0% found this document useful (0 votes)
124 views82 pages

Samruddhi Mahamarg Guidelines and STD Formats by MSRDC

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
124 views82 pages

Samruddhi Mahamarg Guidelines and STD Formats by MSRDC

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 82

Guidelines for Contractor’s Payment

Guidelines for Contractor’s Payment


1. Scope of Guidelines
The purpose of this document is to elucidate the specific, detailed and transparent process to be followed to facilitate timely certification and
authorization of Contractors’ requisition for payment. Also, includes relevant formats, checklists and reports that the Authority’s Engineers and
Regional Engineers etc. will be required to follow at each stage while certifying the payment to contractors.

2. References
This document has drawn reference from the following clause and schedules of the EPC contract agreement:
1. Article 19: Payment
2. Schedule O: Format for Stage payments
3. Schedule H: Details of Stage payment items

3. Identification of Key Steps


3.1. Authority Approval Process for Monthly Payment
a) The contractor needs to prepare & submit a Stage Payment Statement (SPS) along with the supporting documents as enlisted in the Contract.
The contractor is required to follow the format as provided in the contract agreement and submit the payment statement along with the
supporting documents to the respective contract package Authority’s Engineer (AE).
b) The Contractor shall submit a draft payment statement by the end of the fourth week of each month. The cut-off date of each payment
requisition (RA-Bill) shall be the last working day of the fourth week of each calendar month. Following the submission, the concerned AE shall
carry out a review of the submitted documents.
c) The review will include review of entries in the Measurement Books relating to the description, quality report, work progress report and
quantities of work done or items procured during the IPC period. These should be scrutinized and calculations of contents or areas should be
checked by the AE.
d) As a next step, the Authority Engineer (AE) and the Contractor shall review the current project status and Payment Application and agree on
the amount due for payment to the Contractor in accordance with the provision of the Contract document.
e) The Contractor shall formally submit 3 (three) hardcopies and a softcopy. A copy of the Contractor’s submission shall be shared via email to
the Authority. An intimation of said submission should be made to PSO office.
f) The Contractor shall submit a Formal Payment statement to the AE on or before the 7th day of each calendar month. The date of receipt by
the AE shall be considered as the submission date from which the Payment Due date shall be calculated.
g) The statement should then be checked for compliance by AE who shall then issue the Interim Payment Certificate (IPC). The IPC shall indicate
the amount payable after accounting for all adjustments (deduction, escalation, amount withheld or addition) carried forward from the previous
IPC or otherwise, therein recording the respective reasons also.
h) Within 10 (ten) days of receipt of the Stage Payment Statement from the Contractor pursuant to Clause 19.4, the AE shall determine the
amount due to the Contractor and thereafter recommend the release of payment.
i) The AE shall issue IPC within 15 days of its submission to the contractor. Simultaneously, the AE will forward two copies of such processed IPC
with supporting documents for further approvals to Authority. At the same time, the IPC shall be electronically mailed to the contractor,
Authority and PSO for records.
j) The Contractor shall thereafter review the IPC. In case of any disagreement, the Contractor should highlight the concern to the respective AE
& Authority on receipt of the IPC. If agreed by the AE, a new IPC incorporating corrections shall be issued by the AE in accordance to the clause
19.18 of the EPC agreement, or else the final decision of AE shall prevail.
k) The Authority Engineer shall then forward a hard copy & soft copy of the Payment Control Checklist to Authority & PSO. The submission shall
be supported with, but not limited to the following relevant documents:
i. Copy of Contractors Commercial Registration;
ii. Copy of Workmen, Plant & Equipment Insurance Policy;
iii. Copy of Contractors All Risk Insurance Policy;
iv. Copy Advance Payment Guarantee;
v. Copy of Performance Guarantee;
vi. Copy of Award Letter; and
vii. Copy of Contract Agreement as applicable Summary Sheet.
viii. Other relevant documents, as deemed fit and necessary
l) The documents mentioned above shall be checked by the respective AE for its correctness validity, expiry and also share certified copies of
each as hard and soft copy with Authority. All documents reaching expiry date must have at least two months validity. And any update in
documents needs to be shared immediately to avoid delay in payment to contractor.
m) Upon receipt of the IPC from the concerned Authority Engineer, Authority shall process payment within 30 days of submission of payment by
Contractor based on IPC and review of necessary supporting documents.
n) In case IPC is not issued by AE, Authority shall process payment within 30 days of submission of payment by Contractor based review of
necessary supporting documents and applicable deductions as necessary and adjustments shall be done from subsequent payments.
o) AE should not fail to issue IPC within 60 days of submission of payment by Contractor and Authority on quarterly basis shall pay all dues eligible
for payment to contractor from previous payments.

4. Limitations
This is just a guideline issued in project interest for consistent quality throughout the entire stretch. Contractor reserves the rights vested as per
the contract terms & conditions. The above guidelines shall not be treated as any addendum or variation to the original contract.
Guidelines for Contractor’s Payment

5. Processing of Interim Payment Certificate-IPC (Stage Payment)

Project Support Office (PSO)- NMSCEW Page 2 of 12


Guidelines for Contractor’s Payment

6. Formats and Checklist


6.1. Contractor Payment process checklist (To be filled by Contractor)
Nagpur Mumbai Super Communication Expressway
Stage Payment Statement- __ No.
Name of Project:
Date of Appointment : Contract Amount:
Invoice Date: Contractor Name:
Invoice Number: Authorized Engineer Name:
Description of Item Cumulative Up to this
Sr.No. Up to Previous Bill In this Bill Remarks
(Schedule-O) Bill
1 2 3 4 5 6
The estimated amount for the Works executed in
a accordance with Clause 19.3.1 subsequent to the last
claim;
Deduction for Royalty Wavier on Construction Minor
b
Mineral
amounts reflecting adjustments in price for the
c
aforesaid claim;
The estimated amount of each Change of Scope
d
Order executed subsequent to the last claim;
Change of Scope (CoS) under Cl. 13.2.3
Cost as per Schedule of Rates (SOR)of PWD
Cost as per MORTH Standard Data Book
amounts reflecting adjustment in price, if any, for (c)
e above in accordance with the provisions of Clause
13.2.3 (a);
f Total of (a), (b), (c), (d) and (e) above;
g Taxes: GST @12% on (f)
h Mobilization Advances as per cl. 19.2.1
i Release of retention Amount as per clause 7.5.3
j Total of (f), (g), (h) and (i) above;
k Deductions:
Any amount to be deducted in accordance with the
i
provisions of the Agreement except taxes;
Retention Amount @6% under Clause 7.5.1
Any Other
ii Any amount towards deduction of taxes; and
TDS @ 2% (Income Tax)
TDS @ 1% (CGST)
TDS @ 1% (SGST)
Labour Cess @ 1%
iii Total of (i) and (ii) above.
l Net claim: (j) – (k) (iii); - - -
The amounts received by the Contractor upto the last
m - - -
claim:
For the Works executed (excluding Change of Scope
i - - -
orders);
ii For Change of Scope Orders, and - - -
iii Taxes deducted
TOTAL 0 0 0
Amount in Words Payble:
Notes:-

Signature of Authorised Contractor Representative


Notes:-

Signature of Authorized AE Representative


Notes:-

Signature of Project Director

Approval of Chief Engineer

Signature of CFO (NMSCEL) Approval of Director (NMSCEL) Approval of Director-Incharge (NMSCEL)

Project Support Office (PSO)- NMSCEW Page 3 of 12


Guidelines for Contractor’s Payment

6.2. Payment Statement (To be filled by Contractor)


Nagpur Mumbai Super Communication Expressway
Stage Payment Statement- __ No.
Name of Project:
Date of Appointment : Contract Amount:
Invoice Date: Contractor Name:
Invoice Number: Authorized Engineer Name:
Description of Item Cumulative Up to this
Sr.No. Up to Previous Bill In this Bill Remarks
(Schedule-O) Bill
1 2 3 4 5 6
The estimated amount for the Works executed in
a accordance with Clause 19.3.1 subsequent to the last
claim;
Deduction for Royalty Wavier on Construction Minor
b
Mineral
amounts reflecting adjustments in price for the
c
aforesaid claim;
The estimated amount of each Change of Scope
d
Order executed subsequent to the last claim;
Change of Scope (CoS) under Cl. 13.2.3
Cost as per Schedule of Rates (SOR)of PWD
Cost as per MORTH Standard Data Book
amounts reflecting adjustment in price, if any, for (c)
e above in accordance with the provisions of Clause
13.2.3 (a);
f Total of (a), (b), (c), (d) and (e) above;
g Taxes: GST @12% on (f)
h Mobilization Advances as per cl. 19.2.1
i Release of retention Amount as per clause 7.5.3
j Total of (f), (g), (h) and (i) above;
k Deductions:
Any amount to be deducted in accordance with the
i
provisions of the Agreement except taxes;
Retention Amount @6% under Clause 7.5.1
Any Other
ii Any amount towards deduction of taxes; and
TDS @ 2% (Income Tax)
TDS @ 1% (CGST)
TDS @ 1% (SGST)
Labour Cess @ 1%
iii Total of (i) and (ii) above.
l Net claim: (j) – (k) (iii); - - -
The amounts received by the Contractor upto the last
m - - -
claim:
For the Works executed (excluding Change of Scope
i - - -
orders);
ii For Change of Scope Orders, and - - -
iii Taxes deducted
TOTAL 0 0 0
Amount in Words Payble:
Notes:-

Signature of Authorised Contractor Representative


Notes:-

Signature of Authorized AE Representative


Notes:-

Signature of Project Director

Approval of Chief Engineer

Signature of CFO (NMSCEL) Approval of Director (NMSCEL) Approval of Director-Incharge (NMSCEL)

Project Support Office (PSO)- NMSCEW Page 4 of 12


Guidelines for Contractor’s Payment

6.3. Log for Payment Statement & issuance of IPC

Form No.
Form Name: Log for Payment Statement & issuance of IPC
Nagpur Mumbai Super Communication Expressway
Contract Package Appointment Date Signature
Contractor Name
Number
AE Name Invoice Date
Name of Team Leader, AE
Base Value of the Days lapsed till this
Invoice Number
contract, INR invoice
0

Price
Invoice under Adjusted
IPC value certified Amount Paid against adjustment Amount
Sno. Invoice No. Invoice date Invoice Value INR IPC Issued Yes/ No IPC issue date dispute Additional Remark
INR IPC / Invoice applied to Withheld
Yes/No Amount INR
this IPC
1 2 3 4 5 6 7 8 9 10 11 12 13

Project Support Office (PSO)- NMSCEW Page 5 of 12


Guidelines for Contractor’s Payment

6.4. Stage Completion Information (to be filled by Contractor)


Form No.

Form Name: Stage Completion


Information
Nagpur Mumbai Super Communication Expressway
Contractor
Contract Package Number
Name
Invoice Date
AE Name Bill Month Apr-19
Signature
CONTRACT Escalation Index
Invoice Number Jan-19 Name & Designation, Contractor
VALUE Month
As Per Schedule H Executed Quantity In Percentage (%) Value INR
Value of
Weightage
Item As
Stage for of the Item Cumulat Cumulat Cumu
Per Cumulativ In Cumulat Stage
PAY ITEM Payment in Quantity as ive Up In Cumulativ ive Up In lative
UOM Weighted e Up to thi ive Up payment
NO applicable as per percentage per Scope to this e Up to to this Up to
Percentag Previous s to This complete
contract to the [Unit] Previou Bill This Bill Previou Bill This
e to the Bill Bill Bill Yes or No
Contract s Bill s Bill Bill
Contract
Price
Price
[UNIT
[%] [INR] [UNIT] [UNIT] [UNIT] [%] [%] [%] [INR] [INR] [INR]
]
Road works
including culverts, ₹ 0.0
1 52.690%
-
0.000%
00%
0.000%
widening and
repair of culverts
1.A A- Deleted
B.1- Construction
of 6-lane+ shoulder
1.B.01 Pavement (Rigid
pavement)/
(flexible payment)
(1) Earthwork up to ₹ 0.0 ₹ ₹ ₹
1.B.01.01 M 0.000% 0.000 0.000 0.000 0.000% 0.000% no
top of the sub-grade - 00% - - -
₹ 0.0 ₹ ₹ ₹
1.B.01.02 (2) Sub Base Course
M 0.000%
-
0.000 0.000 0.000 0.000%
00%
0.000%
- - -
no

(3) Dry Lean ₹ 0.0 ₹ ₹ ₹


1.B.01.03 Concrete(DLC) Course
0.000%
-
0.000 0.000 0.000 0.000%
00%
0.000%
- - -
no
M
(4) Pavement Quality ₹ 0.0 ₹ ₹ ₹
1.B.01.04 Control (PQC) Course
0.000%
-
0.000 0.000 0.000 0.000%
00%
0.000%
- - -
no


1 Sub Total 100.000%
-

Note: To be submitted along with Payment Statement for Authority Review

Project Support Office (PSO)- NMSCEW Page 6 of 12


Guidelines for Contractor’s Payment

6.5. Price Adjustment Information (to be filled by Contractor)


Form No.

