You are on page 1of 74

GOVERNMENT OF MAHARASHTRA

PLANNING DEPARTMENT
TENDER NOTICE No: 01/2014-15
Identification No. 01/2014-15/Dehu/A-01

DEVELOPMENT PLAN IMPLEMENTATION IN


PILGRIMAGE TOWNS DEHU, ALANDI AND
PANDHARPUR.

Construction of New Road from South Side of Dehu


via Angadbaba Darga though Mauje Dehu Gat No. 134, Crossing Indrayani
River meeting to the existing road at the bridge across Indrayani River at
Yelwadi Gat No. 62. (First call).

NAME OF WORK:

VOLUME II

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

FORM B-1
PERCENTAGE RATE TENDER AND CONTRACT OF WORK
DEVELOPMENT PLAN IMPLEMENTATION IN PILGRIMAGE TOWNS
DEHU, ALANDI AND PANDHARPUR
ID. No. 01/2014-15/Dehu/A-01
GENERAL RULES
CONTRACTORS
1

AND

DIRECTIONS

FOR

THE

GUIDANCE

OF

This form will state the work to be carried out as well as the date for submitting
and opening tenders, and the time allowed for carrying out the work and state the
defect liability period of 5 years, also the amount of earnest money to be deposited
with the tender by Demand Draft, and the amount of the security deposit /
retention money to be deposited by the successful tenderer and the percentage, if
any, to be deducted from the bills. The performance security will be deposited by
the successful tenderer. Original copies of the specifications, designs and
drawings, estimated rates, scheduled rates and any other documents required in
connection with the work shall be signed by the ENGINEER for the purpose of
identification and shall also be open for inspection by the contractors at the office
of the Divisional Commissioner, Pune Division, Council hall, Pune - 01 during
office hours.
Where the works are proposed to be executed according to the specifications
recommended by a Contractor and approved by ENGINEER on behalf of the
Divisional Commissioner, Pune Division as Chairman of Committee for
Development plan implementation in Pilgrimage towns Dehu, Alandi and
Pandharpur, such specifications with designs, drawings and maintenance schedule
L along with maintenance manuals shall form part of the accepted tender.
2 In the event of the tender being submitted by a firm, the bidder has to submit the
copy of partnership deed along with power of attorney as stated in the check list
and Vol. I of the work.
2(A). (i)

(ii)

Contractor

The contractor shall pay along with the tender sum of Rs. 16,15,650/(Rupees Sixteen Lacs Fifteen Thousand Six Hundred Fifty Only) by
Demand Draft drawn in favor of Divisional Commissioner, Pune Division,
as and by way of earnest money. The said amount of earnest money shall
not carry any interest what so ever.
In the event oh his tender being accepted, subject to provision of subclause (iii) below, the said amount of earnest money should be
appropriated towards the amount of security deposit payable by him under
conditions of General conditions of Contract.

No. of Corrections
1

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

(iii) If, after submission and opening of the tender, the contractor withdraws his
offer, or modifies the same, or if after the acceptance of his tender the
contractor fails or neglects to furnish the balance of security deposit and
performance security without prejudice to any other rights and powers of
the Employer, hereunder, or in law, Employer shall be entitled to forfeit
the full amount of the earnest money deposited by him.
(iv)
In the event of his tender not being accepted, the amount of earnest money
deposited by the contractor, shall unless it is prior thereto forfeited under
the provisions of Sub-clause (iii) above, be refunded to him on his passing
receipt therefore.
3

Receipts for payments made on any account of work, when executed by a firm,
should also be signed by all the partners except where the Contractors are
described in their tender as firm, in which case the receipt shall be signed in the
name of the firm by one of the partners, or by some other person having authority
to give effectual receipts for the firm.

Any person who offers the bid shall fill up at the appropriate space, stating at what
percentage above or below the rates specified in Schedule B (Memorandum
showing items of work to be carried out) he is willing to undertake the work. Only
one rate or such percentage on all the estimated rates/ Schedule rates shall be
named. Tenders, which propose any alteration in the works specified in the same
form of invitation of tender, or in the time allowed for carrying out the work, or
which contain any other conditions, of any sort will be liable to rejection. No
bidder shall submit two offers for one work, but if the bidder who wishes to tender
for two or more works; they shall submit a separate offer for each. Tender shall
have the name and number of the work to which they refer, displayed in the notice
inviting tender.

The Employer or ENGINEER or his duly authorized assistant shall open tenders
(every bidder shall produce the original copies of the documents stated in the
check list and in Volume No. I, for verification by the Employer. In case a
discrepancy is found and /or if the bidder doesnt meet the qualification criteria
stated in Vol. I, their bids will not be considered and shall be treated as non
responsive) in the presence of Contractors who have submitted their offers or their
representatives who may be present at the time, and he will enter the amounts of
the several tenders in a comparative statement in a suitable form. In the event of a
tender being accepted the Contractor shall for the purpose of identification, sign
copies of the tender Volumes (Volume I, II & III) and of the specifications and
other documents mentioned in the rule 1. In the event of the tender being rejected,
the Employer shall authorize the Designate Officer concerned to refund the
amount of the earnest money deposited, to the Contractor marking the tender, on
his giving a receipt for the return of the money.

Contractor

No. of Corrections
2

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

The Employer is competent to dispose of the tenders and shall have the right of
rejecting all or any of the Tenders.

No receipt for any payment alleged to have been made be a Contractor in regard
to any matter relating to this tender or the contract shall be valid and binding on
Employer unless it is signed by the ENGINEER and other appropriate officer
designated by Employer.

The Memorandum of work to be tendered for and the schedule of materials to be


supplied by the Employer and their rates shall be filled in by any competent
person from the office of the Employer before the tender form is issued.

All work shall be measured net by standard measure and according to the rules
and customs of the State Public Works Department, Maharashtra Jeevan
Pradhikaran and without reference to any local custom.

10

Under no circumstances shall any contractor be entitled to claim enhanced rates


for items in this contract.

11

Every contractor shall be a registered contractor with Govt. departments stated in


the tender notice, produce along with his tender a solvency certificate to the extent
of 20 % of the tendered cost of the work from the Collector of the district or
Tahasildar of Taluka within which he resides or a bankers certificate of his
financial stability. If he fails to produce such a certificate his tender will not be
considered.
And
Every registered contractor should produce along with his tender certificate of
registration as registered contractor in the appropriate class and renewal of such
registration with date of expiry.

