr and Guard post
shall be provided as per Section 11.3 of the Manual.
10 COMPULSORY AFFORESTATION

Afforestation not required.

11 HAZARDOUS LOCATIONS

The safety barriers shall also be provided at the following hazardous


locations:

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


(km)
Nil

12 RIGID PAVEMENT

Table : Details of rigid pavement

Chainage Unit Length

From To

NIL

13 RETAINING WALL
Retaining wall of M20 grade concrete has been proposed in the following locations.

Table : Details of retaining wall

Chainage Side Unit Length

From To

NIL

12 CHANGE OF SCOPE

The length of Structures and bridges specified hereinabove shall be treated as


an approximate assessment. The actual lengths as required on the basis of
detailed investigations shall be determined by the Contractor in accordance
with the Specifications and Standards. Any variations in the lengths specified
in this Schedule-B shall not constitute a Change of Scope, save and except
any variations in the length arising out of a Change of Scope expressly
undertaken in accordance with the provisions of Article 13.
Executive Engineer, PWD
Nagaon NH Division, Nagaon

(See Clause 2.1)

PROJECT FACILITIES

1 Project Facilities

The Contractor shall construct the Project Facilities in accordance with the
Provisions of this Agreement.

2 Descriptions of Project Facilities

Each of the Project Facilities is described below:

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

a) toll plaza
b) traffic control devices and road safety works

c) roadside furniture

d) pedestrian facilities

2 Project Facilities for Four-Laning

Project Facilities forming part of project and to be Completed on or before the Project
Completion Date have been described in Annex-I of this Schedule-C.

Annexure-I

(Schedule-C)

PROJECT FACILITIES FOR FOUR-LANING

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: Nil

b) traffic control devices and road safety works

c) roadside furniture

2 Description of Project Facilities

Each of the Project Facilities is briefly described below:

(a) Toll Plaza in accordance with Section 10 of the Manual

(b) Traffic control devices and road safety works as per paragraph 8 of Annexure I of
Schedule B

(c) Road side furniture as per paragraph 9 of Annexure I of Schedule B

Executive Engineer, PWD


Nagaon NH Division, Nagaon

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: 73-2015), referred to herein as the Manual to the extent modified in Schedule B]

[Note: Specify the relevant Manual, Specifications and Standards]

Executive Engineer, PWD


Nagaon NH Division, Nagaon

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:73-2015), referred to as the Manual to the extent modified in Schedule B,
and MORTH Specifications for Road and Bridge Works (5th Revision). Where the
specification for a work is not given, Good Industry Practice shall be adopted to the
satisfaction of the Authority’s Engineer.

2 Deviations from the Specifications and Standards

2.1 The terms “Concessionaire”, “Independent Engineer” and “Concession


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

2.2 [Notwithstanding anything to the contrary contained in 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:]
[Note 1: Deviations from the aforesaid Specifications and Standards shall be
listed out here. Such deviations shall be specified only if they are considered
essential in view of project-specific requirements.]

Executive Engineer, PWD


Nagaon NH Division, Nagaon

SCHEDULE - E
(See Clauses 2.1 and 14.2)

MAINTENANCE REQUIREMENTS

1 Maintenance Requirements

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

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

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

[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 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.

Executive Engineer, PWD


Nagaon NH Division, Nagaon

Annex - I
(Schedule-E)

Repair/rectification of Defects and deficiencies

The Contractor shall repair and rectify the Defects and deficiencies specified in this
Annex-I of Schedule-E within the time limit set forth in the table below.