Form Name:

Nagpur Mumbai Super Communication Expressway

Contractor Name Contract Package Number Bill Month:

AE Name Invoice Date Current Index Month:


Signature

CONTRACT VALUE Invoice Number Base Index Month: Name & Designation, Contractor

Labour Cement Steel Bitumen Fuel & Lubricants Other Materials Plant, Machinery & Spares

ITEM as Table of
Percentage Price Price Price Price Price Price Price TOTAL
ITEM Stage for Payment applicable UO P
Governing Price RW/BW PL LO LI Adjust PC CO CI Adjust SO SI Adjust PB BO BI Adjust PF FO FI Adjust PM MO MI Adjust PA AO AI Adjust VRW/BR
NO as per contract M S
Adjustment as per Value Value Value Value Value Value Value W
Clause 19.10.4 (e)
C. C. C. C. C.
B. B. C. B. C. B. B. B. B.
[%] [%] Inde [INR] [%] [INR] [%] [INR] [%] Inde [INR] [%] Inde [INR] [%] Inde [INR] [%] Inde [INR] [INR]
Index Index Index Index Index Index Index Index Index
x x x x x

Road works including culverts, widening


1 52.690%
and repair of culverts

1.A A- Deleted

B.1- Construction of 6-lane+ shoulder


1.B.01 Pavement (Rigid pavement)/ (flexible
payment)

Earthwork, Granular Work & ₹ ₹ 0 ₹


1.B.01.01 (1) Earthwork up to top of the sub-grade
Other Works
20% 5% ₹ - ₹ - 0% ₹ - 10% ₹ - 50% ₹ - 15% ₹ -
- - % -

Earthwork, Granular Work & ₹ ₹ 0 ₹


1.B.01.02 (2) Sub Base Course
Other Works
20% 5% ₹ - ₹ - 0% ₹ - 10% ₹ - 50% ₹ - 15% ₹ -
- - % -
₹ ₹ 0 ₹
1.B.01.03 (3) Dry Lean Concrete(DLC) Course Cement Concrete Pavement 20% 20% ₹ - ₹ - 0% ₹ - 10% ₹ - 35% ₹ - 15% ₹ -
- - % -

(4) Pavement Quality Control (PQC) ₹ ₹ 0 ₹


1.B.01.04
Course
Cement Concrete Pavement 20% 20% ₹ - ₹ - 0% ₹ - 10% ₹ - 35% ₹ - 15% ₹ -
- - % -

Earthwork, Granular Work & ₹ ₹ 0 ₹


1.B.01.05 (5) Non-Bituminous Base Course
Other Works
20% 5% ₹ - ₹ - 0% ₹ - 10% ₹ - 50% ₹ - 15% ₹ -
- - % -

₹ ₹ 0 ₹
1.B.01.06 (6) Bituminous Base Course Bituminous Work 20% 0% ₹ - ₹ - 15% ₹ - 10% ₹ - 40% ₹ - 15% ₹ -
- - % -
₹ ₹ 0 ₹
1.B.01.07 (5) Wearing Coat Bituminous Work 20% 0% ₹ - ₹ - 15% ₹ - 10% ₹ - 40% ₹ - 15% ₹ -
- - % -

1 Sub Total

Note: To be submitted along with Payment Statement for Authority Review

Project Support Office (PSO)- NMSCEW Page 7 of 12


Guidelines for Contractor’s Payment

6.6. Log for Royalty Qty & Payment (to be maintained by AE)

Form No.
Form Name: Log for Royalty Payment
Nagpur Mumbai Super Communication Expressway
Portion of
Description of Material Grade/ layer Aggregate/Material Composition
IPC Description of Work as per Qty. as wt. per cum as per Rate of Quantity Qty from Rate of applicable Amount of
(M15/M30/M35/ GSB/DLC/PQC/ Unit (stonedust/ 20mm/ Density in MT/Cum
Month Schedule H per IPC Mix design (MT) Constant (Cum) Borrow Royalty Royalty
Subgrade/Embankment) 10mm/ 6mm/sand etc)
area (%)

a b c d e f g h i= h/g j = i*e k l m
Earthwork, Granular and other
Work
Bitumen Work
1 Cement Pavement
Culverts, MNB, & other
Structures
Major Bridges and Structures
Earthwork, Granular and other
Work
Bitumen Work
2 Cement Pavement
Culverts, MNB, & other
Structures
Major Bridges and Structures

Project Support Office (PSO)- NMSCEW Page 8 of 12


Guidelines for Contractor’s Payment

6.7. Penalty for delays during construction (to be maintained by AE)

Form No.
Form Name: Penalty for delays during construction
Nagpur Mumbai Super Communication Expressway
Contract Package Appointment Date Signature
Contractor Name
Number
AE Name Invoice Date
Base Value of the Days lapsed till this Name of Team Leader, AE
Invoice Number
contract, INR invoice 0

Final price
Scheduled Milestone Milestone
adjusted
completion date Penalty Value value after
value
INR price
Milestone including extention Actual date of deducting
adjustment
Milestone no. Milestone Base Value INR completion days granted Milestone completion Time lapsed (days) Penalty percentage penalty Remark
1 2 3 4 5 6 7 8 9 10 11
I
II
III
IV
V
VI

Project Support Office (PSO)- NMSCEW Page 9 of 12


Guidelines for Contractor’s Payment

6.8. Contractor’s obligation checklist (to be filled by AE)


Form No.
Form Name: Contractors payment checklist
Nagpur Mumbai Super Communication Expressway
Contractor Contract Package
Name Number Signature
AE Name Invoice Date
Base Value
of the
Invoice Number Name of Team Leader, AE
contract,
INR 0
Is it valid for next
two month Valid
Sno. Description Yes No upto Remark
1 2 3 4 5
1 Copy of Contractors Commercial Registration;
2 Original Letters of Bank Account Information;
3 Copy of Workmen, Plant & Equipment Insurance Policy;
4 Copy of Contractors All Risk Insurance Policy;
5 Advance Payment Gurantee;
6 Copy of Performance Gurantee;
7 Copy of Award Letter; and
8
9
10

Note: to be submitted along with IPC as recommendation for payment.

Project Support Office (PSO)- NMSCEW Page 10 of 12


Guidelines for Contractor’s Payment

6.9. Log for change of scope payment (To be filled and maintained by AE)

Form No.
Form Name: Log for change of scope payment
Nagpur Mumbai Super Communication Expressway
Appointment
Contractor Name Contract Package Number
Date Signature
AE Name Invoice Date
Base Value of the Days lapsed Name of Team Leader,
Invoice Number
contract, INR till this invoice 0 AE

Estimated APPROVED VARIATIONS Previously Paid Paid this Period Cumulative


Item Description Quantity Unit Rate Amount(INR) Quantity Amount (INR) Quantity Amount (INR) Quantity Amount (INR) Quantity Amount (INR)
1 2 3 4 5 6 7 8 9 10

Project Support Office (PSO)- NMSCEW Page 11 of 12


Guidelines for Contractor’s Payment

6.10. Log for Retention Summary (To be filled by AE)


Form No.
Form Name: Log for Retention Summary
Nagpur Mumbai Super Communication Expressway
Contract Appointment Date Signature
Contractor Name
Package
AE Name Number
Invoice Date
Base Value of the Days lapsed till this Name of Team
Invoice Number
contract, INR invoice 0 Leader, AE
Invoice Cummulative Value Cummulative Net Retention Release of
Sno. Description Invoice Date
No. Certified Retention amount Retention Remark
1 2 3 4 5 6 7 8 9

Note: To be maintained by AE in consultation with Authority

Project Support Office (PSO)- NMSCEW Page 12 of 12


Guidelines for Authority Engineer’s Payment

Guidelines for Authority Engineer’s Payment


1. Scope of Guidelines
The purpose of this document is to provide a specific, detailed and transparent process to be followed to facilitate timely certification and
authorization of Authority Engineers’ requisition for payment. This Document also includes various formats, checklists and reports that Authority
will be required to follow at each stage during the payment process to Authority Engineers.

2. References
Guidelines has drawn reference from the GC Clause 6 and SC Clause 6 of AE Contract Agreement

3. Identification of Steps
3.1. Authority Approval Process for Monthly Payment
a) The AE shall prepare a statement of payment along with the supporting documents not limited to itemized statement, copies of receipt, as per
GC clause 6.3 & 6.4.
b) The AE shall submit 6 (six) hard copies to Authority and copy of the submission shall be shared via email with Authority & PSO. Along with
applicable formats and checklist attached in guidelines
c) The AE shall submit a Formal Payment statement to the Authority within the 15th day of each calendar month.
d) The date of receipt by the Authority shall be considered as the date of submission or base date from which the payment due date shall be
calculated.
e) The statement would then be reviewed by Authority for compliance and thereafter certified, indicating the amount payable after accounting
for all dues from previous certified payment(s) indicating reasons for such adjustments.
f) The Full Payment, as certified by Authority, shall be made within 60 days of receipt of such statement, failing which interest shall be applicable
on the amount due to AE at a rate as specified in the Special Conditions or as applicable during the time of payment. If there is any discrepancy
between actual and authorized cost to be incurred by the AE, then difference shall be adjusted from any subsequent payments.

3.2. Authority Approval process for Final Payment


a) Authority Engineer shall prepare a Final statement of payment along with the Final Report and other supporting documents in accordance with
the GC, clause 6.4 (d).
b) The AE shall submit 6 (six) hard copies to Authority and copy of the submission shall be shared via email with Authority & PSO. Along with
applicable formats and checklist attached in guidelines
c) The date of receipt by the Authority shall be considered as the submission date or base date from which the payment due date shall be
calculated.
d) The statement would then be reviewed by Authority with support of PSO for compliance and thereafter certified, indicating the amount payable
after accounting for all dues from previous certified payment citing the reasons for such adjustments.
e) Authority to approve payment within 90 days. In case the same is not accepted for any reasons, a written notice for the deficiency noted shall
be provided to the AE within 90 days, else the payment would be deemed approved for disbursement.
f) If any amount is paid in excess by Authority, notice shall be given within 12months of receipt of final statement and AE shall comply to same
within 30days of notice.

4. Limitations
1. Payments are limited to GC clause 6.1 except for modification as agreed under GC clause 2.6 and not exceeding ceiling specified in the SC.
2. Any additional expenditure not envisaged under GC clause 6.1 (a), shall be paid accordance to GC 6.1(b).
3. Consultant shall be paid on man-month basis for deployment of Key personnel, Sub-professional personnel and Support Staff considering 6
days a week as work week.
4. Consultant shall also be paid for other items as stated in their financial proposal. The payments shall be based on overall financial progress of
the Contractor expressed as percentage of civil works cost of the contractor.
5. Remuneration for payment claimed for durations spanning less than one month shall be calculated on an hourly basis where (Clause 6.2(b)(i)
(2))
a) One-hour Time spent in home office (AE head office) is equivalent to 1/240th of a month
b) On calendar basis one day spent away from home office is equivalent to 1/30th of the month.
6. The financial progress of Contractor shall be calculated as ratio of cumulative contractor payments certified (excluding escalation & tax) to
contract price of the contractor, expressed as percentage. Any change to the contract price due to change in scope, or otherwise shall be used
for calculating such financial progress.
7. Public holidays announced by the Govt. of Maharashtra shall be applicable to AE.
8. Public holiday shall not be accounted for man month deployment calculation by AE, if any of the key personnel is on a consecutive leave,
including one day prior & after such public holidays.
9. Claimed amount for the personnel shall be based on his effective man-hours utilization for the month and Man-hours of any key personnel shall
not be carried forward to subsequent month for claim.
10. This is just a guideline issued in project interest for consistent quality throughout the entire stretch. Contractor reserves the rights vested as
per the contract terms & conditions. The above guidelines shall not be treated as any addendum or variation to the original contract.

Project Support Office (PSO)- NMSCEW Page 1 of 9


Guidelines for Authority Engineer’s Payment

5. Approval Process Map

Project Support Office (PSO)- NMSCEW Page 2 of 9


Guidelines for Authority Engineer’s Payment

6. Formats and Checklist


6.1. Final Payment process checklist

Nagpur Mumbai Super Communication Expressway


Final Payment process Checklist
Name of Project:
Invoice Date: Authority Engineer Name:-
Invoice Number:
Sr.No. Description of Item Details Remark
1 2 3 4

a Original copy of Invoice with copies


b Final project Report
Copy of Construction Completion certificate
c
issued to contractor
Copy of Maintenace Completion Certificate
d
issued to contractor
In case of penalty aplicable on AE, detail
e
break down of same.
Copy of Modification of AE as per GC clause
f
2.6
copy of daily, monthly attendance and
g
calculation summary sheet certified by RE
h Copy of Date of Appointment
i Copy of Date of Mobilization
j Base Contract Pacakage value
k Final Contract Package value
l Base AE Contract value
m Final AE Contract value
n Date of last invoice payment realized
Copies of PAN, TIN & Proof of GST paid for
o
last invoice.
p Copy of AE measurement book

Notes:-

Signature of Authorized AE representative


Notes:-

Signature of Regional Engineer

Signature of Project Director

Signature of CFO (NMSCEL) Approval of Chief Engineer Approval of Director (NMSCEL)

Project Support Office (PSO)- NMSCEW Page 3 of 9


Guidelines for Authority Engineer’s Payment

6.2. Monthly Payment process checklist

Nagpur Mumbai Super Communication Expressway


Payment process Checklist
Name of Project:
Invoice Date: Authority Engineer Name:-
Invoice Number:
Sr.No. Description of Item Details Remark
1 2 3 4

a Original copy of Invoice with copies


b Monthly project Report
c Copy of IPC issued to contractor
In case of penalty aplicable on AE, detail
d
break down of same.
Copy of Modification of AE as per GC clause
e
2.6
copy of daily, monthly attendance and
f
calculation summary sheet certified by RE
g Date of Appointment
h Date of Mobilization
i Base Contract Pacakage value
Cummulative Contract Package value
j
certified till date
k Base AE Contract value
l Cummulative AE Contract value Paid
m Date of last invoice payment realized
n Professional Liability insurance validity
o Validity of performace bank gurantee
Copy of PAN, TIN and proof of GST paid for
p
last invoice
q Copy of AE mesurement books

Notes:-

Signature of Authorized AE representative


Notes:-

Signature of Regional Engineer

Signature of Project Director

Signature of CFO (NMSCEL) Approval of Chief Engineer Approval of Director (NMSCEL)

Project Support Office (PSO)- NMSCEW Page 4 of 9


Guidelines for Authority Engineer’s Payment

6.3. Log for Man-month Summary


Form No.
Form Name: Man-month Summary
Nagpur Mumbai Super Communication Expressway
Contract Package Appointment
Invoice Number
Number Date
Signature
Base Value of the Days lapsed till
Invoice Date
contract, INR this invoice
Contractor Financial RE Name
AE Name
progress in %

Man-month Cummulative Planned Net Man- Deduction of


provision for Man-month deployement for Net Man-month days present man-days for
Construction phase achieved till this Month as per deployed this Net Man-days in home Absence/
Sno. Description as per contract previous month Contract month present at site office Penalty Remark
1 2 3 4 5 6 7 8 9 10
A. KEY PERSONNEL
1 Team Leader 30
2 Residential Engineer (Highways) 30
3 Residential Engineer (Structure) 30
4 Resident Tunnel Engineer 0
5 Highway Design cum Pavement 12
6 Bridge/Structural Design Engineer 12
7 Sr. Contract Specialist 15
8 Senior Quantity Surveyor 30
9 Sr. Quality cum Material Manager 30
10 Environmental Expert 12
11 Road Safety Expert 4
12 Tunnel Design Specialist
13 Tunnel Ventilation Specialist
B. SUB- PROFESSIONAL STAFF
1 Bridge Engineer(1 nos) 30
2 Highway Engineer (2 nos for Const 60
3 HTMS cum Toll Expert (1 no) 6
4 Horticulture and Landscape Expert 6
5 Legal Expert 4