12

All corrections, CSD, CSC (If any) and additions or pasted slips shall form a part
of the contract.

13

The measurements of work will be taken according to the usual methods in use in
the State Public Works Department, Maharashtra Jeevan Pradhikaran and no
proposals to adopt alternative methods will be accepted. The ENGINEERs
decision as to what is the usual method in use in State Public Works Department
or Maharashtra Jeevan Pradhikaran will be final.

14

The tendering Contractor shall submit a declaration along with the tender
displayed at appropriate place, showing all works for which he has already entered
into contract and the value of the work that remains to be executed in each case on
the date of submitting the tender.

15

Every tenderer shall submit along with the tender, information regarding the
Income tax circle or Ward of the District in which he is assessed to Income Tax,

Contractor

No. of Corrections
3

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

the reference to the number of the assessment and the assessment year, as stated in
the qualification criteria.
16

In view of the difficult position regarding the availability of foreign exchange, no


foreign exchange would be released by the Employer for the purchase of plant and
machinery required for the execution of the work contracted for.

17

The contractor will have to construct shed for storing controlled and valuable
materials issued to him under Schedule A of the agreement, at work site, having
double locking arrangement. The materials will be taken for use in the presence of
the Departmental person. No materials will be allowed to be removed from the
sites of the works.

18

The Contractors shall also give a list of machinery in their possession and which
they proposed to use on the work.

19

Every registered contractor should furnish along with tender a statement showing
previous experience and technical staff employed by him.

20

Successful tenderer will have to produce to the satisfaction of accepting authority


a valid and current license issued in his favor under the provision of Contract
Labor (Regulation and Abolition Act 1973) before starting work, failing which
acceptance of the tender will be liable for withdrawal and earnest money will be
forfeited to Employer.

21

The contractor shall comply with the provision of the Apprentices Act 1961 and
the rules and orders issued there under from time to time. If he fails to do so, his
failure will be breach of the contract and the Employer, may in his discretion
cancel the contract. The contractor shall also be liable for pecuniary liability
arising on account of any violation by him of the provisions of the Act.

Contractor

No. of Corrections
4

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

TENDER FOR WORKS


I/We hereby tender for the execution, for Divisional

In figures as well as in words

Commissioner, Pune Division as Chairman of Committee for


Development plan implementation in Pilgrimage towns Dehu,
Alandi and Pandharpur (here-in-before and hereinafter
referred to as Employer) of the work specified in such
memorandum

at

______________________

percent

below/above the estimated rates entered in Schedule B


(Memorandum showing items of work to be carried out) and
in accordance in all respects with the specifications, designs,
drawings, and all the conditions and stipulations stated in
Volume I and II.

Contractor

No. of Corrections
5

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

MEMORANDUM
1.(a) General Description:

Construction of New Road from South


Side of Dehu via Angadbaba Darga
though Mauje Dehu Gat No. 134, Crossing
Indrayani River meeting to the existing
road at the bridge across Indrayani River
at Yelwadi Gat No. 62. (First call) as
shown in recapitulation sheet and
Schedule B.

(b) Tender Cost

Rs 16,15,64,511/-

(c) Earnest Money

Rs

(d) Security Deposit


(i) In the form of FDR
(ii) To be deducted from
Running bills (3%)
TOTAL
Performance Security

16,15,650/-

Rs

2% of Contract sum

Rs
Rs

3% of Contract sum
5% of Contract sum

Rs.
10% of Contract sum in
the form of BG

(e) Time allowed for the work from


date of written order to commence.

15 Calendar Months including


monsoons.

2. I/We agree that the other offer shall remain open for acceptance for a minimum period of
120 days from the date fixed for opening the same thereafter until it is withdrawn by me/us
by notice in writing duly addressed to the authority opening the tenders and sent by
registered post A.D. or otherwise delivered at the office of such authority. The EMD
amounting to Rs. 16,15,650/- is submitted in the form of Demand Draft. The amount of
earnest money shall not bear interest and shall be liable to be forfeited to the Employer,
should I/We fail to (i) abide by the stipulation to keep the offer open for the period
mentioned above of (ii) sign and complete the contract documents as required by the
Employer and furnish the security deposit and retention money as specified in item (d) of
the Memorandum contained in paragraph (i) above within the time limit laid down in
clause (1) of the annexed General Conditions of the Contract. The amount of earnest
money maybe adjusted towards the security deposit or refunded to me/ us if so desired by
me/us in writing, unless the same or any part thereof has been forfeited as aforesaid.
Should this tender be accepted I/We hereby agree to abide by and fulfill all the terms and
provisions of the conditions of contract stated hereto so far as applicable and in default
thereof and pay to Employer, the sum of money mentioned in the said conditions.

Contractor

No. of Corrections
6

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

Amount to be specified in words and figures


The earnest money (a) the full value of which is to be absolutely forfeited to Employer if
I/We should not deposit the full amount of security deposit in specified format in the above
memorandum, in accordance with clause 1(A) of the said conditions, otherwise the said sum
of Rs. xxx only shall be refunded.

Signature of
the Contractor before
submission of the Tender.
Address:

Dated the __________ day of


Signature of
the Witness to
Contractors Signature.

Address:
(Occupation)

The above tender is hereby accepted by me for and one behalf of the Divisional
Commissioner, Pune Division as Chairman of Committee
implementation in Pilgrimage towns Dehu, Alandi and Pandharpur.

Dated____________

Contractor

day of______2014

for

Development

plan

Divisional Commissioner, Pune


Division (or his duly authorized
assistant)

No. of Corrections
7

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

RECAPITULATION SHEET
Estimated Cost
Sr.
No

Description

Construction of New Road from South Side of


Dehu via Angadbaba Darga though Mauje Dehu
Gat No. 134, Crossing Indrayani River meeting
1a to the existing road at the bridge across
Indrayani River at Yelwadi Gat No. 62. (First
call) as stated in Schedule B Road Works
including insurance
Construction of New Road from South Side of
Dehu via Angadbaba Darga though Mauje Dehu
Gat No. 134, Crossing Indrayani River meeting
to the existing road at the bridge across
1b
Indrayani River at Yelwadi Gat No. 62. (First
call) as stated in Schedule B Design and
Construction of Bridge Works including
insurance and testing charges.
Grand Total (Cost put to tender)

Rs. In Fig

11,40,13,252/-

Rs. In Words

% Quoted

In Fig

In Words

Above OR
Below

Quoted Total Amount

Rs. In
Words

Rs. In Fig

Rs. Eleven Crore


Forty Lacs Thirteen
Thousand Two
Hundred Fifty Two
Only.