Nature of Defect or deficiency Time limit for


repair/rectification

ROADS
(a) Carriageway and paved shoulders
(i) Breach or blockade Temporary restoration of
traffic within 24 hours;
permanent restoration
within 15 (fifteen) days

(ii) Roughness value exceeding 2,200 120 (one hundred and


mm in a stretch of 1 km (as twenty) days
measured by a calibrated bump
integrator)

(iii) Pot holes 24 hours

(iv) Any cracks in road surface 15 (fifteen) days


(v) Any depressions, rutting 30 (thirty) days
exceeding 10 mm in road surface

(vi) Bleeding/skidding 7 (seven) days 7 (seven) days


(vii) Any other defect/distress on the 15 (fifteen) days
road

(viii) Damage to pavement edges 15 (fifteen) days


(ix) Removal of debris, dead animals 6 hours
(b) Granular earth shoulders, side
slopes, drains and culverts
(i) Variation by more than 1 % in the 7 (seven) days
prescribed slope of camber/cross
fall (shall not be less than the
camber on the main carriageway)

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


40 mm

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


prescribed side (embankment)
slopes

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

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


and side drains

(vi) Desilting of drains in urban/ semiurban 24(Twenty Four) hours


areas

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


immediately if causing
(c ) Road side furniture including safety hazard)
road sign and pavement
marking

(i) Damage to shape or position, poor visibility or 48 Hours


loss of retroreflectivity
(ii) Painting of km stone, railing, As and when required/Once
parapets, crash barriers every year
(iii) Damaged/missing road signs 7 (seven) days
requiring replacement
(iv) Damage to road mark ups 7 (seven) days

Hill Roads
Damage to retaining wall/breast 7 (seven) days
wall

Landslides requiring clearance 12 (twelve) 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.]

Executive Engineer, PWD


Nagaon NH Division, Nagaon

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.

Executive Engineer, PWD


Nagaon NH Division, Nagaon

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

FORM OF BANK GUARANTEE

Annex-I
(See Clause 7.1.1)
Performance Security

[The Chief Engineer,


Public Works Department (NH Works) /MoRT&H
Assam / New Delhi]
WHEREAS:
(A) _________________________ [name and address of contractor] (hereinafter called the
“Contractor") and [name and address of the authority], (hereinafter called the “Authority”) have
entered into an agreement (hereinafter called the “Agreement”) for the construction of the *****
section of [National Highway No. **] on Engineering, Procurement and Construction (the
“EPC”) basis, subject to and in accordance with the provisions of the Agreement
(B) The Agreement requires the Contractor to furnish a Performance Security for due and
faithful performance of its obligations, under and in accordance with the Agreement, during the
{Construction Period/ Defects Liability Period and Maintenance Period} (as defined in the
Agreement) in a sum of Rs….. cr. (Rupees ………..….. crore) (the “Guarantee Amount”).
(C) We, ………………….. through our branch at …………………. (the “Bank”) have agreed
to furnish 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
[Superintending Engineer of PWD/ MoRT&H], 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.
Signed and sealed this ………. day of ……….., 20……… at ………..

SIGNED, SEALED AND DELIVERED


For and on behalf of the Bank by:

(Signature)

(Name)

(Designation)
$ Insert date being 2 (two) years from the date of issuance of this Guarantee (in accordance with

Clause 7.2 of the Agreement).