Project Support Office (PSO)- NMSCEW Page 5 of 9


11 Road Safety Expert Nagpur
4 Mumbai Super Communication Expressway
Contract Package Appointment
Invoice12Number Tunnel Design Specialist
Number Date
13 Tunnel Ventilation Specialist Signature
Base Value of the Days lapsed till
Guidelines
Invoice Datefor Authority Engineer’s Payment
B. SUB- PROFESSIONAL STAFF contract, INR this invoice
1 Bridge Engineer(1 nos) Contractor
30Financial RE Name
AE Name
progress in %
2 Highway Engineer (2 nos for Const 60
Cummulative Planned Net Man- Deduction of
3 HTMS cum Toll Expert (1 no) Man-month 6 Man-month deployement for Net Man-month days present man-days for
4 Horticulture and Landscape Expert provision 6
for achieved till this Month as per deployed this Net Man-days in home Absence/
Sno. 5 Legal Expert Description Construction
4 phase previous month Contract month present at site office Penalty Remark
A.
6 KEYSurvey
Sr. PERSONNEL
Engineer (3 nos) 90
1
7 Team Leader Expert
Geotechnical 30
6
2
8 Residential
Quantity Engineer
Surveyor (2(Highways)
nos Highway 30
90
3
9 Residential
Quality Engineer
Control (Structure)
Engineer (2 nos 30
90
4
10 Resident Tunnel Engineer
Lab Technicians (3 nos) 0
90
5
11 Highway
Design Design cum
Engineer Pavement
(Highway) 12
15
6
12 Bridge/Structural
Design Design Engineer
Engineer (Structure) 12
15
7
13 Sr. Contract Specialist
Electrical Engineer 15
12
8
14 Senior Quantity Surveyor
Hydrologist 30
12
9
15 Sr. Quality
BIM Managercum Material Manager 30
30
10
16 Environmental Expert 2 nos
Senior BIM Coordinator- 12
60
11
17 Road Safety Expert
Tunnel Engineer (2 nos) 4
12
18 Tunnel Lining
Tunnel DesignEnginer
Specialist
13
19 Tunnel Safety
Tunnel Ventilation Specialist
Engineer
B.
C. SUB- PROFESSIONAL
Support Staff STAFF
11 Bridge Engineer(1
Office Manager nos) 30
30
22 Highway Engineer
Accountant (2 nos for Const
cum Cashier 60
30
33 Photocopy Operator (1 no)
HTMS cum Toll Expert 6
30
44 Horticulture
Computer and Landscape
Operator-2 nos( 1Expert
for 6
60
55 Legal Expert
Office Boy- 2 Nos (1 for AE and 1 4
60
6 Sr. Survey Engineer (3 nos) 90
7 Geotechnical Expert 6
* As per biometric summary for attendance
8 Quantity Surveyor (2 nos Highway 90
9 Quality Control Engineer (2 nos 90
10 Lab Technicians (3 nos) 90
11 Design Engineer (Highway) 15
12 Design Engineer (Structure) 15
13 Electrical Engineer 12
14 Hydrologist 12
15 BIM Manager 30
16 Senior BIM Coordinator- 2 nos 60
17 Tunnel Engineer (2 nos)
Project Support Office (PSO)- NMSCEW Page 6 of 9
18 Tunnel Lining Enginer
19 Tunnel Safety Engineer
C. Support Staff
1 Office Manager 30
Guidelines for Authority Engineer’s Payment

6.4. Log for Man-month Cost Summary


Form Name: Man-month Cost Summary
Nagpur Mumbai Super Communication Expressway
Contract Package Appointment
Invoice Number
Number Date
Signature
Base Value of the Days lapsed till
Invoice Date
contract, INR this invoice
Contractor Financial RE Name
AE Name
progress in %
Net Man-
Cummulative month Deduction of
Man-month Man-month Cost deployement man-days for
provision for achieved till Cost per man- cost for the Absence/
Sno. Description Construction phase previous month month month Penalty Remark
1 2 3 4 5 6 7 8
A. KEY PERSONNEL
1 Team Leader 30
2 Residential Engineer (Highways) 30
3 Residential Engineer (Structure) 30
4 Resident Tunnel Engineer 0
5 Highway Design cum Pavement 12
6 Bridge/Structural Design Engineer 12
7 Sr. Contract Specialist 15
8 Senior Quantity Surveyor 30
9 Sr. Quality cum Material Manager 30
10 Environmental Expert 12
11 Road Safety Expert 4
12 Tunnel Design Specialist
13 Tunnel Ventilation Specialist

Project Support Office (PSO)- NMSCEW Page 7 of 9


4 Resident Tunnel Engineer 0
Nagpur Mumbai Super Communication Expressway
5 Highway Design cum Pavement Contract 12
Package Appointment
Invoice Number
6 Bridge/Structural Design Engineer Number 12 Date
Signature
Base Value of the Days lapsed till
Invoice 7Date
Guidelines Sr. Contract
for Authority Specialist
Engineer’s Payment 15
contract, INR this invoice
8 Senior Quantity Surveyor 30Financial
Contractor RE Name
AE Name
9 Sr. Quality cum Material Manager progress 30 in %
10 Environmental Expert 12 Net Man-
Cummulative month Deduction of
11 Road Safety Expert 4
Man-month Man-month Cost deployement man-days for
12 Tunnel Design Specialist provision for achieved till Cost per man- cost for the Absence/
Sno. 13 Tunnel Ventilation Specialist
Description Construction phase previous month month month Penalty Remark
B.
A. SUB-PERSONNEL
KEY PROFESSIONAL STAFF
1 Team
BridgeLeader
Engineer(1 nos) 30
2 Residential Engineer
Highway Engineer (2 (Highways)
nos for Const 30
60
3 Residential
HTMS cum Engineer
Toll Expert (Structure)
(1 no) 306
4 Resident Tunnel
Horticulture andEngineer
Landscape Expert 06
5 Highway Design cum Pavement
Legal Expert 124
6 Bridge/Structural
Sr. Survey EngineerDesign Engineer
(3 nos) 12
90
7 Sr. Contract Specialist
Geotechnical Expert 156
8 Senior
QuantityQuantity
SurveyorSurveyor
(2 nos Highway 30
90
9 Sr. Quality
Quality cum Engineer
Control Material Manager
(2 nos 30
90
10 Environmental
Lab TechniciansExpert
(3 nos) 12
90
11 Road
DesignSafety Expert
Engineer (Highway) 4
15
12 Tunnel Design Specialist
Design Engineer (Structure) 15
13 Tunnel Ventilation
Electrical Engineer Specialist 12
B.
14 SUB- PROFESSIONAL
Hydrologist STAFF 12
1
15 Bridge Engineer(1 nos)
BIM Manager 30
2
16 Highway
Senior BIMEngineer (2 nos for
Coordinator- Const
2 nos 60
3
17 HTMS cum Toll Expert
Tunnel Engineer (2 nos) (1 no) 6
4
18 Horticulture
Tunnel Liningand Landscape Expert
Enginer 6
5
19 Legal
TunnelExpert
Safety Engineer 4
6
C. Sr. Survey Engineer
Support Staff (3 nos) 90
71 Geotechnical
Office Manager Expert 6
30
82 Quantity
Accountant Surveyor (2 nos Highway
cum Cashier 90
30
93 Quality
PhotocopyControl Engineer (2 nos
Operator 90
30
104 Lab Technicians
Computer (3 nos)nos( 1 for
Operator-2 90
60
115 Design Engineer
Office Boy- 2 Nos(Highway)
(1 for AE and 1 15
60
12 Design Engineer (Structure) 15
13 Electrical Engineer 12
14 Hydrologist 12
15 BIM Manager 30
16 Senior BIM Coordinator- 2 nos 60
17 Tunnel Engineer (2 nos) Project Support Office (PSO)- NMSCEW Page 8 of 9
18 Tunnel Lining Enginer
19 Tunnel Safety Engineer
C. Support Staff
Guidelines for Authority Engineer’s Payment

6.5. Log for Expenditure and Asset Cost Summary


Form No.
Form Name: Expenditure & Asset Summary
Nagpur Mumbai Super Communication Expressway
Contract Package Appointment
Invoice Number
Number Date
Signature
Base Value of the Days lapsed till
Invoice Date
contract, INR this invoice

AE Name Contractor Financial RE Name


progress in %
% Project
Cost provision for Cummulative Cost Cummulative IPC IPC value Financial Amount
Construction phase realized till certified till certified this progress made payable this
Sno. Description as per contract previous month previous month month this month month Remark
1 2 3 4 5 6 7 8 9
A. Expenditure and Asset
1 Transportation
2 Duty Travel to Site
3 Office Rent
4 Office Supplies, Utilities and Communication
5 Office Furniture and Equipment
6 Reports and Document Printing

7
Survey Equipment with Survey Party and Vehicle
8 Contingencies* (as per Authrity Approval)
9
10

Project Support Office (PSO)- NMSCEW Page 9 of 9


Guidelines for Utility Shifting

Guidelines for Utility Shifting


1. Scope of Guidelines
Guidelines for Utility Shifting works shall provide a specific, detailed and transparent process to be followed to facilitate timely approvals. It shall
also define roles & responsibility of various stakeholders for providing certification and authorization of Contractors’ applications for
reimbursement / payments. This document also includes formats, checklists & reports that Utility Owning Agency (UOA), Authority Engineers,
Authority and EPC Contractors may be requiring at each stage.
EPC CONTRACTOR AUTHORITY ENGINEER AUTHORITY/UOA
2. References
Guidelines has drawn reference from the
Article-9 of Contract Agreement (Volume-II)
START

3. Identification of Steps
If not identified at
3.1. Process for Utility Shifting DPR stage, AE to
inform of
a. EPC Contractor shall identify all utilities in NO probable cost
Is Utility obstructing
overrun to
RoW which may obstruct execution of Project ROW ?
Authority
works during the construction and
maintenance of NMSCEW and upon YES
identifying any such utility, shall notify the
Authority and AE within 1 working day. 1 Day AE to verify and notify 1 Day
EPC Contractor to notify Authority, UOA & AE to conduct
Authority, if utility was
b. Upon being notified by the EPC contractor, the Authority & AE
identified at DPR stage
joint site survey
AE shall verify the stage at which the
utility had been identified (DPR/ Others) 7 Days
c. Authority shall notify UOA for holding joint
inspection regarding the identified utility AE to scrutinize drawings
5 Days UOA to prepare drawings &
estimates, along with demand
and its proposed shifting plan. note and submit to AE for
& verify estimates
d. Authority, AE, EPC Contractor and UOA comments
3 Days
within 7 working day shall carry out joint
site visit. Subsequently, UOA within 5
working days shall prepare detailed design
3 Days
& drawings, estimates, BOQ and demand EPC contractor to Authority to review & approve
execute the work estimates
note, Further, UOA shall submit the same
with AE & Authority for his comments and
(Based on Work
observations. Program)
e. AE , within 3 working days, shall scrutinize
3 Days UOA to certify the RA bills and
the detailed drawings, estimates and BOQ EPC contractor to raise
measurement book. Issue work
& submit to Authority with his RA bills
completion certificate
recommendations.
f. Upon receiving AE’s comments & 7 Days

recommendations, Authority shall


approve the detailed drawings, estimates,
BOQ and demand note for utility shifting 5 Days Authority with support of PSO
within 3 working days AE to scrutinize the RA bills,
shall reimburse EPC contractor
work completion certificate &
Bill to be raised as per on receipt of requisite
g. Subsequently, Contractor shall submit to schedule mentioned in
proof of payment
documents
the Authority, the work plan and schedule EPC contractor
payment process
for the utility shifting work within a period checklist mentioned
2 Days
of 3 days. Further he shall execute the below
works under supervision of UOA, AE and
Authority and shall raise RA bills for the
executed works as per table provided.
END
h. UOA within reasonable time (preferably in
7 working days) shall scrutinize the entries in Reimbursement schedule for RA Bills
the Measurement Book and drawings relating Approved Estimate for Utility Shifting (in Cumulative terms)
to the work description and quantities of Approved Estimate <= INR 2 Cr Upon 100% completion of work done of approved Estimate
work/supplies submitted by the EPC Stage 1:- After completion of 25% of work done of approved Estimate
Contractor. Further, UOA shall give “Work INR 2 Cr < Approved Estimate <= INR 10Cr Stage 2 :- After completion 50% of work done of approved Estimate
Stage 3:- After completion 100% of work done of approved Estimate
Completion Certificate” upon completion of
After Completion of either 25% of work of approved Estimate or 10
works to EPC Contractor which he will submit Approved Estimate > INR 10Cr Cr (whichever is less) till reimbursement of total amount of
to Authority for final reimbursement. approved Estimate
i. EPC Contractor to forward the RA bills approved from UOA to AE along with related payment proof, work completion certificate, measurement
books & drawings. And AE within 5 working days shall certify and approve the RA bills in concurrence with the Work Completion Certificate and
Proof of Payments . Thereafter, it shall forwarded to the Authority for reimbursement of payment for the approved RA bills.
j. Authority, with support of PSO, shall verify bills & proof of payments for reimbursement for the submitted RA bills within 2 working days.

4. Limitations
This is just a guideline issued in project interest for consistent quality throughout the entire stretch. Contractor reserves the rights vested as per
the contract terms & conditions. The above guidelines shall not be treated as any addendum or variation to the original contract.
Guidelines for Utility Shifting

5.Formats and Checklists


5.1. EPC Contractor Payment Process Checklist
Check List for making payment to EPC Contractor for Utility Shifting

Availablility
Sr. No. Description Remarks
√ /X
Confirm that the cost Estimate for
1 utility shifting approved by UOA
Confirm the estimate with detailed
2 drawings & BOQ / Demand Note
approved by Authority
3 Work Program for utility shifting
4 Measurement book signed by
a Utility Owning Authority
b Authority's Engineer
5 RA bill certified by
a Utility Owning Authority
b Authority's Engineer
6 Proof of Payments (attached)
Work executed by EPC Contractor
6.1
himself
a Undertaking for the Work executed
Work executed by EPC Contractor's Sub
6.2
Contractor
a Sub Contractors invoice
Sub Contractors payment proof for
b
utility shifting works
c Vendors invoice
Sub Contractors payment proof for
d
utility shifting works
RA Bill & Measurement Book both
7 signed by Project Director (NMSCEL) at
regional level.
8 RA Bill approved at Head office
Guidelines for Utility Shifting

5.2. Request for New Identified Utility


Request for Utility Shifting

Project Title:
Contractor Name &
Package:
Utility type:
Utility Owner & Address:
Utility Description:
Affected Chainage and
activity:
Contractor Letter No: Date:
Checklist to be filled by AE
Sl. no. Description Yes No
Q1 Was Utility Identified by contractor during initial utility survey?
Q2 Does the Utility shifting proposal matches:
a) budget provision within DPR
b) If No, attach a sheet for explaining the change
Does Utility crosses the proposed expressway? If yes can it be routed through the nearest
Q3
proposed utility duct?
a) If yes can it be routed through the nearest proposed utility duct?

b) If answer to Q3(a) is No, Please specify type of structure required along with the drawing?

a) Does the proposed technical specifications for the involved utility matches with that of
Q4
existing similar utility ?
b) If No, attach a sheet explaining reason for upgradation and additional cost for the
upgradation.
Q6 Does the proposal account for effective operation & maintenance requirement for utility?
Is subcontractor to be engaged for works empaneled with utility owner? If no please include
Q7
credentials of subcontractor, who shall take up the concerned works?
Q8 Please provide any other relevant information required for review of document?
Attachments required:
Utility Owner approval of estimate Timeline for works to be taken
Work Method Statement Relevant procedure for utility service downtime
Drawing on proposed PPD Any other (please specify)
Site photograph
Notes:-

Authority Engineer Authority Resident Engineer


Date: Date:

Project Support Office (PSO)- NMSCEW Page 3 of 4


Guidelines for Utility Shifting

5.3. Log for register for Utility Shifting


Register for Utility Shifting

Name of Date of Date on which Letter No. Authority Authority


Sl. Contract Chainage Estimate as per
EPC Identification of Authority is of EPC Utility Type Utility Owner Estimate as per DPR Approval Letter Approval date Remark
no. Package No. Utility Owner
Contractor Utility notified Contactor No. (at HO) (at HO)

From To
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20

Project Support Office (PSO)- NMSCEW Page 4 of 4


Guidelines for Change of Scope

Guidelines for Change of Scope


1. Scope of Guidelines
The purpose of this document is to describe the process to be followed whenever variation is to be considered in the agreed scope of work as
defined in Schedule B to D of contract agreement. The variations could be at the request from the contractor or as an from Authority.