4,75,51,259/-

Rs. Four Crore


Seventy Five Lacs
Fifty One Thousand
Two Hundred Fifty
Nine Only

16,15,64,511/-

Rs. Sixteen Crore


Fifteen Lacs Sixty
Four Thousand Five
Hundred Eleven
Only

Quoted Grand Total in Fig rupees

Quoted Grand Total in Words rupees


Note: a) The final quoted amount should be replicated on page no. 5 of VolII.
b) Above quoted final cost is inclusive of prevailing royalty charges without application of percentage quoted. At the time of release of each
payment, the Royalty amount applicable will be deducted from respective payment and on the balance net amount, the quoted percentage
will be applied to arrive the gross amount of respective bill. After production of Royalty payment receipt, the same will be reimbursed as
No. of Corrections
applicable to this work.
Contractor

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

DECLARATION OF THE CONTRACTOR

I/We hereby declare that I/We have made myself/ourselves thoroughly conversant with the local
conditions regarding all materials and labour on which I/We have based my/our rates for this
tender. The specifications and the leads in this work have been carefully studied and understood
before submitting this tender.

I/We undertake to use only the best materials and work methodology approved by the Engineer or
his duly authorized engineer during execution of the work and during defect liability and
maintenance period of 5 years after completion and to abide by the contract conditions, stipulations
and maintenance manuals. I/We am/are fully responsible for quality of work and shall maintain the
work in good order during defect liability and maintenance period of 5 years after completion.

Signature of Contractor

Contractor

No. of Corrections
9

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

DECLARATION FOR ROYALTY CHARGES


I/ we hereby agree to pay royalty charges of Rupees 70.67 /Cum (Rupees Seventy and paise Sixty
Seven only per cubic meter) on minerals to be used to complete the work, like rubble, metal, sand,
murrum etc. to the Revenue Department, Govt. of Maharashtra as my rates are inclusive of Royalty
charges.
I/ we hereby agree to produce receipts of such royalty charges to Employer.
I/ we hereby to agree that I will not be reimbursed any royalty charges. I will produce original
receipts of such Royalty payments for verification from the Employer.
I/ we agree that if the evidence for payment of royalty charges for this work are not produced,
Employer reserves right to pay the necessary royalty charges to the appropriate Authorities and
deduct the same from my bills.

Signature of Contractor

Contractor

No. of Corrections
10

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

Name of work :- Construction of New Bypass Road from South Side of Dehu via Angadbaba Darga
though Mauje Dehu Gat No. 134, Crossing Indrayani River meeting to the existing road at the bridge
across Indrayani River at Yelwadi Gat No. 62 Tal. Haveli, Dist. Pune.

Summary Sheet
Sr.No

Description

Amount

Sub Estimate No. 1 Road work portion

112,884,408.00

Total ( A ) =
2

Sub Estimate No. 2 Bridge work portion

47,080,454.00

Total ( B ) =

47,080,454.00

Total ( A + B ) =

159,964,862.00

Add 1% for Insurance of Work =

Total Amount =

Contractor

112,884,408.00

No. of Corrections
11

1,599,649.00

161,564,511.00

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

Name of work :- Construction of New Bypass Road from South Side of Dehu via Angadbaba Darga though Mauje Dehu Gat No. 134, Crossing
Indrayani River meeting to the existing road at the bridge across Indrayani River at Yelwadi Gat No. 62 Tal. Haveli, Dist. Pune.
Sub-Estimate - I - Road Work Portion
SCHEDULE - B

1
1

Quantity
Estimated
but may be
2
99.82

195.30

13.02

60.00

80.00

25.00

Sr. No

Estimated Rate
Item of Work

Amount
according to
estimated
7
14,418.99

In figures

In Words

Unit
Per

4
144.45

5
Rupees
One Hundred Forty
four and paise Forty five only.

6
One Cubic
Metre

166.65

Rupees
One Hundred Sixty
six and paise Sixty five only.

One Cubic
Metre

32,546.74

244.40

Rupees
Two Hundred Forty
four and paise Forty only.

One Cubic
Metre

3,182.08

411.05

Rupees
Four Hundred Eleven
and paise Five only.

One Cubic
Metre

24,663.00

28.90

Rupees
Twenty eight and
paise Ninety only.

One
RunningMetr
e

2,312.00

436.60

Rupees
Four Hundred Thirty
six and paise Sixty only.

One
Number

10,915.00

3
Dismantling brick masonry in lime or cement mortar and
stacking the materials as directed with all leads,lifts,
complete.
D.S.R.2013-14 Page.No./ Item No. 115/13b
Dismantling stone masonry in lime or cement mortar
including stacking the materials as directed with all leads,
lifts, complete.
D.S.R.2013-14 Page.No./ Item No. 115/14b
Removing lime or lean cement concrete including stacking
the spoils as directed with all leads, lifts, complete.
D.S.R.2013-14 Page.No./ Item No. 115/15a
Removing rich mix cement concrete including stacking the
spoils as directed with all leads, lifts, complete.
D.S.R.2013-14 Page.No./ Item No. 115/15b
Removing wire fencing with iron/C.C.fencing posts and
stacking the materials as directed with all leads, lifts
complete.
D.S.R.2013-14 Page.No./ Item No. 116/19
Cutting down trees including trunks and branches and
stacking the material neatly with a lead of 50 metre as
directed with girths above 30 centimetre. to 60 centimetre.
D.S.R.2013-14 Page.No./ Item No. 125/1a

Contractor

No. of Corrections
12

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Quantity
Estimated
but may be
28466.59

580.95

529.13

10

1110.08

11

126.90

Sr. No

Contractor

Development of Pilgrimage Towns

Estimated Rate
Item of Work

In figures

In Words

66.65

Rupees
Sixty six and paise
Sixty five only.

One Cubic
Metre

235.55

Rupees
Two Hundred Thirty
five and paise Fifty five only.

One Cubic
Metre

136,842.77

831.05

Rupees
Eight Hundred Thirty
one and paise Five only.

One Cubic
Metre

439,733.48

144.45

Rupees
One Hundred Forty
four and paise Forty five only.