(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,
Public Works Department (NH Works) /MORT&H
Assam / New Delhi]
WHEREAS:
(A) [name and address of contractor] (hereinafter called the “Contractor") has executed an
agreement (hereinafter called the “Agreement”) with the [name and address of the authority],
(hereinafter called the “Authority”) for the construction of the ***** section of [National
Highway No. **] on Engineering, Procurement and Construction (the “EPC”) basis, subject to
and in accordance with the provisions of the Agreement.
(B) In accordance with Clause 7.5.3 of the Agreement, the Contractor may withdraw the
retention money (hereinafter called the “Retention Money”) after furnishing to the Authority a
bank guarantee for an amount equal to the proposed withdrawal.
(C) We, ………………….. through our branch at …………………. (the “Bank”) have agreed
to furnish this bank guarantee (hereinafter called the “Guarantee”) for the amount of Rs. ---------
cr. (Rs.------------crore) (the “Guarantee Amount”).
NOW, THEREFORE, the Bank hereby unconditionally and irrevocably guarantees and affirms as
follows:
1. The Bank hereby unconditionally and irrevocably undertakes to pay to the Authority, upon
its mere first written demand, and without any demur, reservation, recourse, contest or protest, and
without any reference to the Contractor, such sum or sums up to an aggregate sum of the
Guarantee Amount as the Authority shall claim, without the Authority being required to prove or
to show grounds or reasons for its demand and/or for the sum specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of
[Superintending Engineer of PWD/ MoRT&H], 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.
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,
Public Works Department (NH Works) /MORT&H
Assam / New Delhi]
WHEREAS:
(A) [name and address of contractor] (hereinafter called the “Contractor") has executed an
agreement (hereinafter called the “Agreement”) with the [name and address of the authority],
(hereinafter called the “Authority”) for the construction of the ***** section of [National
Highway No. **] on Engineering, Procurement and Construction (the “EPC”) basis, subject to
and in accordance with the provisions of the Agreement
(B) In accordance with Clause 19.2 of the Agreement, the Authority shall make to the
Contractor an interest free advance payment (herein after called “Advance Payment”) equal to
10% (ten per cent) of the Contract Price; and that the Advance Payment shall be made in three
installments subject to the Contractor furnishing an irrevocable and unconditional guarantee by a
scheduled bank for an amount equivalent to 110% (one hundred and ten percent) of such
installment to remain effective till the complete and full repayment of the installment of the
Advance Payment as security for compliance with its obligations in accordance with the
Agreement. The amount of {first/second/third} installment of the Advance Payment is Rs. ---- --
cr. (Rupees ------ crore) and the amount of this Guarantee is Rs. ------- cr. (Rupees ------ crore)
(the “Guarantee Amount”)$.
(C) We, ………………….. through our branch at …………………. (the “Bank”) have agreed
to furnish this bank guarantee (hereinafter called the “Guarantee”) for the Guarantee Amount.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms
as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
repayment on time of the aforesaid installment of the Advance Payment under and in accordance
with the Agreement, and agrees and undertakes to pay to the Authority, upon its mere first written
demand, and
$ The Guarantee Amount should be equivalent to 110% of the value of the applicable installment.
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
[Superintending Engineer of PWD/ MoRT&H], that the Contractor has committed default in the
due and faithful performance of all or any of its obligations for the repayment of the installment of
the Advance Payment under and in accordance with the Agreement shall be conclusive, final and
binding on the Bank. The Bank further agrees that the Authority shall be the sole judge as to
whether the Contractor is in default in due and faithful performance of its obligations during and
under the Agreement and its decision that the Contractor is in default shall be final and binding on
the Bank, notwithstanding any differences between the Authority and the Contractor, or any
dispute between them pending before any court, tribunal, arbitrators or any other authority or
body, or by the discharge of the Contractor for any reason whatsoever.
3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the Bank
were the principal debtor and any change in the constitution of the Contractor and/or the Bank,
whether by their absorption with any other body or corporation or otherwise, shall not in any way
or manner affect the liability or obligation of the Bank under this Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to
proceed against the Contractor before presenting to the Bank its demand under this Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability of the
Bank under this Guarantee, to vary at any time, the terms and conditions of the Advance Payment
or to extend the time or period of its repayment or to postpone for any time, and from time to
time, any of the rights and powers exercisable by the Authority against the Contractor, and either
to enforce or forbear from enforcing any of the terms and conditions contained in the Agreement
and/or the securities available to the Authority, and the Bank shall not be released from its liability
and obligation under these presents by any exercise by the Authority of the liberty with reference
to the matters aforesaid or by reason of time being given to the Contractor or any other
forbearance, indulgence, act or omission on the part of the Authority or of any other matter or
thing whatsoever which under any law relating to sureties and guarantors would but for this
provision have the effect of releasing the Bank from its liability and obligation under this
Guarantee and the Bank hereby waives all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or security
now or which may hereafter be held by the Authority in respect of or relating to the Advance
Payment.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this
Guarantee is restricted to the Guarantee Amount and this Guarantee will remain in force for the
period specified in paragraph 8 below and unless a demand or claim in writing is made by the
Authority on the Bank under this Guarantee all 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.
Signed and sealed this ………. day of ……….., 20……… at ………..
SIGNED, SEALED AND DELIVERED
For and on behalf of the Bank by:
(Signature)