2. References
Guidelines has drawn reference from the Article 13 “Change of Scope” of EPC Contract Volume II

3. Identification of Key steps


3.1. Authority’s Review & Approval Process

a) For changes initiated by Authority, justification of such changes may need not be established. Hence, the Change Order Request may be
prepared/ responded based on consultation with all stakeholders.
b) For changes initiated by the Contractor, the justification of such change needs to be established with the Authority by Authority’s Engineer.
c) On acceptance of such change by Authority, a detailed Change Order Request shall be prepared and submitted to the Authority by the
Contractor along with supporting documents, detailed working of quantities and rates. The applicable formats are provided in this document.
d) Prior to submission, proposal supporting document may be verified by Proof/ Safety consultant or any external consultant for technical
reliability of proposal.
e) AE shall negotiate with contractor on the submitted Change Order Requests, if necessary, along with the Authority to justify price, scope, time
& specification.
f) AE upon in-principle acceptance by Authority shall communicate the same to contractor within 15days.
g) AE shall lead joint review with concerned stakeholders (upstream & downstream) to form a detailed/ optimized proposal with modified/
negotiated terms.
h) AE shall prepare revised program incorporating time implications in coordination with all stakeholder involved/ identified. The same will be
submitted to Authority for review, along with negotiated/ certified cost of change and supporting documents.
i) Authority shall review complete Proposal with respect to contract compliance & restrictions and shall communicate acceptance of the same
with change, if any.
j) AE shall thereafter issue notice & acceptance for change of scope to contractor to proceed with same. And within 5 working days, the contractor
shall communicate his acceptance, failing which the change shall be deemed accepted.
k) Contractor/ AE shall maintain a record of the status of various Change Order Claims to Authority. The applicable formats are provided at section
6.1 of this document.
l) Contracts Team of Contractor along with AE shall ensure the Amendment of Project Contract / Agreement to the extent of certified value of
the approved Change Order Request.

4. Limitations
This is just a guideline issued in project interest for consistent quality throughout the entire stretch. Contractor reserves the rights vested as per
the contract terms & conditions. The above guidelines shall not be treated as any addendum or variation to the original contract.
Project Support Office (PSO)- NMSCEW Page 1 of 3
Guidelines for Change of Scope

5. Formats and Checklist


5.1. Status of Change Order Requests
CM 01 - Change Management
Status of Change Order Requests (to Authority)
Status of Change Order Requests
Project:

Sl. No. Change Order Request No. Change Order Request Title Brief Description Tenable? (Y/N) Approved by Client? (Y/N) Certified Value (INR Cr.) Invoice No. Payment Status Remarks

1
2
3
4
5

Project Support Office (PSO)- NMSCEW Page 2 of 3


Guidelines for Change of Scope

5.2. Change Request Form


SUBMITTER - GENERAL INFORMATION
CR#
Submitter Name
Brief Description of
Request
Date Submitted
Date Required
Priority Low Medium High Mandatory
Reason for Change
Other Artifacts Impacted
Assumptions and Notes
Attachments or Yes No
References Link:

INITIAL ANALYSIS
Hour Impact
Duration Impact
Schedule Impact
Comments
Recommendations

CHANGE CONTROL BOARD – DECISION


Decision Approved Approved Rejected More Info
w/Conditions
Decision Date
Decision Explanation
Conditions

Project Support Office (PSO)- NMSCEW Page 3 of 3


Guidelines for Sub-Contractor Management

Guidelines for Sub-Contractor Management


1. Scope of Guidelines
The purpose of this document is to create a system for reporting, reviewing and approving subcontractor(s) involved on the project. The procedures
mentioned herein shall only be considered as prescriptive guidelines for a systematic and consistent approach in engagement of sub-contractors.
The performance of sub-contractors shall be bound by the contractual obligations of the principal contractor.

2. References
Guidelines has drawn reference from the Article 3 & Clause 3.2 (Obligations of the Contractor), EPC Agreement Vol. II

3. Identification of steps
3.1. Authority Review & Approval Process for Sub-Contracting
a) The Contractor shall submit sub-contractor list AE for record. In case for sub-contractor award value exceeds 5% of Contract price the proposal
should be sent to AE with copy to Authority for evaluation and approval of Sub-Contractor.
b) The Contractor shall submit 3 hard copies of his proposal for engagement of a sub-contractor along with all the relevant supporting documents
to the Authority Engineer (AE) at least 15 working days prior to the execution of Sub-contract.
c) The AE shall forward to the Authority, a detailed proposal seeking clearance of such sub-contractors wrt to National security and public interest
for all sub-contractor with award values exceeds 5% of contract price and for all other sub-contractors AE may forward these for clearance as
deemed necessary.
d) AE in consultation with Authority communicate his decision within 15 working days from the date of communication, if a. Sub-Contractor is
Admissible his proposal shall be further taken up for evaluation as per clause 3.2 of EPC Contract Agreement.
e) AE shall further scrutinize the proposal, identifying the following details:
i. Value of similar Works executed in previous 3 years.
ii. Award value of Similar works and
iii. Payment realized on all such similar works.
f) Based on Scrutiny, AE shall provide his comments/recommendation on the proposal within 20 days from submission date.
g) AE to forward his recommendation to Authority in the form of a hard copy and a soft copy for review and approval of award of works to sub-
contractor within 45 days of communication form contractor. And communicate in writing, the final decision of the Authority to the contractor.

4. Limitations
This is just a guideline issued in project interest for consistent quality throughout the entire stretch. Contractor reserves the rights vested as per
the contract terms & conditions. The above guidelines shall not be treated as any addendum or variation to the original contract

5. Approval Process of Sub-Contracting

Project Support Office (PSO)- NMSCEW Page 1 of 2


Guidelines for Sub-Contractor Management

6. Formats and Checklist


6.1. Log for Sub-contractor award (to be maintained by AE)
*Subcontractor name and award value to be maintained for all award of works and other details to be recorded for evaluation, in case works exceeding 5% of Contract Price, in aggregate.

Form No.
Form Name: Log for Sub Contractor
Nagpur Mumbai Super Communication Expressway
Contract Package Appointment Date Signature
Contractor Name
Number
AE Name Log Update Date
Name of Team Leader, AE
Base Value of the Current Sub- Sum Value of Sub
contract, INR Contractor Number Contract works
0

Name the most Name of the Award value Payment


Type of works In the last 3yr,
Project length Indented Value of relevant similar work Client for of most recieved on
Sno. Sub-Contractor Name awarded wrt to No. of similar works Remark
awarded award considered as basis most relavent relavent most relevant
Schedule H identified
for evaluation similar work similar work similar project
1 2 3 4 5 6 7 8 9 10 11

Project Support Office (PSO)- NMSCEW Page 2 of 2


Guidelines for Material Procurement

Guidelines for Material Procurement


1. Scope of Guideline
Guidelines for Material Procurement is to ensure compliance in conformity with specifications & standards set forth in EPC Contract. The given
guidelines establish procedure to facilitate timely approvals from Authority’s Engineer & Authority to ensure material quality & standardization.

2. References
Document has drawn reference from “MORT&H specifications”, “IRC:SP:99 –2013” and Schedule D of Volume II of the Agreement.

3. Identification of Key Steps START

3.1. Material Approval Process


a) The Contractor shall ensure that the material is
NO
as per the Specifications & Standards mentioned Material as per specification
List to be provided by
Authority
in EPC agreement/ MORT&H and the vender of
the proposed material shall be approved by
authority. YES

b) If material or vendor or both are not approved


by Authority, then Contractor must not procure NO
Material to be
procured from list of vendors
material from such vendors.
c) EPC Contractor shall submit ITP, MTP & QAP
documents for material testing to AE. YES

d) AE to review the ITP, MTP & QAP documents for


ITP, MTP & QAP to be
their conformity with general standards & submitted to AE
specification and field practices. The above Within 7 days Contractor to make
documents must be approved or rejected within corrections as per AE
recommendations
7 days. If any of the above-mentioned
documents are not approved, then AE shall AE approves test plans NO
suggest relevant changes in ITP, MTP or QAP.
Contractor shall then re-submit the documents
YES
after suggested corrections have been If asked by AE ,
contractor to conduct
incorporated. third party testing
Material testing to be done
e) After the ITP, MTP or QAP has been approved, in presence of AE

EPC Contractor shall conduct relevant tests in


presence of the AE with random samples taken
from the vendor of the desired material. If Material/Vendor
required, Contractor must send the samples to Material/Vendor NO rejected. Project
approved by AE Director & Contractor to
third party for testing. 5 Days
be notified

f) If test results are acceptable, then AE shall YES 5 Days


approve & forward test results within 5 working
days along with test certificates to PD. Approval sent to Project
Director
g) Project Director shall cross verify the test
results for the tests done by the contractor &
advise the Nodal Office within 3 working days. Material/Vendor
Project Director NO rejected. AE,
h) Project Director (PD) shall forward the approval to cross-verify
Nodal Office* approves
Contractor & Project
Material/Vendor
documents to Nodal Office along with the test the test 3 Days 5 Days Director to be
notified
results & test certificates and comments
YES 5 Days
regarding material & vendor (if any).
i) Nodal Office after going through the test results AE, Contractor &
Project Director
& test certificates, shall approve the material to be notified
and inform the Contractor, AE & Project
Director (PD) within 5 working days.
Material to be
j) If approval is not granted, Nodal Office shall procured by
Contractor
forward a material rejection note to the
Contractor, AE & Project Director (PD).
Contractor shall then re-initiate the entire STOP
process. Contractor must procure material only
when material approval from Nodal Office has been received.

4. Limitations
In case EPC contractor intends to use any alternative material whether patented or not, which is not specifically covered in Indian or International
Standards, but the use of which has been permitted on similar project then the Contractor shall submit a certificate supported by details of critical
performance. This certificate shall be signed by the owners of such similar projects regarding the continuous successful performance of such
materials for last 5 years of service life.
This is just a guideline issued in project interest for consistent quality throughout the entire stretch. Contractor reserves the rights vested as per
the contract terms & conditions. The above guidelines shall not be treated as any addendum or variation to the original contract.

Project Support Office (PSO)- NMSCEW Page 1 of 3


Guidelines for Material Procurement

5. Formats and Checklists


5.1. Form for Evaluation of Vendors (To be filled by AE)
Nagpur – Mumbai Super Communication Expressway
Vendor Evaluation Form
Vendor Details

Vendor:-_________________________________________________________________________________
Address:-________________________________________________________________________________
City:-_______________________________________State:-_______________________________________

Contact No:-_________________________________ Email ID:-_____________________________________

Material Details

Material:-________________________________________________________________________________
Specification:-_____________________________________________________________________________
Vendor Evaluation
1= Very Poor, 2= Poor, 3 = Satisfactory, 4 = Good , 5 = Very Good
Vendors Evaluation 1 2 3 4 5
Past Experience of Vendor
Size of Client Base
Competitiveness of Price
Overall Financial Condition
Financial Capacity
Quality of material as per specification
Technical Support of Staff
Serviceability of the material
Results of Test Conducted
Total
Grand Total

Prepared by Authority Engineer -

Name:- Signature:-

Checked by Authority -

Name:- Signature:-

Project Support Office (PSO)- NMSCEW Page 2 of 3


Guidelines for Material Procurement

5.2. Material Approval Tracker (To be maintained by PSO)

Nagpur – Mumbai Super Communication Expressway


Material Approval Tracker
Material & Specification:-
________________________________________________________________________________________
_____________
Vendor:-
________________________________________________________________________________________
__________________________
Sr. No. Description Status Remarks
1 Inspection Test Plan
2 Material Test Plan
3 Quality Assurance Plan
4 Sample Material is as per Specification &
Standard
5 Sample Material is procured from list of
vendors
6 Test Conducted in presence of AE
7 Material approved by AE
8 Test Results & Test Certificates Sent to
PD
9 Material approved by PD
10 Nodal Office informed
11 Others (Please Specify)

Project Support Office (PSO)- NMSCEW Page 3 of 3


Standard Operating Procedure for Stakeholders Meeting Management

Guidelines for Stakeholders Meeting Management


1. Scope of Guidelines
The purpose of this document is to create system for management of meetings with the stakeholders. This shall guide on efficient management of
one-time and re-occurring meetings as per purpose & urgency. It shall clarify the necessity in achieving the objectives of stakeholders meeting.