One Cubic
Metre

160,351.05

1298.95

Rupees One Thousand Two


Hundred Ninety eight and paise
Ninety five only.

One Cubic
Metre

164,836.75

Excavation for roadway by Mechanical Means in earth,soil


of all sorts ,sand ,gravel or soft murum including dressing
section to the required grade,camber and side slopes and
conveying the excavated materials with all lifts upto a lead
of 50 metre and spreading for embankment or stacking as
directed etc.complete.
D.S.R.2013-14 Page.No./ Item No. 125/2B
Excavation for roadway in soft rock including dressing
section to the required grade ,camber,and side slopes and
conveying the excavated materials with all lifts upto a lead
of 50 metre and spreading for embankment or stacking as
directed etc.complete.
D.S.R.2013-14 Page.No./ Item No. 125/5
Excavation for roadway in hard rock by wedging and
chiselling or line drilling including dressing section to the
required grade ,camber,and side slopes and conveying the
excavated materials with all lifts upto a lead of 50 metre
and spreading for embankment or stacking as directed
etc.complete.
D.S.R.2013-14 Page.No./ Item No. 126/7b
Conveying materials obtained from road cutting including
all lifts,laying in layers of 20 centimetre to 30 centimetre
breaking clods, dressing to the required lines, curves,
grades and section, watering and compacting to 100
percent of standard proctor density for a lead of over 300
to 500 metre inclusive from the site of excavation to the
site of deposition as directed.
D.S.R.2013-14 Page.No./ Item No. 128/13b
Providing dry trap rubble stone soling 15 centimetre to
20 centimetre thick including hand packing and compacting
complete.
D.S.R.2013-14 Page.No./ Item No. 9/11

Amount
according to
estimated
1,897,298.22

Unit
Per

No. of Corrections
13

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

12

Quantity
Estimated
but may be
30725.54

13

11070.72

14

33524.96

15

555.74

16

196.56

Sr. No

Development of Pilgrimage Towns

Estimated Rate
Item of Work

In figures

Providing earth work in embankment by modern machinery


with approved materials obtained from departmental land
or other sources upto lead of 50 metre including all lifts
laying in layers of 20 centimetre to 30 centimetre thickness
breaking clods, dressing to the required lines curves, grade
and section,watering and compaction to 100 percent of
standard proctor density complete.
D.S.R.2013-14 Page.No./ Item No. 128/14bii
Supplying hard murum.at the road site, including spreading
and compacting for sidewidth layers on each side with
power roller including artificial watering etc.complete.
D.S.R.2013-14 Page.No./ Item No. 130/21bi
Conveying materials obtained from road cutting including
all lifts, for a lead of 1.00 kilometre from the site of
excavation to the site of deposition as directed.
D.S.R.2013-14 Page.No./ Item No. 129/19bii
Providing and laying in situ cement concrete of Mix- 10
proportion with trap metal for foundation and bedding
including dewatering,necessary formwork ,compacting and
curing complete. With Natural Sand
D.S.R.2013-14 Page.No./ Item No. 147/2a
Providing and laying in situ M -20 reinforced cement
concrete of trap metal for Reinforced Cement Concrete
reinforced cement concrete work of ballast walls,kerbs,box
returns etc. including scaffolding ,compaction ,formwork
finishing and curing complete.(Excluding Reinforcement )
(Cement 6.90 Bags/Cum.).With Natural Sand

In Words

Unit
Per

Amount
according to
estimated
12,917,017.01

420.40

Rupees
Four Hundred
Twenty and paise Forty only.

One Cubic
Metre

489.40

Rupees
Four Hundred Eighty
nine and paise Forty only.

One Cubic
Metre

5,418,010.36

58.00

Rupees
nil only.

One Cubic
Metre

1,944,447.68

Fifty eight and paise

4885.05

Rupees Four Thousand Eight


Hundred Eighty five and paise
Five only.

One Cubic
Metre

2,714,817.68

7152.50

Rupees Seven Thousand One


Hundred Fifty two and paise Fifty
only.

One Cubic
Meter

1,405,895.40

D.S.R.2013-14 Page.No./ Item No. 162/44a

Contractor

No. of Corrections
14

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

17

Quantity
Estimated
but may be
258.38

18

3334.07

19

47.25

20

34.18

21

156.49

Sr. No

Development of Pilgrimage Towns

Estimated Rate
Item of Work
Providing and laying Mix-10 cement concrete of trap metal
for head walls of cross drainage works, retaining walls
etcetra including necessary formwork ,compaction
,finishing and curing complete. With Natural Sand.
D.S.R.2013-14 Page.No./ Item No. 150/13a
Providing and laying in situ Mix- 20 Reinforced Cement
Concrete of trap metal for reinforced cement concrete for
cast in situ piers,abutments ,returns,wings etc including
necessary scaffolding ,centering ,formwork ,compacting by
vibrating ,finishing and curing complete(excluding
reinforcement ) With Natural Sand.
D.S.R.2013-14 Page.No./ Item No. 158/28IIa
Providing cast in situ plain cement concrete Mix- 15 of
trap metal for coping to head walls /parapet including
centering, formwork ,compaction ,finishing and curing
complete.With Natural Sand
D.S.R.2013-14 Page.No./ Item No. 150/14a
Providing and laying in situ Mix- 20 controlled concrete
of trap metal for reinforced cement concrete cast caps
,over piers,and abutments with projection including
necessary scaffolding ,centering ,formwork ,compacting by
vibrating ,finishing and curing complete(excluding
reinforcement )With Natural Sand.
D.S.R.2013-14 Page.No./ Item No. 158/29a
Providing and laying in situ Mix- 25 controlled cement
concrete of trap metal for the Reinforced Cement Concrete
work including ramming, vibrating, finishing and curing
complete in solid/deck slab etc. (including formwork
centering, finishing in cement plaster and excluding
reinforcement) (Height upto 4 m) (Cement 6.90
bags/cu.m.) With Natural Sand.

Unit
Per

Amount
according to
estimated
1,450,945.80

In figures

In Words

5615.55

Rupees Five Thousand Six


Hundred Fifteen and paise Fifty
five only.

One Cubic
Metre

6735.95

Rupees Six Thousand Seven


Hundred Thirty five and paise
Ninety five only.

One Cubic
Metre

22,458,128.81

6282.30

Rupees Six Thousand Two


Hundred Eighty two and paise
Thirty only.