(Name)

(Designation)
$ 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).
(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 Clauses10.1.4 and 19.3)

Contract Price Weightages

1.1 The Contract Price for this Agreement is Rs. ………… crores

1.2 Proportions of the Contract Price for different stages of Construction of the
Project Highway shall be as specified below:

Item Weightage in Stage for Payment Percentage


percentage to the weightage
Contract Price
1 2 3 4
Road works [69.13] A- Widening and
including strengthening of existing
culverts, road
minor bridges,
underpasses, (1) Earthwork up to top of [8.46]
overpasses, the sub-grade
approaches to (2) Granular work (subbase, [33.34]
ROB/RUB/ base, shoulders)
Major (3) Geo-textile [0.00]
Bridges/ (4) Bituminous work [47.04]
Structures (5) Widening and repair of [**]
(but excluding culverts
service roads) (6) Widening and repair of [1.51]
minor bridges
(7) Concrete Pavement [0.00]
B- New 2-lane
realignment/bypass [**]
(1) Earthwork up to top of
the sub-grade [**]
(2) Granular work (subbase,
base, shoulders) [**]
(3) Bituminous work [**]
(4) CC Pavement

C- New culverts, minor


bridges, underpasses,
overpasses on existing
road, realignments,
bypasses:

(1) Culverts [**]


(2) Minor bridges [**]
(3)Cattle/Pedestrian [**]
underpasses
(4) Pedestrian overpasses [**]
(5) Grade separated [**]
structures
(a) Underpasses [**]
(b) Overpass [**]

Major Bridge [*****] A- Widening and repairs


works and of Major Bridges
ROB/RUB (1) Foundation [**]
(2) Sub-structure [**]
(3) Super-structure [**]
(including crash barriers [**]
etc. complete) [**]
B- Widening and repair [**]
of [**]
(a) ROB [**]
(b) RUB [**]
C- New Major Bridges [**]
(1) Foundation
(2) Sub-structure
(3) Super-structure
(including crash barriers
etc. complete)
D- New rail-road bridges
(a)ROB
(b) RUB

Structures [*****] (1) Foundation [**]


(elevated (2) Sub-structure [**]
sections, (3) Super-structure [**]
reinforced (including crash barriers [**]
earth) etc. complete)
(4) Reinforced Earth

Other works [30.87] (i) Service roads [**]


(ii) Toll Plaza [**]
(iii) Road side drains [6.95]
(iv) Road signs, [2.70]
markings, km stones,
safety devices, ….
(v) Project facilities [**]
(vi) Repairs to [**]
bridges/structures
a) Providing wearing [**]
coat
b) Replacement of [**]
bearings, joints
c) Providing crash [**]
barriers
d) Other items [**]
(vii) Road side [**]
plantation
(viii) Repair of protection [**]
works
(ix) Safety and traffic
management during [**]
construction
(x) Retaining Wall [0.00]

* The above list is illustrative and may require modification as per the scope of the
work.

1.3 Procedure of estimating the value of work done

1.3.1 Road works including approaches to minor bridges, Major Bridges and
Structures (excluding service roads).

Procedure for estimating the value of road work done shall be as follows:
Table 1.3.1

Stage of Payment Percentage - Payment Procedure


weightage

A-Widening and [**] Unit of measurement is linear


Strengthening length. Payment of each stage
(1) Earthwork up to top shall be made on pro rata basis on
of the sub-grade completion of a stage in a length
of not less than 10 (ten) percent of
(2) Granular work (subbase, [**] the total length. @
base, shoulders)

(3) Bituminous work [**]


(4) Widening and repair [**] Cost of ten completed culverts
of culverts shall be determined pro rata with
respect to the total number of
culverts. Payment shall be made
on the completion of ten
culverts.