2. Identification of steps
2.1. Approval Process for New Meeting request
a) The concerned stakeholder to prepare a
statement along with the supporting documents.
And submit same to Authority representative
(AE).
b) PSO shall review the statement based on
i. From whom submission is made (Primary or
secondary stakeholder)
ii. The objective of meeting & if same is
overlapping with existing meeting.
iii. And if it’s one time or re-occurring meeting
request
iv. Availability of concerned stakeholder
c) PSO shall review meeting logs and propose non-
conflicting meeting timing.
d) For any Urgent meeting with Authority decision
shall prevail and other meeting shall stand
cancelled to conduct meeting at earliest. Same
to be formalized and recorded for action by PSO.
e) For other meetings the PSO shall classify and
label them with respect to Priority Matrix shown
in section 4.4
f) Based on review & suggestion PSO, Authority
shall provide its final decision on meeting request, which
would them be recorded in log and taken up for meeting
setup and closure.
2.2. Process of setting up & closure of Meeting
g) Create a schedule of meetings at least one month in advance
at a frequency specified by the Organization al Official.
h) Post the schedule over email as meeting request and as
internal office memo.
i) Notify the concerned individuals of the updated schedule, via
LETTER OF INVITATION: inviting relevant stakeholders to a
meeting which would indicate the following information:
i. The purpose of the letter
ii. The Responsible person to attend the meeting
iii. Date and Time
iv. Venue
v. Agenda for the meeting
vi. However, letters of invitation are channeled through
emails, personal delivery, and by postage.
j) FEEDBACK FROM STAKEHOLDERS: NMSCEL accepts
feedback from stakeholders after letters have been
distributed on the convenience of the proposed date and
time for the meeting.
k) FOLLOW UP: This is done through telephone calls to remind
the stakeholders for an effective meeting to be carried out.
l) MEETING DAYS AND IMPLEMENT: Meetings are held and timelines are set to implement agreed discussions.
m) ACTION REQUIRED: Two days prior to meeting all relevant documents & data shall be shared with PSO by concerned stakeholders. And
Meeting minutes are recorded and action required to be communicated to all concerned stakeholder by the Organizer. If any discrepancy in
minutes of meeting, it shall be communicated to Organizer within five working days or same shall be binding to all.
n) Review of meeting outcome shall be done as per meeting review flow chart.

Project Support Office (PSO)- NMSCEW Page 1 of 4


Standard Operating Procedure for Stakeholders Meeting Management

2.3. Approval Process of New Meeting Request

Project Support Office (PSO)- NMSCEW Page 2 of 4


Standard Operating Procedure for Stakeholders Meeting Management

3. Formats and Checklist


3.1. Minutes of Meeting

Project Support Office (PSO)- NMSCEW Page 3 of 4


Standard Operating Procedure for Stakeholders Meeting Management

3.2. Log for Monthly Meeting


Form No.
Form Name: Monthly Log for Meeting Management
Nagpur Mumbai Super Communication Expressway
Duration of Priority Level as Reccuring or One-time Secondatry
Sno. Meeting ID Date of Meeting Time of meeting Location Objective of Meeting Orgaizer Primary stakeholder Action required by Notes for Next meeting
meeting per Matrix Meeting Stakeholder
1 2 3 4 5 6 7 8 9 10 11 12 13 14

Project Support Office (PSO)- NMSCEW Page 4 of 4


Standard Operating Procedure for Dispute Resolution

Guidelines for Dispute Resolution


1. Scope of Guidelines
The purpose of this Document is to ensure that any dispute that may arise during execution of works, during the agreement of the final account
or during Defect Liability Period (DLP) shall be managed in accordance with this process.
1. To ensure that any dispute with the Authority, Authority Engineer, Contractor or a Consultant that we wish to formally register, (Dispute)
is managed inline with process.
2. To ensure that any formal Dispute that is notified to Authority in compliance with the Contract, Authority Engineer, Contractor or any
Consultants agreement is managed in accordance with this process.
3. To ensure that all Disputes are managed in accordance with the relevant dispute and arbitration procedures included with in the Contract,
Subcontract or any Consultants.

2. References
Document has drawn reference from GC Article 26 of
EPC Contract Agreement Volume II

3. Identification of Key Steps


3.1. Authority Review & Resolution
Process
a) The Notification of a Dispute under the Terms of
the Contract, by either party of the Agreement,
shall be resolved under process 4.2 of Guidelines.
b) If a Dispute arises from any party of the Contract,
Contractor/ Authority shall provide all the
relevant documents / information to each other
about the dispute.
c) Notification shall be sent to the MD & VCMD of
MSRDC and it shall be resolved by the relevant
Contract Dispute Mechanism.
d) On receipt of notification of dispute VC&MD of
MSRDC shall resort to resolve dispute amicably.
e) If unable to resolve amicably Dispute shall be
raised in writing to AE, and shall Proceed with
review as per section 4.2, within 14days of
occurrence. If not done in 14 days AE decision on
same shall prevail.
f) If dispute is raised in writing in 14days and AE
decision is not acceptable to both parties, same
shall be referred to steering committee
constituted by MSRDC.
g) If steering committee decision is also not
acceptable to both parties then same shall be
referred to sole arbitrator, not below rank of
retired Chief Secretary of GoM, and his decision
shall be Final & Binding to both parties.

Project Support Office (PSO)- NMSCEW Page 1 of 2


Standard Operating Procedure for Dispute Resolution

4. Formats and Checklist

Not Applicable

Project Support Office (PSO)- NMSCEW Page 2 of 2


Standard Operating Procedure for Request for Inspection

Guidelines for Request for Inspection


1. Scope of Guidelines
The purpose of this document is to provide a specific, detailed and transparent process to be followed for intimating Authority Engineer of
construction activity to be carried out in following day. AE at his discretion shall inspect the activities in RFI and highlight if there are any
discrepancy. This document also includes various formats, checklists and reports that Authority Engineers and Contract need to follow.

2. References
Guidelines has drawn reference from following clause(s) of the EPC contract agreement:
1. GC Clause 11.8 of EPC Contract Agreement Volume II
2. GC Clause 11.11 of EPC Contract Agreement Volume II

3. Identification of Key Steps


3.1. Submission and Inspection
Process
a) The EPC Contractor is to send one copy
each, to the Authority Engineer and the
Authority informing them about the
activities to be carried out the following
day.
b) AE to acknowledge receipt of RFI and in
coordination with Authority to undertake
examination/ inspection within 3 days.
c) If inspection cannot be undertaken within 3
days, AE shall inform in writing date
inspection without unreasonable delays.
d) if not informed about date of inspection,
contractor after 3 days is entitled to
assume that AE would not undertake the
said inspection and he shall proceed with
works.
e) Note: The AE at his discretion shall at his
discretion can select which activity he is to
inspect.
f) If the result of aforesaid activities is found
compliant or are completed satisfactorily,
the contractor shall file his copy of the RFI
to record the progress of work.
g) If the task/activity is non-compliant then the
AE shall inform the Authority of the
situation and the progress, physical or
financial, for that work shall not be
considered. The AE shall provide comments
regarding the work to the Contractor.
h) The Contractor shall make the necessary
changes and/or amendments to his work
methodology and repeat the RFI process.

Project Support Office (PSO)- NMSCEW Page 1 of 3


Standard Operating Procedure for Request for Inspection

4. Formats and Checklist


4.1. Process RFI Form

Request for Inspection (RFI)


Project Title:
Concerned
Chainage and
activity:

Contract No: Contractor Name:

RFI No: RFI Issue Date:

Subject:

To: Expected Date of Response:

Description of Activity
Tick Contractor Tick
Sno. Description AE sign
yes No sign yes No

Attachments:
Date:
Project Incharge

Authority / Consultant's Repsonse

For Authority Engineer/ Consultant

Date:

Project Support Office (PSO)- NMSCEW Page 2 of 3


Standard Operating Procedure for Request for Inspection

4.2. Log for Request for Inspections


Form No.
Form Name: Log for Request for Inspection
Nagpur Mumbai Super Communication Expressway
Contract Package Date of Log update
Contractor Name
Number Signature
AE Name Appontment Date No. of RFI Approved
No. of RFI not Name of Team
Base Value of the contract, INR
Approved Leader, AE

Chainage STATUS

BoQ No. (as per Approved Not


RFI NO. Date of RFI Item Description BoQ item Detail Date of Inspection RHS or LHS Remarks
DPR) & Approved/
From To
Complian not
t compliant
1
2
3
4
5
6

Project Support Office (PSO)- NMSCEW Page 3 of 3


Standard Operating Procedure for Quality Assurance and Control

Guidelines for Quality Assurance and Control


1. Scope of Guidelines
The Objective of guidelines for Quality Assurance & Control is to be compliant with Quality management process. Which shall indeed support
proactive and inclusive approach towards project Quality & all Stakeholders respectively to deliver project compliance to Contract Agreement and
the Project objective. Document shall enable stakeholders to ensure that the Construction, Materials and workmanship are in accordance with the
requirements specified in this Agreement, Specifications and Standards and Good Industry Practice.

2. References
Guidelines has drawn reference from Article 11 “Quality Assurance,
Monitoring and Supervision” of EPC Contract Volume II

3. Identification of steps
3.1 Authority Review Process for Quality
Assurance and Control
a) The Contractor shall prepare and submit copy of Quality
Assurance Plan (QAP) along with necessary particulars, shall be
submitted to the Authority representative (AE) within 30 days of
Appointed Date.
b) AE shall review the QAP within 21 days of receipt in consultation
with Authority and PSO
c) AE shall complete his review of QAP in 5 working day and share
his observation with Authority & PSO for review.
d) If need of meeting is justified, the Authority to set up meeting
with Contractor for observation and action plan to Implement
QAP in-line with Contract Agreement.
e) PSO to Support Authority (PD/CE) for review of QAP within 10
days and share their observation with AE.
f) AE to incorporate Authority review of QAP and Approve with
comments the submission to EPC Contractor.
g) Contractor to incorporate AE observation and re-submit revised
QAP for record & implementation to AE and Authority.
3.2 Review Process for Quality Control & Work
Methodology
a) The Contractor shall have Quality control mechanism including sampling
and testing of Materials, test frequencies, standards, acceptance criteria,
testing facilities, reporting, recording and interpretation of test results,
approvals, check list for site activities, and proforma for testing and
calibration in accordance with the Specifications for Road and Bridge Works
issued by MORTH, relevant IRC specifications, NHAI’s Quality Assurance
Manual, 2006 and Good Industry Practice; and Internal quality audit system
b) The Contractor shall prepare and submit copy of Quality control& work
Methodology Plan along with necessary particulars and to be submitted to
the Authority representative (AE) 15 days prior to start of execution.
c) AE shall review the submission within 10 days of receipt in consultation with
Authority and PSO and suggest changes if required.
d) AE to review execution at site as per his discretion and record his
observation and test results for works executed for reporting in Monthly
progress report.
e) In case of tests conducted shows, Defects or Deficiencies EPC Contractor
has to carry out remedial measures and has to submit report on same
f) AE shall ask EPC Contractor to carry out tests and has to ascertain the
remedial measures are successful and work is in line with standards and
specification as described in Contract Agreement.
g) In event of AE finding any result of an examination, inspection,
measurement or testing, any Plant, Materials, design or workmanship to be
defective or otherwise not in accordance with the provisions of this
Agreement, the Authority’s Engineer has to reject the same

4. Limitations
This is just a guideline issued in project interest for consistent quality throughout the entire stretch. Contractor reserves the rights vested as per
the contract terms & conditions. The above guidelines shall not be treated as any addendum or variation to the original contract.

Project Support Office (PSO)- NMSCEW Page 1 of 1


Standard Operating Procedure for Risk Review & Management

Guidelines for Risk Review & Management


1. Scope of Guidelines
The purpose of this document is to create a system for Risk Management Process that will guide stakeholders to review & report risk emerging
during project construction cycle and safeguard project objective as defined by NMSCEL. The operating procedures mentioned herein shall only
be considered as prescriptive guidelines for a systematic and consistent approach towards risk management and reporting. The overall involvement
of stakeholders shall be bound by the contractual obligations prescribed in the agreement signed between the stakeholder and NMSCEL.

2. References
This Document has drawn reference from following:

1) Good Industry Practice

2) ISO 9001: Quality Management Systems – Requirements

3. Identification of steps
3.1 Authority Review & Approval Process for Risk Management
a) The Contractor shall prepare and submit
copy of risk register along with necessary
particulars, shall be submitted to the
Authority representative (AE) at least 10
working days prior to end of Month.
b) AE shall review the risk register based on
i. Follow-up on previous Risk event
ii. Occurrence of any new risk event
c) AE shall Proceed with review as per
section 4.2 of Guidelines. Post the review,
if there is need for a stakeholder meeting
on any of risk event identified critical, the
same shall be to Authority to about the
objective.
d) If need of meeting is justified, the
Authority to set up meeting with
stakeholder for update and action plan to
mitigate risk. Proceedings of the meeting
shall be recorded and risk register to be
updated with relevant information.
e) The risk register shall be submitted by
Authority as part of Monthly report to
authority and copy of same to contractor
to be provided for further updating.
f) Quarterly Project Risk review meeting
shall be undertaken by Authority for
review and to take stock on mitigation
plan.
g) After the contracted works are
completed, the risk register shall be
updated and incorporated as part of
lesson learned.

Project Support Office (PSO)- NMSCEW Page 1 of 4


Standard Operating Procedure for Risk Review & Management

4. Formats and Checklists


4.1 Risk Register Log ( to be maintained by AE)

Project Support Office (PSO)- NMSCEW Page 2 of 4


Standard Operating Procedure for Risk Review & Management

4.2 Typical List of Risk on a Project


Description Guidelines
Country Risk
Political Stability Review risk identified during tender stage as well as identify new risk
Economic Stability Review risk identified during tender stage as well as identify new risk
Immigration and Labour Laws Any effect on cost as identified during tender stage
Currency Exchange rate and Banking Any effect on cost as identified during tender stage
Authority Risk Hands on experience with Authority to be factored
Project Risk Current experience on methodology / environment etc. need to be highlighted
JV Risk Ongoing experience with J.V. Partner need to be highlighted during this stage
Contract Conditions How actual execution is affected and cost implication if any.
Financial Work
Payment Timely payment / Delayed payment to be identified / highlighted
Retention Money Periodic status to be reviewed
Taxes & Duties Review actual status
Material Risk
Discuss the risk associated with stringent specifications and monopolistic situation
Specifications due to specifications
Availability Comment / View on the non-availability, unfavourable market conditions and
(Cement Sand, Steel, aggregates, structural steel and dependence upon single/preferred supplier and your perception to get materials
quarry) at assumed cost
Comment on the market mafia and dependency on single supplier or single quarry
Monopoly and your experience in dealing with the same.
Labour Risk
Availability of Labour View on the availability of skilled / unskilled labour in the region.
Labour subcontractor availability and reliability
Availability of visas and work permits for the labours
Influence Local obstructions, high dependence upon the local labour contractors
Civil unrest and Industrial strikes
Comment on insurance, rest periods, over time regulations number of hours
Labour Laws working etc.
Equipment Risk

View on the availability of equipment with Contractor or external sources. Lead


Availability of Equipment time for the procurement for the equipments. Unfavorable market conditions
Comment / View the cost and availability associated with use of such equipments.
Specialized / Monopolized Equipment Availability of spare parts of such equipment
Time Risk
Tender calculation time Comment on the adequacy for construction time
Mobilization time Comment on the adequacy of time for mobilization of equipment
View on the possibility of schedule crashing by extra equipments and extra
Possibility of schedule crashing resources
View the indirect cost associated with the work and possibility of time over run
Sensitivity to time related cost due to various reasons. Discuss all possible reasons for time overrun and its effect
Operation
Spell out all the possible risk arising out of physical, geological, marine
Unknown Site Condition environmental condition and effect of the same in the project cost minus of and
i.e. topographic and geological conditions possibility of plus or both the cost and time.
Construction Method 1. Unknown Method
2. If Contractor lacks experience in the method of construction proposed state the
same with the possible risk associated with the known and unknowns
3. Discuss methods for optimization and avoiding risks
Design Risk
Depending upon the time / unknown work design from the design department
Contractor design allocate plus or minus in cost
Depending upon the confidence from the last work of design by the Consultant
Consultant Design add percentage to the direct cost
Special Equipment Risk
A project which completely depends upon special equipment e.g. Jack up
platform, floating barges and dredgers check the effect on the start date due to
Availability supplying and vendering
Possibility of Floods, Cyclones Bad weathers and other Comment on the risk associated with time and cost in case of flood, cyclones,
delays weather etc.