One Cubic
Metre

296,838.67

6507.35

Rupees Six Thousand Five


Hundred Seven and paise Thirty
five only.

One Cubic
Metre

222,421.22

8061.00

Rupees Eight Thousand Sixty


one and paise nil only.

One Cubic
Metre

1,261,465.89

D.S.R.2013-14 Page.No./ Item No. 159/35IIa

Contractor

No. of Corrections
15

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

22

Quantity
Estimated
but may be
8.00

23

30.34

24

993.80

25

468.00

26

468.00

27

312.00

28

74.73

Sr. No

Contractor

Development of Pilgrimage Towns

Estimated Rate
Item of Work

In figures

Providing galvenized iron 100 milimetre diameter water


spouts as per drawings.
D.S.R.2013-14 Page.No./ Item No. 162/48
Providing expansion joints with 25 milimetre thick
bituminous pad as per detailed drawing.

D.S.R.2013-14 Page.No./ Item No. 148/6a


Providing and laying cement concrete pipe of Indian
standard non pressure-3 class of 900 milimetre diameter
in proper ,line,level,and slope including providing and
fixing collars in cement mortar 1:2 complete.
D.S.R.2013-14 Page.No./ Item No. 148/7c
Providing and cutting ,bending,hooking ,tieing in position
and laying TMT FE-500 steel bars for reinforcement as
per detailed drawings for all reinforced cement concrete
works.
D.S.R.2013-14 Page.No./ Item No. 159/32

Rupees
Seven Hundred
Eleven and paise Five only.

1983.15

Rupees One Thousand Nine


Hundred Eighty three and paise
Fifteen only.

One Square
Metre

60,168.77

192.20

Rupees
One Hundred Ninety
two and paise Twenty only.

One
Running
Metre

191,008.36

827.30

Rupees
Eight Hundred
Twenty seven and paise Thirty
only.

One
Running
Meter

387,176.40

1433.55

Rupees One Thousand Four


Hundred Thirty three and paise
Fifty five only.

One
Running
Metre

670,901.40

6250.15

Rupees Six Thousand Two


Hundred Fifty and paise Fifteen
only.

One
Running
Metre

1,950,046.80

66217.70

Rupees Sixty six Thousand


Two Hundred Seventeen and
paise Seventy only.

One Metric
Tonne

4,948,382.50

No. of Corrections
16

One
Number

Amount
according to
estimated
5,688.40

711.05

D.S.R.2013-14 Page.No./ Item No. 161/39


Providing and laying weep holes of 110 milimetre diameter
Poly Venyl Chloride pipes as per drawing for abutment,
return walls etc completed.
D.S.R.2013-14 Page.No./ Item No. 100/101
Providing and laying concrete pipe of I.S.NP. classof
300milimetre diameter in proper line , level and slope
including necessary collars, excavation , laying , fixing with
collars in cement mortar 1:1 and refilling the trench
complete.
D.S.R.2013-14 Page.No./ Item No. 104/22d
Providing and laying cement concrete pipe of Indian
standard non pressure-2 class of 450 milimetre diameter
in proper ,line,level,and slope including providing and
fixing collars in cement mortar 1:2 complete.

In Words

Unit
Per

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

29

Quantity
Estimated
but may be
763.34

30

4960.18

31

3116.55

32

1558.28

Sr. No

Development of Pilgrimage Towns

Estimated Rate
Item of Work

In figures

Back filling behind abutment, wing wall and return wall


complete as per drawing and Technical Specification with
Granular material
D.S.R.2013-14 Page.No./ Item No. 194/9a
Providing and constructing granular sub-base course with
course graded Grading-1 material, spreading in uniform
layers with motor grader on prepared surface,mixing by mix
in place method with rotavator at Optimum Moisture
Content and compacting with vibratory roller to achieve the
desired density complete.
D.S.R.2013-14 Page.No./ Item No. 175/8i
Providing and constructing Water Bound Macadam surface
by mechanical means laying, spreading and compacting
stone aggregates of Grading- II sizes to water bound
macadam specification including spreading in uniform
thickness, hand packing, rolling with 3 wheeled
steel/vibratory roller 8-10 tonnes in stages to proper grade
and camber,applying and brooming Type-A (13.2
millimetre aggregate) screening,binding materials to fill up
the interstices of coarse aggregate,watering and
compacting to the required density.
D.S.R.2013-14 Page.No./ Item No. 178/14Biib
Providing and constructing Water Bound Macadam surface
by mechanical means laying, spreading and compacting
stone aggregates of Grading- III sizes to water bound
macadam specification including spreading in uniform
thickness, hand packing, rolling with 3 wheeled
steel/vibratory roller 8-10 tonnes in stages to proper grade
and camber,applying and brooming Type-B (11.2
millimetre aggregate) screening,binding materials to fill up
the interstices of coarse aggregate,watering and
compacting to the required density.

In Words

Unit
Per

Amount
according to
estimated
823,262.19

1078.50

Rupees One Thousand


Seventy eight and paise Fifty
only.

One Cubic
Metre

1608.30

Rupees One Thousand Six


Hundred Eight and paise Thirty
only.

One Cubic
Metre

7,977,457.49

1596.80

Rupees One Thousand Five


Hundred Ninety six and paise
Eighty only.

One Cubic
Metre

4,976,507.04

1845.25

Rupees One Thousand Eight


Hundred Forty five and paise
Twenty five only.

One Cubic
Metre

2,875,416.17

D.S.R.2013-14 Page.No./ Item No. 178/14Biiib

Contractor

No. of Corrections
17

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

33

Quantity
Estimated
but may be
20777.00

34

57979.00

35

19988.00

Sr. No

Development of Pilgrimage Towns

Estimated Rate
Item of Work

In figures

Providing and applying tack coat with bitumen emulsion of


rapid setting type using emulsion pressure distributor at the
rate of 0.40 kilogram per square metre on the prepared
bituminous surface cleaned with mechanical broom.
D.S.R.2013-14 Page.No./ Item No. 181/24g
Providing and applying tack coat with bitumen emulsion of
rapid setting type using emulsion pressure distributor at the
rate of 0.30 kilogram per square metre on the prepared
bituminous surface cleaned with mechanical broom.
D.S.R.2013-14 Page.No./ Item No. 181/24f
Providing, laying built-up-spray grout layer of 75
millimetre compacted thickness over prepared base
consisting of a two layer composite construction of
compacted crushed coarse aggregates using motor grader
for aggregates,key stone chips spreader may be used with
application of bituminous binder of Indian standard viscous
grade VG-30 after each layer and with key aggregates
placed on top of the second layer to serve as a Base
conforming to the line, grades and cross-section specified
,using vibratory roller,excluding cost of prime / tack coat.