(5) Widening and repair [**] Cost of each minor bridge shall
of minor bridges be determined on pro rata basis
with respect to the total linear
length of the minor bridges.
Payment shall be made on the
completion of a minor bridge.

B- New 2-lane
realignment, bypass
(1)Earthwork up to top of
[**] Unit of measurement is linear
the sub-grade
[**] length. Payment of each stage
(2) Granular work (subbase,
[**] shall be made on pro rata basis
base, shoulders)
[**] on completion of a stage in full
(3) Bituminous work
length or 5 (five) km length.
(4) CC Pavement
C- New culverts, minor
bridges, underpasses,
overpasses on existing
road, realignments,
bypasses:

(1) Culverts 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 five
culverts.

(2) Minor bridges Cost of each minor bridge shall


be determined on pro rata basis
with respect to the total linear
length of the minor bridges.
Payment shall be made on the
completion of a minor bridge

(3) Cattle/Pedestrian Cost of each cattle/pedestrian


underpasses underpass shall be determined on
pro rata basis with respect to the
total number of cattle/pedestrian
underpasses. Payment shall be
made on the completion of the
number of cattle/pedestrian

4) Pedestrian Overpasses [**] underpasses specified below:


(5) Grade separated [**]
structures [**] Total no.
(a) Underpasses [**]
(b) Overpasses Stage for Payment: (i)1 to 5 - on
completion of all, (ii) 6 or more -
on completion of five

Same as for (3) above

Same as for (3) above

Same as for (3) above

@. 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 stages (1), (2) and (4) above shall be worked out.

1.3.2 Major Bridge works and ROB/RUB.


Procedure for estimating the value of Major Bridge works and of ROB/RUB shall be as stated in
table 1.3.2:

Table 1.3.2

Stage of Payment Weightage Payment Procedure


A- Widening and repairs Cost of each Major Bridge
of (widening and repairs)
Major Bridges shall be determined on pro
Foundation: On completion rata basis with respect to
of the total linear length (m)
the foundation work
including

foundations for wing and [**] of the Major Bridges


return walls (widening and repairs).
Payment shall be made on
completion of each stage
of a Major Bridge as per
the weightage given in this
table.

Sub-structure: On
completion
of abutments, piers up to the
abutment/pier cap

Super-structure: On
completion
of the super structure in all
respects including hand
rails/crash barriers, wing
walls,
return walls, guide bunds, if
any, tests on completion etc.,
bridge complete in all
respects
and fit for use. Cost of each ROB/RUB
(widening and repairs)
B- Widening and repairs shall be determined on pro
of rata basis with respect to
(a) ROB the total linear length (m)
(b) RUB of the ROB/RUB
B- New Major Bridges (widening and repairs).
(1) Foundation: On Payment shall be made on
completion completion of an
of the foundation work ROB/RUB
including foundations for
wing and return walls

(2) Sub-structure: On Cost of each Major Bridge


completion of abutments, shall be determined on pro
piers up to the rata basis with respect to
abutment/pier cap the total linear length (m)
of the Major Bridges.
(3) Super-structure: On Payment shall be made on
completion of the super completion of each stage
structure in all respects
including hand rails/crash
barriers, wing walls, return
walls, guide bunds, if any,
tests on completion etc.,
complete in all respects and
fit for use

C- New Rail-road bridges of a Major Bridge as per


(a) ROB the weightage given in this
(b) RUB [**] table
[**]

Cost of each ROB/RUB


shall be determined on
prorata basis with respect to
the total linear length (m) of
the ROB/RUB.
Payment shall be made on
completion of an
ROB/RUB

1.3.3 Structures

Procedure for estimating the value of structure work shall be as stated in table
1.3.3:

Table 1.3.3

Stage of payment Weightage Payment procedure

(1) Foundation: On completion [**]


of the foundation works
including foundations for
wing and return walls

(2) Sub-structure: On completion of [**] Cost of each structure shall


abutments,piers up to the abutment/ pier be determined on pro rata
cap basis in respect to the total
(3) Super-structure: On [**] linear length (m) of all the
completion of the Structure structures. Payment shall be
along with super structure, made on completion of each
including hand rails/crash stage of a structure as per
barriers, wing walls, return the weightage given in this
walls, tests on completion table.
etc., elevated structure
complete in all respects and
fit for use.