Project Support Office (PSO)- NMSCEW Page 3 of 4


Standard Operating Procedure for Risk Review & Management

Project Support Office (PSO)- NMSCEW Page 4 of 4


Standard Operating Procedure for Extension of Time for Completion

Guidelines for Extension of Time for Completion


1. Scope of Guidelines
The purpose of this document is to create a system for reporting, reviewing and approving contractor(s) request for “Extension of Time (EOT) for
project Completion”. The operating procedures mentioned herein shall only be considered as prescriptive guidelines for a systematic and consistent
approach in Submission & approval of request for EOT with respect to Contract Agreement.

2. References
Document has drawn reference from the following Article/clause(s) of the EPC agreement:
1. Article 10 (Design and Construction of the Project Expressway), Engineering Procurement and Construction Agreement Vol. II
2. Clause 10.5 (Extension of Time for Completion), Engineering Procurement and Construction Agreement Vol. II

3. Identification of steps
3.1. Authority Review & Approval Process for events with Non- Continuing effect
a) The Contractor shall review if event or circumstance shall have non-Continuing effect on work(s) impacted. If so, following steps shall be
followed for submission and approval of authority.
b) The Contractor shall submit notice to Authority Engineer (AE) wrt to clause 10.5.1 along with necessary particulars of event and reasonable
details for AE to examine occurrence of impact and its effect.
c) The Contractor Submission shall be made within 15 Business Days of contractor become aware about event and forwarded to AE with 3 hard
copies and via e-mail with copy to Authority and Project Support Office (PSO).
d) AE shall, within 15days of Notice from contractor, examine submission in consultation with Authority for any further clarification that may
be required to determine EOT from contractor. And shall request clarification for completeness of submission in writing from contractor.
e) Contractor on receipt of clarification shall respond with supporting documents and details for AE to determine EOT within 10 days of receipt.
f) In cases, no clarification requested by AE and On receipt of clarification from contractor, AE shall review submission and details of previous
EOT and shall judiciously determine EOT due to occurrence event and if total EOT approved need to be increased for the project, within 15
days and forward his recommendation to Authority with 2 (Two) hard copy & email copy.
g) Authority with support of PSO & Finance and Administrative shall provide recommendation and decision on award of EOT to Contractor Via
AE in writing.
3.2. Authority Review & Approval Process for events with Continuing effect
h) The Contractor shall review if event or circumstance shall have Continuing effect on work(s) impacted. If so, following steps shall be followed
for submission and approval of authority.
i) The Contractor shall submit notice to Authority Engineer (AE) wrt to clause 10.5.5 along with necessary particulars of event and reasonable
details for AE to examine occurrence of impact and its effect.
j) The Contractor Submission shall be made within 10 Days of after the close of each month for interim payment and for final submission shall
be submitted within 30days after the effect ceases.
k) AE shall, within 15days of Notice from contractor, examine submission in consultation with Authority for any further clarification that may
be required to determine EOT from contractor. And shall request clarification for completeness of submission in writing from contractor.
l) Contractor on receipt of clarification shall respond with supporting documents and details for AE to determine EOT within 10 days of receipt.
m) In cases, no clarification requested by AE and On receipt of clarification from contractor, AE shall review submission and details of previous
EOT and shall judiciously determine EOT due to occurrence event and if total EOT approved need to be increased for the project, within 15
days and forward his recommendation to Authority with 2 (Two) hard copy & email copy.
n) Authority with support of PSO & Finance and Administrative shall review recommendation for CE and provide recommendation and decision
on award of EOT to Contractor Via AE in writing.

Project Support Office (PSO)- NMSCEW Page 1 of 3


Standard Operating Procedure for Extension of Time for Completion
3.3. Approval Process of EOT

Project Support Office (PSO)- NMSCEW Page 2 of 3


Standard Operating Procedure for Sub-Contractor Management

4. Formats and Checklist


4.1. Log for Extension of Time

Form No.
Form Name: Log for Extension of Time
Nagpur Mumbai Super Communication Expressway
Contract Package Appointment Date Signature
Contractor Name
Number
Scheduled
AE Name Log Update Date
Completion Date
Name of Team Leader, AE
Base Value of the Revised Contract Revised Completion
contract, INR value Date

Critical Activites Approved Approved Clause under


EOT Claimed as per Value Claimed as per
S. No. Description of Event EOT Letter No. Date of Notice impacted as per EOT by value to be which value is Remark
Notice Notice
Notice Authority paid claimed

1 2 3 4 5 6 7 8 9 10 11

Project Support Office (PSO)- NMSCEW Page 3 of 3


Guidelines for Design and Drawings Approvals

Guidelines for Design and Drawing Approvals


1. Scope of Guidelines
The purpose of guidelines for Design & Drawing approval is to ensure compliance in conformity with specifications & standards set forth in EPC
contract agreement and any subsequent requirement prescribed by the Authority. This document shall define the procedure to facilitate timely
approvals accorded by the Authority’s Engineer for issuing Good for Construction Drawings. Also, would enable the user to track down the status
of each type of designs & drawings involved on the project.

2. References
Guidelines has drawn reference from Article 10 “Design & Construction” and Schedule B, C, D & I of EPC Contract Volume II

3. Identification of steps
3.1 Appointment of Design Director, Safety & Proof Consultants
a) The Contractor shall appoint “Design Director” within 20 days of Appointed Date (cl. 10.1.1) to get the designs and construction drawings
prepared.
b) Contractor shall appoint Proof Consultant (cl. 10.2.2) who has adequate experience in Highways and Structures, and is appointed by the
Contractor with the consent of the Authority from panel of three firms.
c) Safety Consultant to be appointed by the Contractor with the consent of the Authority from panel of three firms (cl. 10.1.5).
3.2 Preparation & Submission of GAD (if not already available).
a) Contractor / Design Director to prepare GAD drawings as per in accordance with Schedule B, C, D & I.
b) GAD Drawings to be verified & checked by Proof Consultant & Safety Consultant. In case of any drawings are inconsistent, proof consultant
should forward it back to contractor with comments, else must approve the same & revert.
c) In case any comments are received from Proof Consultant & Safety Consultant, the suggested comments must be incorporated in the GAD
drawings & sent for checking again. If GAD drawings are found to be in order, Contractor to send the same to AE for his review & comments.
d) AE to review the GADs & shall revert in 15 days with his comments. Contractor should incorporate those changes & resubmit the GAD to AE
for review.
e) If any structure is passing over any railway alignments, GAD drawings then must be forwarded to Authority for approval of Railway
Authorities. Otherwise must be forwarded to Contractor for preparation of Design & Drawings.
f) Authority to pass the GAD drawings to Railway Authorities to obtain GAD approval. If any comments are received from Railway Authorities,
same changes must be incorporated by contractor & resubmitted to Railway Authority.
3.3 Preparation of Designs & Drawings.
a) After receiving GAD approvals, Contractors should carry out preparations of designs & drawings based on details of design standardization
provided in section 6.3.
b) Contractor must get design & detail drawings prepared & vetted by proof & safety consultants before forwarding it to AE for his review.
c) If any comments are received from Proof Consultant & Safety Consultant, the suggested comments must be incorporated in the Designs &
Drawings & sent for checking again. If Designs & Drawings are found to be in order, Contractor to send the same to AE for his review &
comments.
d) AE must review & comment on detailed design & drawings and revert contractor within 15 days (30 days for major bridges or structures)
after receipt of drawings.
e) If any comments/ inconsistencies are identified by AE, the same shall be complied by contractor and revised drawings must be resubmitted.
f) AE after submission of revised drawings must revert with its observations within 10 days after receipt of drawings.
g) If contractor fails to resubmit revised drawings, AE may withhold payments for the affected works.
h) If any structure is passing over any railway alignments, detailed Designs & Drawings then shall be forwarded to Authority for approval of
Railway Authorities to obtain relevant approvals
i) Once detailed Designs & Drawings are approved, they must be considered as GFC drawings. Contractors may prepare other relevant detail
drawings required for construction.
j) If no review or comments are received from AE on any drawings shall relieve contractor of its obligations and hence may start construction.
k) In case of structures like ROB and RUB, EPC Contactor shall take shutdown or launching permission before execution of works
3.4 Preparation & Submission of ‘As- Built’ Drawings.
a) Once the execution is completed EPC Contractor within 90 days shall prepare and submit ‘As- Built’ drawings to AE
b) AE shall scrutinize, countersign and shall forward the same to the Authority
c) Authority upon receiving ‘As- Built’ drawings shall sign and send one copy each to AE and EPC Contractor

4. Limitations
This is just a guideline issued in project interest for consistent quality throughout the entire stretch. Contractor reserves the rights vested as per
the contract terms & conditions. The above guidelines shall not be treated as any addendum or variation to the original contract.

Project Support Office (PSO)- NMSCEW Page 1 of 6


Guidelines for Design and Drawings Approvals

5. Process for Designs & Drawings Approval.

Project Support Office (PSO)- NMSCEW Page 2 of 6


Guidelines for Design and Drawings Approvals

6. Formats and Checklists


6.1 Road Drawing Submission & Status Tracker ( to be maintained by AE)

Nagpur Mumbai Super Communication Expressway Drawing Tracker for Road Works for CP: -_____
Sno. Contractor Contractor Description Checked by Drawing AE AE Contractor Revised Clearance Remarks
Letter No. Letter Proof Status Letter Letter Revised Drawing from AE for
Dated consultant No. Dated Drawing Submission Construction
(Approved/
and safety Submission Letter Date
Approved
Consultant Letter No.
with
(yes/No) Comments/
Rejected

Project Support Office (PSO)- NMSCEW Page 3 of 6


Guidelines for Design and Drawings Approvals

6.2 Structure & Tunnel Drawing Status Tracker (to be maintained by AE)
Nagpur Mumbai Super Communication Expressway Drawing Tracker for Structure Works for CP: -_____
Structure ID Drawing Status Design Status
Type of Chainage Classification Submission Status AE Submission Status AE
Clearance from
Structure (Foundation/ Sub- Letter No. (Approved/ Letter Letter No. (Approved/ Letter
AE for
Structure/ Super- Approved with No. Approved with No.
Construction
Structure) Comments/ Comments/
Rejected) Rejected)

Project Support Office (PSO)- NMSCEW Page 4 of 6


Guidelines for Design and Drawings Approvals

6.3 Details of Design Standardization


Instructions for presentation of General Layout Drawings: -
1) Show North Arrow pointing up.
2) Show centre line of abutment and pier bearings (fixed or expansion). Provide dimensions
along one horizontal line for presentation purposes.
3) Show intersection of baselines and equivalent chain-age for Interchange over roadway.
4) Show lane widths, shoulder widths, safety walkway widths, parapet/barrier widths, median
width, berm width (one continuous dimension string except for parapet/barriers) (bridge and
roadways under). For the proposed interchange dimension, this information to be kept on
the approaches to keep the interchange plan area clear for text (parapet and safety walkway
widths to be shown within bridge limits). Label the following with dimensions:
a. parapet
b. median barriers
c. compound walls / noise barriers, etc.
5) Show edge of pavement at approaches/curb lines/concrete curb (roadway item)
6) Baseline and/or PGL including baseline geometry (bearings, angle points, PC’s, radius, etc.)
(bridge and roadways under). For baseline and profile grade line text description, label text
as “BL and P.G.L.” followed by roadway description on the 2nd line.
7) Beam guide rail (roadway item) and Beam guide rail attachment, Type (bridge approaches
and roadway under structure)
8) Show direction of traffic arrows and roadway titles (bridge and roadways under)
9) Show top of slope, toe of slope, top of cut and slopes where applicable.
10) Show skew angles.
11) Point of minimum vertical clearance over roadways.
12) Top of existing channel for stream under structures / culverts.
13) Show proposed and existing right of way (ROW) lines, drainage lines, slope lines, etc.
14) Show existing roadways to be shown in lighter color.
15) Show waterway opening for stream under structures or navigation channel width.
16) Actual lateral clearance to all substructures for roadway under structures.
17) Existing & proposed structures/utilities/drainage pipes and inlets, utility poles to be shown in
different color variations.
18) Show proposed drainage pipes, inlets, headwalls and ditches at the approaches or at the
roadway under the structure (label one as typical on a case by case basis).
19) Proposed utilities on the bridge, at approaches and at roadway under structure.
20) Show limits of channel work (for stream cleaning or stream realignment)
21) Show graphic bar scales.
22) Important Gradients, both Horizontal & Vertical.

Additional instructions presentation for Interchange Drawings:-


1) Show Interchange No.
2) Show Area of Interchange
3) Show horizontal & vertical gradient
4) Show Acceleration / Deceleration zone Length & speed
5) Show no of Lanes
6) Show Sight stopping Distance
7) Show traffic data.

Project Support Office (PSO)- NMSCEW Page 5 of 6


Guidelines for Design and Drawings Approvals

Nagpur Mumbai Super Communication Expressway


Details of Interchanges

Includes No . No of Sight Passenger Freight


Acceleration
Interchange Wayside Gradient Deceleration Of Toll Stopping traffic traffic
Zone Codes used
Sr Construction Amenities Ramp Lanes Booths Distance vehicles vehicles
for
No. Package No. No.
Reference.
G: H: Speed
Length
Number Location Type Area (Yes / No) horizontal vertical (Km/ Length (in M) Speed (in Km/Hr.) (Nos.) (Nos.) (in M) (Nos) (Nos)
(M)
(i) (j) Hr)
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20

Project Support Office (PSO)- NMSCEW Page 6 of 6


To: AE-TLs – All Packages
Ref: 1. Minutes Of Meeting Held On Monday, June 17 2019 At MSRDC Nepean Sea Road Office.
2. Minutes Of Meeting Held On Tuesday, August 06 2019 At MSRDC Bandra Office.