In Words

Unit
Per

Amount
according to
estimated
465,404.80

22.40

Rupees
Twenty two and
paise Forty only.

One Square
Metre

17.35

Rupees
Seventeen and
paise Thirty five only.

One Square
Metre

1,005,935.65

329.85

Rupees
Three Hundred
Twenty nine and paise Eighty
five only.

One Square
Metre

6,593,041.80

D.S.R.2013-14 Page.No./ Item No. 182/26i

Contractor

No. of Corrections
18

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

36

Quantity
Estimated
but may be
959.95

37

1,163.40

Sr. No

Development of Pilgrimage Towns

Estimated Rate
Item of Work
Providing and laying bituminous macadam 50 milimetre
compacted thickness with Modern hot mix plant (Batch
Type) having minimum capacity of 80 tonnes per hours
with 3.3 percentage by weight of mix on prepared surfaced
using crushed aggregates of specified grading premixed
with bituminous binder of Indian standard viscous grade
VG-30 transported to site, laid over a previously prepared
surface with a hydrostatic paver finisher with sensor control
to the required grade,level and alignment and rolled to
achieve the desired compaction,using vibratory
roller,excluding Tack Coat.
D.S.R.2013-14 Page.No./ Item No. 182/25i
Providing and laying Dense graded Bituminous Macadam
50 milimetre thick with 40 - 60 TPH batch type HMP
producing an average output of 35 tonnes per hour using
crushed aggregates of specified grading, premixed with
bituninous binder @ 4.0 to 4.50 percent by weight of total
mix and filler, transporting the hot mix to work site, laying
with a hydrostatic paver finisher with sensor control to the
required grade, level and alignment, rolling with smooth
wheelad, vibratory and tandem rollers to achieve the
desired compaction as per MORTH specification clause
No. 507 complete in all respect, excluding cost of tack
coat with Bitume VG-40 (30/40 Bulk) grade bitumen with
Stone dust Filler.

Unit
Per

In figures

In Words

7821.70

Rupees Seven Thousand Eight


Hundred Twenty one and paise
Seventy only.

One Cubic
Metre

9,779.65

Rupees Nine Thousand Seven


Hundred Seventy nine and paise
Sixty five only.

One Cubic
Metre

Amount
according to
estimated
7,508,440.91

11,377,644.81

D.S.R.2013-14 Page.No./ Item No. 183/27iv

Contractor

No. of Corrections
19

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

38

Quantity
Estimated
but may be
484.75

39

648.75

Sr. No

Development of Pilgrimage Towns

Estimated Rate
Item of Work
Providing and laying 25 milimetre thick Bituminous
Concrete with 40-60 TPH batch type hot mix plant
producing an average output of 35 tonnes per hour using
crushed aggregates of specified grading, premixed with
bituminous binder @ 5 percent of mix and filler,
transporting the hot mix to work site, laying with a
hydrostatic paver finisher rolling with sensor control to the
required grade,level and alignment,rolling with smooth
wheeled, vibratory and tandem rollers to achieve the
desired compaction as per MORTH specification clause
No. 509 complete in all respects. excluding cost of primer /
tack coat. with Bitumen VG-40 (30/40 Bulk) grade bitumen
with Cement Filler.

In figures

In Words

11,430.55

Rupees Eleven Thousand Four


Hundred Thirty and paise Fifty
five only.

D.S.R.2013-14 Page.No./ Item No. 184/29ii


Painting the road surface using approved quality Thermo
Plastic
material(homogeniously
composed
of
aggregates,pigment,resins and glass reflectorising beeds)
conforming to Clause-803.4.2.2 applied hot either by
screeding or extension process at the rate of 5 kg/square
metre of painted surface using suitable machine capable of
controlled preparation and laying with surface applicator of
glass beads at 250 grams per square metre allowing
cooling to ambient pavement temperature,that shall
produce an adherent pavement marking of minimum
specified thickness of 2.50 mm inclusing barricading for
traffic diversion as per IRC:35 cleaning the surface of
dirt,dust and other foreign matter,demarcation at
site,barricading for traffic diversion,traffic control including
cost
of
all
materials,labour,loading,unloading
lead,lift,transporting etc.complete.

666.60

Unit
Per
One Cubic
Metre

Rupees
Six Hundred Sixty six One Square
and paise Sixty only.
Metre

Amount
according to
estimated
5,540,959.11

432,456.75

D.S.R.2013-14 Page.No./ Item No. 189/40

Contractor

No. of Corrections
20

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

40

Quantity
Estimated
but may be
570.25

41

8.00

Sr. No

Development of Pilgrimage Towns

Estimated Rate
Item of Work

In figures

Providing and applying 2 coats of flat oil paint of approved


colour and shade to internal/External plastered surfaces
including scaffolding if necessary, cleaning and preparing
the surface (excluding primer coat) complete.
D.S.R.2013-14 Page.No./ Item No. 56/8b
Providing and fixing cautionary/warning sign board of size
90 centimetre having shape of equilateral triangle with apex
point up-words ,Prepared on 16 guage mild steel sheet
including painting with one coat of zinc cromate stoving
primer and two coats each of white back ground, red
border and and backside gray stove enamelled ,bonded
with cut out of Retro refelective sheet Engineering
grade,symbol/Letters/numerals/border arrow, coated with
non pealable crystal clear protective transparent coat
retaining 100 percent refelection including one number of
mild steel angle iron post of size 50 X 50 X 5 millimetre of
3.65 meter long inflated at bottom drilled on top in one
piece without joint painted with white and black bands of
25 centimetre fixing board and post with 2 numbers high
strength galvanised iron bolts and nuts of size 10 millimetre
diametre and 20 millimetre long including all taxes
,conveying ,fixing in ground with cement concrete 1:4:8
block of 60 X 60X75 centimetre size as directed by
engineer in charge etc complete.

In Words

Unit
Per

48.90

Rupees
Forty eight and
paise Ninety only.