(4) Reinforced earth work [**] Payment shall be made on pro


rata basis on completion
of 25 (twenty five) percent
of total area.

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


(i) Service roads [**] Unit of measurement is
linear length in km. Cost per
km shall be determined on
pro rata basis with respect to
the total length of the
service roads. Payment shall
be made for completed
service road in a length of
not less than 20 (twenty)
percent of the total length of
service roads.

(ii) Toll plaza [**] Unit of measurement is each


completed toll plaza.
Payment of each toll plaza
shall be made on pro rata
basis with respect to the
total of all toll plazas.

(iii) Road side drains [**] Unit of measurement is


linear length in km.
Payment shall be made on
pro rata basis on completion
of a stage in a length of not
(iv) Road signs, markings, less than 10 % (ten per cent)
km stones, safety of the total length.
devices, …

(v) Project Facilities [**] Payment shall be made on


a) Bus bays [**] pro rata basis for completed
b) Truck lay-byes [**] facilities.
c) Rest areas [**]
d) others

(vi) Repairs to existing [**] Payment shall be made for


bridges/structures [**] completed items.
a) Providing wearing coat [**]
b) Replacement of bearing, [**]
joints
c) Providing crash barriers
(d) Other items

(vii) Roadside plantation [**] Unit of measurement is


(viii) Protection works [**] linear length. Payment shall
be made on pro rata basis on
completion of a stage in a
length of not less than 10%
(ten per cent) of the total
length.

(ix) Safety and traffic [**] Payment shall be made on


management during prorata basis every six
construction months.
2. Procedure for payment for Maintenance

2.1 The cost for maintenance shall be as stated in Clause 14.1.1.

2.2 Payment for Maintenance shall be made in quarterly instalments in


accordance with the provisions of Clause 19.7.

SCHEDULE - I
(See Clause 10.2.4)

DRAWINGS

1 Drawings

In compliance of the obligations set forth in Clause 10.2 of this Agreement,


the Contractor shall furnish to the Authority’s Engineer, free of cost, all
Drawings listed in Annex-I of this Schedule-I.

2 Additional Drawings

If the Authority’s Engineer determines that for discharging its duties and
functions under this Agreement, it requires any drawings other than those
listed in Annex-I, it may by notice require the Contractor to prepare and
furnish such drawings forthwith. Upon receiving a requisition to this effect,
the Contractor shall promptly prepare and furnish such drawings to the
Authority’s Engineer, as if such drawings formed part of Annex-I of this
Schedule-I.

Executive Engineer, PWD


Nagaon NH Division, Nagaon

Annex - I
(Schedule - I)

List of Drawings

[Note: The Authority shall describe in this Annex-I, all the Drawings that the
Contractor is required to furnish under Clause 10.2 of the agreement.]

1. Long section of the project stretch.


2. Cross-section of the flexible pavement
3. Cross-section of the rigid pavement
4. Retaining Walls
5. Drains
6. Box Culverts
7. Toll Plaza
8. Traffic management drawings for safety in construction zones
9. Detailed drawings of road side furniture and safety structures
10. As- built drawings.
Executive Engineer, PWD
Nagaon NH Division, Nagaon

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 180 th (one hundred
and eightieth) 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 30 % (twenty per cent) of the Contract Price.

3 Project Milestone-II

3.1 Project Milestone-II shall occur on the date falling on the 365 th (three
hundred and sixty fifth) 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 60% (sixty per cent) of the Contract Price.

4 Scheduled Completion Date


4.1 The Scheduled Completion Date shall occur on the [550th (five hundred and
fiftieth)] day from the Appointed Date.

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

5 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.

Executive Engineer, PWD


Nagaon NH Division, Nagaon

You might also like