Subject: Standardization of Procurement Process for Construction Materials for NMSCEW Project

Preamble

The Nagpur Mumbai Super Communication Expressway (NMSCEW) is a 701km long road project, with varied
topography and physical attributes involve 16 EPC packages with same number of Contractors and Authority
Engineers. The project besides entailing multiple stakeholders, is very large in scale and complex in nature.
Fundamentally, in all such projects, with quality being of paramount importance warrants for standardization and
consistency in the quality of construction materials.

Authority’s Engineers (AE) are according approvals to various construction materials. However, it is observed that
selection of construction materials (viz. cement, steel, construction chemicals, etc.)/vendors is not standard and
uniform across various packages. Such choice of construction materials/vendors may lead to inconsistency in the
overall project quality.

In view of the above, a set of guidelines prescribing parameters for selection of construction materials/vendors was
contemplated and discussed during various meetings and site visits. Consequent to the detailed discussion and
deliberation on the need to ensure a standard quality all across the project, irrespective of different packages, the
following guidelines for the procurement of construction materials/vendors have been designed.

The sole objective of these guidelines hereunder is to ensure uniformity, consistency and standardization in the
overall project quality, complying and adhering to the Specifications and Standards as set forth in EPC contract
and at the same time follow the best engineering practice of the Construction Industry.

It may be noted that there has been a sincere effort to populate more and more vendors in the list to keep it
competitive and at the same time fair amount of effort has gone to encourage local and regional entrepreneurship
with no compromise on quality or technical specifications.

Applicability of the Guideline


Instructions to Authority’s Engineer

A. Any subject material must be introduced post approval of the respective Project Director (PD), in
compliance to applicable Guidelines and relevant annexures.
B. AEs shall ensure that the respective EPC contractor adhere to these guidelines or any separate/additional
correspondence issued under this subject from time to time.
C. This is not a comprehensive list, and the undersigned may update and issue additional guidelines as
deemed necessary in future.
D. It may be noted that while these Guidelines are suggestive in nature, adherence to these are considered
to be an important and a crucial compliance for attaining the intended objective of quality and consistency
across the project.

Vendor Identification / Selection:

Considering the nature, magnitude and importance of the project including timeline, enumerated below is a
list of vendors identified for material procurement post consideration of overall technical compliance,
background of the companies, interest expressed and capacity for continued supply and service.

It may be noted that, for no reason whatsoever, such listing shall mean or warranty any compromise on the
contractual obligations including ITP, MTP, QAP, etc., as envisaged on the subject clauses.
ANNEXURE 1 - Cement
Use of Cement shall conform to relevant MoRTH, IRC and IS guidelines and codes, respectively.
List of Vendors identified for material procurement:
1. Ultratech
2. ACC
3. JSW
4. Dalmia
5. Ambuja
6. Orient
7. Kalburgi
8. Birla Gold
9. India Cements

.
ANNEXURE 2 – Reinforcement Steel (Except ROBs)
Use of Steel, for reinforcement, shall conform to relevant MoRTH, IRC and IS guidelines and codes, respectively.
List of Vendors identified for material procurement:
1. SAIL
2. TATA
3. JSW
4. RINL
5. Kamdhenu NXT TMT Bars, Kamdhenu Limited
6. Kalika TMT Bars, Kalika Steel Alloys Pvt. Ltd., Jalna
7. Polaad Steels (Bhagyalaxmi Group), Jalna
8. Sangam TMX TMT Steel (Mahalaxmi TMT Pvt. Ltd.), Wardha
9. Guardian Steels Pvt. Ltd.

.
ANNEXURE 3 - Crystalline Durability Admixture
In packages 8, 9 and 10 – detailed specifications for use of this material are provided in Corrigendum to Schedule-
D issued on March, 24 2018. Similarly, for packages 14, 15 and 16 – detailed specifications for use of this material
are provided in Sr. No. 8 of Corrigendum to Schedule-D issued on July, 06 2018. In both cases, the detailed
specifications are the same.
However, in packages 1 and 2, and 11, 12, and 13 – detailed specifications for the subject material are not
mentioned. Also, in packages 3 to 7 – detailed specifications of the subject material were present in the original
tender document. Inadvertently, they were deleted in the subsequent Corrigendum.
Therefore, to ensure durability, consistency, uniformity and quality, Crystalline Durability Admixture must be used
in all construction packages and shall follow the below mandatory specifications.
As per the recent guidelines of MoRTH, integral crystalline durability admixtures shall be added in the concrete to
enhance the concrete durability. It shall be used for both pavement quality concrete (PQC) and structural concrete
for all structures including bridges, culverts, shotcrete inside tunnels including tunnel lining and at portals. The
crystalline admixture shall be added either at the time of batching at the batching plant or in the drum of the transit
mixer, when the concrete arrives at the point of pouring.
1. Dosage - 0.8% by weight of cement + cementitious material (or such dosage as desired to meet durability
criteria).
2. The crystalline admixture shall be compatible with any other concrete admixture confirming to ASTM D494.
3. The product must have both, IRC accreditation as well as MoRTH accreditation.
4. Material shall fulfil the requirements of American Concrete Institute guidelines ACI-212-3R-10 Chapter 15 and
fall under PRAH (permeability reducing admixtures for hydrostatic conditions) and must reduce coefficient of
permeability of concrete by min. 70% (preferably 90% or zero permeability), when compared to control concrete
and tested as per DIN 1048 PART 5 by carrying out 4 cycles each of 5 bar hydrostatic pressure for 72 hours and
drying for 48 hours between the cycles & co-efficient of permeability calculated as per Darcy’s formula/ Valenta
equation by incorporating penetration values obtained at the end of fourth cycle pressure.
5. The material must reduce chloride diffusion co-efficient by minimum 45% when tested as per ASTM C 1556-4
and compared with the control concrete, thereby prolonging the durability & service life of the treated concrete
structure.
7. Must demonstrate minimum reduction of 20% in shrinkage cracks as compared to control concrete, as per BS
ISO-1920-8:2009.
8. Must demonstrate no internal expansion under sulphate attack, when tested as per ASTM C-1012-12.
9. The crystalline admixture must be capable of self-healing of cracks up to a width of 0.5mm.
10. Product must possess third party assurance, confirming that the product, when used in the concrete, will have
no detrimental side effects in terms of alkali silica reaction (ASR), corrosion of steel re-enforcement etc., as per
the requirements of DIN 18998.
Mandatory Testing Of Crystalline Durability Admixture:
The selected material must be tested at the labs given below:

Qualifying criteria Parameter to be Approved Remarks


tested laboratory

1 Material shall fulfil the requirements of American Concrete Permeability 1. Structwel Lab, Facility available at this
Institute guidelines ACI-212-3R-10 Chapter 15 and fall Coefficient Navi Mumbai Lab as per NABL
under PRAH (permeability reducing admixtures for Reduction as per Accreditation.
2. Central Building
hydrostatic conditions) and must reduce coefficient of DIN 1048 Part 5 &
Research Institute
permeability of concrete by min. 70% (preferably 90% or Darcy's formula
(CBRI) , Roorkee
zero permeability), when compared to control concrete and Valenta
and tested as per DIN 1048 PART 5 by carrying out 4 Equation 3. VJTI, Mumbai
cycles each of 5 bar hydrostatic pressure for 72 hours and
drying for 48 hours between the cycles & co-efficient of 4. NABL
permeability calculated as per Darcy’s formula/ Valenta Accredited Labs
equation by incorporating penetration values obtained at
the end of fourth cycle pressure.

2 The material must reduce chloride diffusion co-efficient by Chloride Diffusion


minimum 45% when tested as per ASTM C 1556 -4 and Coefficient as per
compared with the control concrete, thereby prolonging ASTMC1556 -4
the durability & service life of the treated concrete
structure

3 Product must possess third party assurance, confirming Effects of Alkali


that the product, when used in the concrete, will have no Silica reaction by
detrimental side effects in terms of alkali silica reaction testing Silica
(ASR), corrosion of steel re-enforcement etc., as per the content of admixed
requirements of DIN 18998 concrete

4 Must demonstrate minimum reduction of 20% in Reduction in 1.IMM Soil Sdn ISO 9000, ISO 17025
shrinkage cracks as compared to control concrete, as per Shrinkage Cracks Bhd, Malaysia accredited Lab having
BS ISO-1920-8:2009. as per ISO-1920-8 facility to test
2.Instituto
Shrinkage cracks in
Must demonstrate no internal expansion under sulphate Sulphate Mechanica Die
concrete as per ISO-
attack, when tested as per ASTM C-1012-12 resistance of the Materiali SA,
1920-8.
concrete as per Switzerland
ASTM C- 1012 / Sulphate resistance of
3.Holanda
SN EN 206-1 the concrete as per
Engenharia Ltda
ASTM C 1012 / SN EN
5 The crystalline admixture must be capable of self-healing Self-Healing of Rodovia
206-01.
of cracks up to a width of 0.5mm. cracks up to 0.5 Presidente Dutra,
mm s/n - Km 310 , Test Self-Healing
Itatiaia, RJ , CEP behaviour of the
27580-000, Brazil concrete
List of Vendors identified for material procurement:
1. CD Seal Waterproofing, USA
2. Penetron India Pvt. Ltd.
3. Slurry Inc., USA
ANNEXURE 4 - Admixtures
Concrete chemical admixtures are proprietary items of manufacture and shall be obtained only from established
manufacturers with proven track record, quality assurance and laboratory facilities.
As the selection of an appropriate concrete admixture is an integral part of the mix design, the EPC contractors
shall recommend the use of such products only after obtaining complete information of all the actual constituents
of concrete as well as methodologies of the admixture manufacturer, transportation and compaction of concrete
proposed in the works.
Admixtures/additives shall conform to IS-9103:1999 (REAFFIRMED 2004) (AMENDMENT NO. 2, AUGUST 2007)
A. Physical properties

No. Requirements Superplasticizing Test ref.


admixture(for water IS 9103 : 2007
reducing concrete mix)-
retarding type
I Water content percent of 80 7.2.5
control sample, max
II Slump Not more than 15mm 7.2.1
below that of the control
mix concrete
III Time of setting. Allowable 7.2.3
deviation from control
sample hrs.
Initial
Max
Min +4
+1
Final
Max
Min +3
IV Compressive strength. 8.2.1
Percent of control sample
minimum
1 day -
3 days 125
7 days 125
28 days 115
6 months 100
1 year 100
V Flexural strength, percent 8.2.3
of control sample, min
3 days 110
7 days 100
28 days 100
VI Loss of workability At 2 hrs. the slump shall be 7.2.1.2
not less than that of control
mix concrete at 15 min.
VII Air content (%) max. Over 1.5
control
B. Uniformity test and requirements

No. Property Requirement reference Test


I Dry material content 0.95T≤DMC≤1.05T Annex E(IS9103:2007)
a) For liquid admixtures
b) For solid admixtures
II Ash content 0.95T≤AC≤1.05T As above
III Relative density Within 0.02 of the value As above
stated by the
manufacturer
IV Chloride ion content Within 10 percent of the As above
value or within 0.2 percent
whichever is greater as
stated by the
manufacturer
V PH 6 min As above

T – Manufacturers stated value in percent by mass


DMC – Test result in percent by mass
AC – Test results in percent by mass
C. Delivery of products
To maintain homogeneity of the chemical properties and ingredients of the admixtures, preference will be given to
those manufactures who can deliver the products in tanks rather than drums. This is strongly recommended from
quality, safety, and storage and malpractice point of view.
List of Vendors identified for material procurement:
1. Sika
2. Fosroc India
3. BASF
4. MAPEI
5. STP Limited
6. Thermax Limited
7. Shalimar Seal and Tar Products, Jaipur
ANNEXURE 5 – Curing Compounds
Curing Compounds are proprietary items of manufacture and shall be obtained only from established
manufacturers with proven track record, quality assurance and laboratory facilities.
The selection of an appropriate curing compound is an integral part of the DLC and PQC, the EPC contractors
shall recommend the use of the products only after obtaining complete information of, all test results conforming
to specifications, the manufacturer, and transportation mode and storage.
For the purpose of this project, curing compounds shall adhere to clause 601.5.7 (b) of the MoRTH specifications.
All other relevant MoRTH specifications shall apply.
The product shall also conform to BS 7542:1992 with latest amendments, if any.
List of Vendors identified for material procurement:
1. Sika
2. Fosroc India
3. BASF
4. MAPEI
5. STP Limited
6. Thermax Limited
7. Shalimar Seal and Tar Products, Jaipur
ANNEXURE 6 – Joint Sealing Compounds
PQC pavement joint sealing compounds are proprietary items of manufacture and shall be obtained only from
established manufacturers with proven track record, quality assurance and laboratory facilities for its testing.
1. Type: Cold poured one component / polyurethane (PU) moisture cure self-levelling type.
2. Conform to MoRTH 602.2.8 and IRC : 57
3. Also, conform to BS:5212 -1990 or corresponding IS : 11433-1986 (reaffirmed in 1995)
4. It must have the capacity to undergo expansion and contraction without any change in volume.
5. Revert back to original shape when compressed to 50% of its size and stretched to 100% of its original
length.
6. Movement capacity shall be more than 25%.
Additionally, for joint grooves:
1. Final groove cut shall be of 20 to 25 mm width and 10 to 12 mm depth (width to depth ration of 2:1
must be maintained).
2. Groove must be evenly cut after 14 days of curing.
Conformance to BS 5212 PT II 1990 and IS 11433 1986 (reaffirmed in 1995)
Physical requirements

Properties Description
Physical appearance Rubbery mass self levelling
1k or 2k One component
Density 1.35
Solid content 98%
Surface dry 30 ⁰C 2-3 hrs.
Hard dry 5-6 hrs.
Tack free time @30 ⁰C 8-10 hrs.
Full cure 24 hrs.
Elastic recovery rate % 100
Flow 0 mm
Fuel resistance Resistant
Elongation at break 600%
Shore a hardness 15
Service temp - 40 ⁰ to 80 ⁰C
Movement capability ˃25% - 30%
Tensile strength mpa 1.0 to 1.5
Flame resistance Pass
Environment friendly Yes / odorless
Shelf life 9 months
Colours TO BE DECIDED BY PD

List of Vendors identified for material procurement:


1. Sika
2. Fosroc India
3. BASF
4. MAPEI
5. STP Limited
6. Chemistix
7. Thermax Limited
8. Shalimar Seal and Tar Products, Jaipur
ANNEXURE 7 - Corrosion Inhibitor (For Packages 14, 15 and 16 ONLY)
Corrosion Inhibitor shall be obtained only from established manufacturers with proven track record, quality
assurance and laboratory facilities for its testing.
As per Tender Conditions, the following shall be followed (as per Addendum 2)
A. This specification is applicable to tunnels, bridges, and structures.