One Square
Metre

2627.50

Rupees Two Thousand Six


Hundred Twenty seven and
paise Fifty only.

One
Number

Amount
according to
estimated
27,885.22

21,020.00

D.S.R.2013-14 Page.No./ Item No. 136/50a

Contractor

No. of Corrections
21

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Sr. No
42

Quantity
Estimated
but may be
8.00

Development of Pilgrimage Towns

Estimated Rate
Item of Work
Providing and fixing Mandatory/Regulatory sign board of
circular shape of size 60 centimetrediametre.Prepared on
16 guage mild steel sheet including painting with one coat
of zinc cromate stoving primer and two coats each of white
back ground, red border and and backside gray stove
enamelled ,bonded with cut out of Retro refelective sheet
Engineering grade,symbol/Letters/numerals/border arrow,
coated with non pealable crystal clear protective
transparent coat retaining 100 percent refelection including
one number of mild steel angle iron post of size 50 X 50 X
5 millimeter of 3.65 metre long inflated at bottom drilled on
top in one piece without joint painted with white and black
bands of 25 centimetre fixing board and post with 2
numbers high strength galvanised iron bolts and nuts of
size 10 millimetre diametre and 20 millimetre long
including all taxes ,conveying ,fixing in ground with cement
concrete 1:4:8 block of 60 X 60X75 centimetre size as
directed by engineer in charge etc complete.

In figures

In Words

2413.10

Rupees Two Thousand Four


Hundred Thirteen and paise Ten
only.

Unit
Per
One
Number

Amount
according to
estimated
19,304.80

D.S.R.2013-14 Page.No./ Item No. 136/51

Contractor

No. of Corrections
22

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Sr. No
43

Quantity
Estimated
but may be
5.00

Development of Pilgrimage Towns

Estimated Rate
Item of Work

In figures

Providing and fixing road junction / information sign boards


of size 1.80 X 1.20 metre prepared on 16 guage mild steel
sheet with angle iron frame of size 35 X 35x 3 milimetre
with cross bracing of size 25 X25 X3 milimetre including
painting with one coat of zinc cromate stoving primer and
two coats each of green/white back ground and back side
gray stove enamelled bonded with red retro refelective
sheet engineering grade borders/letters/numerals/arrows
coated with non pealable crystal clear protective coat
retaining 100 percent refelection including two angle iron
post of size 65 X 65 X 6 milimetre of 3.65 metre long
inflated at bottom drilled on topwith 2 numbers angle iron
cross bracing for vertical angle post of size 50 X 50 X 5
milimetre of 2.35 meter long painted in white and black
bonds of 25 centimetre with 8 numbers high strength
Galvanised Iron bolts and nuts of size 10 milimetre
diameter 20 milimetre long sheet and angle iron post in
one piece without joints including all taxes ,conveying
,fixing in ground with cement concrete 1:4:8 block of 60 X
60X75 centimetre size as directed by engineer in charge
etc complete
(Specification I.R.C.67-1977)

11732.15

In Words
Rupees Eleven Thousand
Seven Hundred Thirty two and
paise Fifteen only.

Unit
Per
One
Number

Amount
according to
estimated
58,660.75

D.S.R.2013-14 Page.No./ Item No. 138/54

Contractor

No. of Corrections
23

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

44

Quantity
Estimated
but may be
200.00

45

30.00

46

6.00

47

720.00

Sr. No

Development of Pilgrimage Towns

Estimated Rate
Item of Work
Metal Beam Crash Barrier a) Type - A, W : Metal Beam
Crash Barrier (Providing and erecting a W metal beam
crash barrier comprising of 3 milimetre thick corrugated
sheet metal beam rail, 70 centimetre above road/ground
level, fixed on ISMC series channel vertical post, 150 x 75 x
5 milimetre spaced 2 m centre to centre, 1.8 m high, 1.1 m
below ground/road level, all steel parts and fitments to be
galvanised by hot dip process, all fittings to conform to
IS:1367 and IS:1364,metal beam rail to be fixed on the
vertical post with a spacer of channel section 150 x 75 x 5
milimetre, 330 milimetre long complete as per clause 810)
Spec.No. MORTH - 810
D.S.R.2013-14 Page.No./ Item No. 188/37a
Providing and fixing reinforced cement concrete 200 metre
stone as per Indian road congress standard including fixing
in block of cement concrete 1:4:8,painting lettering
etc.complete.
D.S.R.2013-14 Page.No./ Item No. 135/44
Providing and fixing reinforced cement concrete 1:2:4
ordinary kilometre stones including painting,numbering
etc.as per Indian road congress design for major district
road kilometre stone and fixing in standard size cement
concrete 1:4:8 block complete.
D.S.R.2013-14 Page.No./ Item No. 135/46
Dewatering on BHP basis by using 5.0 to 9.0 BHP water
Pump including diversion of stream providing coffer dams,
earthen bunds etc. as may be necessary for foundation
and other parts of the work and pumping out water during
and after excavaton as may be required.

Amount
according to
estimated
576,390.00

In figures

In Words

Unit
Per

2881.95

Rupees Two Thousand Eight


Hundred Eighty one and paise
Ninety five only.

One
Running
Metre

655.50

Rupees
Six Hundred Fifty five
and paise Fifty only.

One
Number

19,665.00

2227.55

Rupees Two Thousand Two


Hundred Twenty seven and
paise Fifty five only.

One
Number

13,365.30

114.45

Rupees
One Hundred
Fourteen and paise Forty five
only.

One Cubic
Metre

82,404.00

D.S.R.2013-14 Page.No./ Item No. 153/11b

Contractor

No. of Corrections
24

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

48

Quantity
Estimated
but may be
1

49

125

50

139

51

124

52

15

53

54

10

55

113

Testing Charges for conducting CONCRETE Compressive


Strength OF Cement Concrete Cube (Set of 3 cubes) test.

500.00

56

10000.00

57

69

58

435

59

91

60

Testing Charges for conducting Concrete Mix Design (With


all Tests on basic materials).
Testing Charges for conducting SOIL / MURUM Sieve
Analysis test.
Testing Charges for conducting SOIL / MURUMField
moisture Content test.
Testing Charges for conducting SOIL / MURUM Liquid limit
& plastic Limit test.
Testing Charges for conducting SOIL / MURUM
Compaction Test (Proctor Density).

61

Testing Charges for conducting SOIL / MURUM C.B.R.


Test (Lab) Excluding compaction test.