B. All concrete of all grades used for all structural works shall be added with traversing type corrosion
inhibiting (TTCI) powder additive at the dosage of 0.30 kg per cubic meter of concrete.

C. All tests must be conducted at and by CSIR-CECRI and IIT/ICT labs only

1. The inhibitor shall form corrosion inhibitive, monomolecular film in vapor phase.
2. The typical minimum bond energy of this film (analyzed by x-ray photoelectron spectroscopy (XPS) shall be as
follows:
A. (Fe-n): >350 ev
B. (Fe-ca): >320 ev
C. (Fe-o): >450 ev
D. (Fe-C): >280 eV

3. It shall be of bipolar corrosion inhibition type.


4. Ph shall be min 11.
5. Vapor inhibiting ability test (NACE TMO 208): grade 4 (excellent corrosion protection effect).
6. Material should have no spots (pass) the JIS 1535 test.
7. Corrosion reduction by Tafel polarization (ASTM G59): at least 85% inhibition efficiency.
8. The TTCI admixture should have been tested as per ASTM G 59. Inhibition efficiency should be at least 85% in
PWS.
9. The TTCI admixture should be tested as per ASTM G 106 and the values shall be as follows:
1. At OCP:
Rs (ohms): 12 (minimum)
Rp (ohms): 6000 (minimum)
Cdl (mho): 7.15 x 10-5
2. At 200mV:
Rs (ohms): 12 (minimum)
Rp (ohms): 620 (minimum)
Cdl (mho): 0.9 x 10-4
Mandatory Testing of TTCI powder corrosion inhibiting admixture:
The selected material must be tested at the labs given below:

QUALIFYING CRITERIA PARAMETER TO APPROVED REMARKS


BE TESTED LABORATORY

1 The material should form a molecular layer on the steel Bond values of 1. IIT Bombay Or ICT Method model
rebars and the bond of elements N, Ca, O with Fe should elements forming Mumbai should be
be of covalent nature and the values shall be as follows: the protective Multilab 2000 or
AND
molecular layer on ESCALAB Xi
a. (Fe-N): >350 eV
the rebars 2. CSIR-CECRI. +Thermo Fischer
b. (Fe-Ca): >320 eV
Scientific
c. (Fe-O): >450 eV Testing should be done
d. (Fe-C): >280 eV from both the Institutes
and not either.
The testing shall be done using the X-ray photo electron
spectroscopy (XPS) instrument.

2 The material should conform to NACE TMO 208 (Grade 4) Vapour inhibiting 1. IIT Bombay or ICT
category or should have no spots (pass) the JIS 1535 test ability of the Mumbai AND
vapour phase TTCI 2. E-Cube Consultants,
additive. Thane. (NABL
accredited lab)
Testing should be done
from all the Institutes
and not either.

3 Product must possess third party certification, confirming Compressive 1. IIT Mumbai or ICT
that the product, when used in the concrete, will not affect strength of Mumbai AND
the compressive strength of the hardened concrete. concrete with TTCI 2. E-Cube Consultants,
admixture Thane. (NABL
accredited lab)
Testing should be done
from all the Institutes and
not either.
QUALIFYING CRITERIA PARAMETER TO BE APPROVED REMARKS
TESTED LABORATORY

4 The TTCI admixture should have been tested as per Inhibition Efficiency 1. CSIR- Same approved lab
ASTM G 59. Inhibition efficiency should be at least 85% CECRI criteria For Sr. No. 4
in PWS. And &5
2. ICT
5 The TTCI admixture should be tested as per ASTM G Polarization Mumbai
106 and the values shall be as follows: resistance and
electrochemical Testing should be
1. At OCP: done from both
mechanism
Rs (ohms): 12 (minimum) the Institutes and
Rp (ohms): 6000 (minimum) not either.
Cdl (mho): 7.15 x 10-5
2. At 200mV
Rs (ohms): 12 (minimum)
Rp (ohms): 620 (minimum)
Cdl (mho): 0.9 x 10-4

List of Vendors identified for material procurement:


1. Conchem Labs India, Pune/Mumbai
2. Cortec Corrosion Solutions India Pvt. Ltd., Bengaluru
3. Magna International Pte Ltd, Singapore
ANNEXURE 8 – Polymeric Synthetic Fibers for PQC
As per IS 456: 2000 – plain and reinforced concrete vide amendment no. 3 August 2007, the present guidelines of
MoRTH, IRC 15:2017, polymeric synthetic fibres shall be added in the PQC to enhance the concrete durability by
way of reducing shrinkage cracks and to improve the post cracking residual strength. It shall also be used for
structural concrete for bridges and culverts. The polymeric synthetic fibres shall be added at the time of batching.

[As per IRC15 : 2017, MORTH Specifications (Amended), IS 16481, ACI Committee 544), IS 16481 -
Textiles - Synthetic Micro-Fibres for Use in Cement Based Matrix – Specification]
As per published research papers by Central Road Research Institute (CRRI) Delhi, it is recommended to use
Fibrillated Polypropylene Fibres for better performance and uniform mixing. As per CRRI Fibrillated fibres are
more effective in reducing settlement and controlling drying shrinkage of concrete.
Only Virgin Synthetic Fibres inert to concrete environment shall be used as secondary reinforcement. (Ref.
Document IS 16481)
1. Dosage –
As per IRC and MoRTH 0.6 – 2.5 Kg/M3 for Micro Fibres. However, to achieve the optimum fibre count, it is
proposed that the dosing shall be as per IRC SP 46: 2013 (Page 04 Clause 3.4) i.e. Minimum 0.1% by
volume of Concrete
As per IS 16481, the polymeric synthetic fibres mainly includes
a. Polypropylene (Sp. Gravity 0.90 to 0.91)
The Dosing of fibre per Cubic Meter of Concrete is proposed as under :
For Polypropylene fibres 0.91 kgs / M3 of Concrete
2. Effective Diameter : 8 – 300 Micron (IRC 15)
3. Length : About 20 mm (IRS SP 46 Clause 3.5 Page No., 4)
4. Water Absorption : < 0.45% (IRC 15)
5. Specific Gravity : 0.90 to 1.36 (IRC 15)
6. Melting Point : Shall not be < 1600C (IRC 15)
7. Aspect Ratio : 200 to 2000 (IRC 15)
8. Synthetic Fibres shall have good alkali and UV light Resistance (IRC 15)
Mandatory testing of fibers:
The selected material must be tested for qualifying criteria at the following approved laboratories:

Qualifying Criteria Parameter to be tested Approved Remarks


Laboratory
1A Chemical Properties as per 1. Physical / Chemical 1. VNIT Nagpur Facility available
Properties : at these Labs
2. IIT Hyderabad
Material identification
- IS 16481 3. ICT Mumbai
- MoRTH Specifications Virgin material
602.2.5 as amended for
specific gravity clause. Specific Gravity
- IRC 15 : 2017 Melt Point
- IRC SP 46

2. Eq. Diameter

3. Fibre Length

4. Aspect Ratio

5.Resistance to Alkali and Acid

6. Water Absorption

List of Vendors identified for material procurement:


1. Fibermesh by Sika
2. FibreGuard by Bajaj Reinforcements LLP, Nagpur
3. Kalyani Polymers Pvt. Ltd., Bangalore
4. Dunamis FRC Fibre by Mighty Shield Industries Sdn Bhd, Malaysia
5. Smart Fiber, Nagpur
ANNEXURE 9 – Polymeric Macro Synthetic Fibers for Shotcrete
As per IRC 15 : 2017 and IRC SP 46 : 2013, BS EN 14889-2: 2006 part 2, British tunnelling society and institution
of civil engineers specification for tunnelling macro synthetic structural fibres shall be added in the shotcrete to
enhance the post cracking capacity / energy absorption of shotcrete / concrete. The macro synthetic structural
fibres shall be added at the time of batching at the batching plant.

As per IRC15 : 2017 and IRC SP 46 : 2013, BS EN 14889-2: 2006 Part 2 & BS EN 10002 Part 1, British
Tunnelling Society and Institution of Civil Engineers Specification for Tunnelling (BTS)

Only Virgin Macro Synthetic Structural Fibres inert to shotcrete / concrete environment shall be used as in
Tunnel Shotcrete and/or in Concrete Lining.

Use of Steel Fibres is not permitted.

Macro Synthetic Structural fibre shall comply with following code specifications:

• IRC 15 Clause 3.8.


• IRC SP 46 Clause 4.1.2 Para 2.
• BS EN 14889-2, under class II: Macro fibre and BS EN 10002 Part 1
• British Tunnelling Society and Institution of Civil Engineers Specification for Tunnelling

The following specification of the Fibres shall be adhered to:

a. Diameter Shall be 0.86 mm to 0.96 mm, Length of the fibre equal to 36 to 52 mm

b. Aspect Ratio 30 – 150 (BTS)

c. i. Tensile Strength of the fibre greater than 500 MPA (BTS)


ii. Young’s Modulus greater than 9 GPA

d. Orientation of Fibres shall be Continuously Embossed surface anchorage mechanism to encourage bond
with Concrete or Shotcrete to be used in tunnels.

e. Suggested Dosages of the fibres shall be 5 to 9 kg per cubic meter of Concrete for in-situ or Pre Cast Tunnel
Lining or in tunnel Shotcrete.

f. Specific Gravity of the fibres between 0.90 to 0.92

g. No Water Absorption by the fibres

h. Fibres shall have excellent Resistance to Alkali and Acid (Totally Inert Material)

i. Melting Point of the fibres shall be more than 160°Celsius.

j. The manufacturing Facility shall have ISO 9001 Certification for Quality Management.
Mandatory testing of fibers:
The selected material must be tested for qualifying criteria at the following approved laboratories:

Qualifying Criteria Parameter to be tested Approved Remarks


Laboratory

1A Chemical Properties as per 1. Physical/Chemical Properties : 1. VNIT Nagpur Facility available


material identification 2. IIT Hyderabad at this Lab
• IRC 15 Clause 3.8. virgin material 3. ICT Mumbai
• IRC SP 46 Clause 4.1.2 Tensile Strength
Para 2. Young’s Modulus
• BS EN 14889-2, under Specific Gravity
class II: Macro fibre & BS Melt Point
EN 10002 Part 1
2. Eq. Diameter

3. Fibre Length

4. Aspect Ratio

5.Resistance to Alkali and Acid

6. Water Absorption

List of Vendors identified for material procurement:


1. BarChip Inc.
2. Low & Bonar India Pvt. Ltd., Mumbai
3. Fibre Tuff by Bajaj Reinforcements LLP, Nagpur
4. Dunamis FRC Fibre by Mighty Shield Industries Sdn Bhd, Malaysia
5. Fibremesh by Sika
ANNEXURE 10 – LDPE Sheets
The selection of an appropriate Low Density Poly Ethylene (LDPE) sheets over DLC is important. The EPC
contractors shall recommend the use of such products only after obtaining complete information of, all test results
conforming to specifications, the manufacturer, and transportation mode and storage.
For the purpose of this project, LDPE shall conform to BIS 2508 standards.
All other relevant MoRTH specifications shall apply.
List of Vendors identified for material procurement:
1. Bharat Plastic Button Works, Bhiwandi, Thane
2. RK Agro Poly Industries, Ludhiana, Punjab
3. Shalimar Seal and Tar Products, Jaipur
ANNEXURE 11 – Concrete Spacer Blocks
The selection of an appropriate concrete spacer is important. The EPC contractors shall recommend the use of
such products only after obtaining complete information of, all test results conforming to specifications, the
manufacturer, and transportation mode and storage.
For the purpose of this project, Concrete spacers shall conform to British Standard H BS 7973-1:2001.
All other relevant IRC and/or IS specifications shall apply.
Preferably, fiber reinforced concrete spacers of high compressive strength (equal to or not less than 60 Mpa)
shall be used. Plastic and plain concrete spacers are not preferred. Spacers shall not be manufactured at site, as
per BS 8110-1.
List of Vendors identified for material procurement:
1. Astra Concrete Products, Madkaim - Goa
2. Strong™ by Strong Concrete Enterprises
3. Protection by India Pavings
ANNEXURE 12 – Supplementary Cementitious Material
For use of mineral admixture in concrete as a supplementary cementitious material, for higher strength and greater
workability, use of Alccofine is recommended.
ANNEXURE 13 – Use of Natural Coarse Silica Sand as Fine Aggregates

As a measure towards protecting environmental degradation, the following material is recommended to


be used as part of the Mix Design for all grades of Concrete.
It shall be obtained only from natural mining with proven track record, quality assurance and laboratory facilities
for its testing.
For all concrete of all grades this material is recommended to be added as fundamental replacement between 20%
to 25% of the fine aggregate mix, as feasible.

The specifications for the choice of this material are as follows;


1. Moisture content

Sample weight 500gm


Oven dry weight 490gm
Moisture = 2.04%
Water absorption = 0.4%

2. Sieve analysis

Sieve size %Cumulative %Cumulative


retained passing
10mm 0 100.0

4.75mm 1.3 98.7

2.36mm 10.8 89.2

1.18mm 46.6 53.4

600um 69.5 30.5

300um 91.5 8.5

150um 99.0 1.0

Pan 100.0 0

2.a) Fineness modulus= 3.187


2.b) Average aggregate size= 2.36mm to 4.75mm
2.c) Type of sand= Zone- II: Natural Coarse Silica Sand
3. Specific gravity

Specific gravity by volumetric method= 2.5


4. Chemical Analysis:

Description Actual Value

SiO2% 83.4
NA2O% 9.58
AI2O3% 3.00
CAO% 3.20
K2O% 0.52
Fe2O3% 0.40
P2O5% 0.32
TiO2% 0.21
SO3% 0.15
CI% 0.069

5. Mandatory Testing:
The selected material must be tested at the labs given below:

PARAMETER TO APPROVED
QUALIFYING CRITERIA REMARKS
BE TESTED LABORATORY

The Silt content


Clay, fine silt and
fine dust when
By mass in IS 2386 Govt. accredited NABL
1) Silt Content determined in
(Part-II) Labs
accordance
within not more
than 5%

Test is
In accordance with
conducted at the
IS 2386 (Part –II) Govt. accredited NABL
2) Organic impurities test field, for every 20
than that specified Labs
cum or part
in the code.
there.

IS383 standard Govt. accredited NABL


3) Sand Grading
Zone-II Labs
List of Licensed Vendors identified for material procurement:
1) Vedant Realtors: Pune/Mumbai
2) Samruddhi Enterprises: Pune/Mumbai
3) Empire Developers: Mumbai

You might also like