3900.00

Sr. No

Contractor

Estimated Rate
Item of Work
Testing Charges for conducting BASIC TEST OF
CEMENT.Standard Consistancy Fineness, Specific
Gravity, Setting Time ( Initial & Final ), Compressive
Strength and Soundness test.
Testing Charges for conducting BASIC TEST OF
AGGREGATE. Water Absorption, Specific Gravity,Impact
Value Crushing Value test.
Testing Charges for conducting BASIC TEST OF
AGGREGATE. Sieve Analysis test.
Testing Charges for conducting BASIC TEST OF
AGGREGATE. Flakiness Index/ Elongation Index test.
Testing Charges for conducting BASIC TEST OF
AGGREGATE. Stripping Value test.
Testing Charges for conducting BASIC TEST OF
AGGREGATE. Soundness test.
Testing Charges for conducting G.S.B. Mix Design test.

In figures

In Words

2800.00

Rupees Two Thousand Eight


Hundred and paise nil only.

Number

Amount
according to
estimated
2,800.00

2000.00

Rupees Two Thousand


paise nil only.

Number

250,000.00

500.00

Rupees
Five Hundred and
paise nil only.
Rupees
Three Hundred
Twenty five and paise nil only.
Rupees
Six Hundred and
paise nil only.
Rupees One Thousand Nine
Hundred and paise nil only.
Rupees Twelve Thousand
and paise nil only.
Rupees
Five Hundred and
paise nil only.

Number

69,500.00

Number

40,300.00

Number

9,000.00

Number

5,700.00

Number

120,000.00

Number

56,500.00

Rupees Ten Thousand and


paise nil only.
Rupees
Five Hundred and
paise nil only.
Rupees
Three Hundred
Twenty five and paise nil only.
Rupees
Eight Hundred Fifty
and paise nil only.
Rupees One Thousand Four
Hundred and paise nil only.

Number

40,000.00

Number

34,500.00

Number

141,375.00

Number

77,350.00

Number

2,800.00

Rupees Three Thousand Nine


Hundred and paise nil only.

Number

3,900.00

325.00
600.00
1900.00
12000.00

500.00
325.00
850.00
1400.00

No. of Corrections
25

Unit
Per

and

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

62

Quantity
Estimated
but may be
213

63

31

64

Sr. No

Development of Pilgrimage Towns

Estimated Rate
Item of Work

71,300.00

Rupees One Thousand Five


Hundred and paise nil only.
Rupees One Thousand Two
Hundred and paise nil only.
Rupees
Seven Hundred Fifty
and paise nil only.
Rupees
Seven Hundred Fifty
and paise nil only.
Rupees Twelve Thousand
and paise nil only.

Number

46,500.00

Number

45,600.00

Number

7,500.00

Number

7,500.00

Number

24,000.00

Rupees Five Thousand Five


Hundred and paise nil only.
Rupees
Four Hundred Fifty
and paise nil only.
Rupees
Four Hundred Fifty
and paise nil only.
Rupees
Four Hundred Fifty
and paise nil only.
Rupees
Nine Hundred and
paise nil only.
Rupees One Thousand Two
Hundred and paise nil only.

Number

5,500.00

Number

4,950.00

Number

1,350.00

Number

1,350.00

Number

13,500.00

Number

18,000.00

In Words

900.00

Rupees
Nine Hundred and
paise nil only.
Rupees Two Thousand Three
Hundred and paise nil only.

31

1500.00

65

38

Testing Charges for conducting BITUMEN Extraction Test.

1200.00

66

10

750.00

67

10

68

Testing Charges for conducting BITUMEN Marshall


Stability & Flow measurement test. (Set of 3 moulds).
Testing Charges for conducting BITUMEN Prepation of
Marshall Mould.
Testing Charges for conducting BITUMEN Job Mix Design
with all Tests on basic material for DBM/SDBC/AC.

69

70

11

71

72

71

15

72

15

Contractor

Number

In figures

Testing Charges for conducting SOIL / MURUM Field


Density test by Sand Replacement Method.
Testing Charges for conducting BITUMEN Penetration,
Softening Point, Flash & Fire Point and Specific Gravity
test.
Testing Charges for conducting BITUMEN Viscosity test.

Testing Charges for conducting BITUMEN B.M.Job Mix


Design ( Preparation of Marshall Mould & Density).
Testing Charges for conducting BITUMEN Density test of
Bituminous Mix Mould (Set of 3 moulds).
Testing Charges for conducting BITUMINOUS EMULSION
Percent Residue Test.
Testing Charges for conducting BITUMINOUS EMULSION
Sieve Test.
Testing Charges for conducting STEEL BAR TESTING
Upto 16 mm (Set of 3 Bars)
Testing Charges for conducting STEEL BAR TESTING
Above 16 mm (Set of 3 Bars) (Tensile strength, %,
Elongation, Yield Stress,Weight-Per Meter, Bend / Rebend
Test, Proof Stress).

Number

Amount
according to
estimated
191,700.00

2300.00

750.00
12000.00

5500.00
450.00
450.00
450.00
900.00
1200.00

No. of Corrections
26

Unit
Per

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

73

Quantity
Estimated
but may be
1

74

75

76

77

Sr. No

Development of Pilgrimage Towns

Estimated Rate
In figures

In Words

Testing Charges for conducting PAINT / THERMOPLASTIC PAINT Glass bead contents & grading analysis
Test.
Testing Charges for conducting PAINT / THERMOPLASTIC PAINT Reflectance & yellowness index Test.
Testing Charges for conducting PAINT / THERMOPLASTIC PAINT Flowability (Percentage residue) Test.
Testing Charges for conducting PAINT / THERMOPLASTIC PAINT Softening Point (Ring & ball method) Test.

3100.00

Rupees Three Thousand One


Hundred and paise nil only.

Number

Amount
according to
estimated
3,100.00

900.00

Rupees
Nine Hundred and
paise nil only.
Rupees
Eight Hundred and
paise nil only.
Rupees
Eight Hundred and
paise nil only.

Number

900.00

Number

800.00

Number

800.00

Testing Charges for conducting PAINT / THERMOPLASTIC PAINT Drying Time Test.

650.00

Rupees
Six Hundred Fifty
and paise nil only.

Number

650.00

Item of Work

800.00
800.00

Unit
Per

Total
Say Rs.

Contractor

No. of Corrections
27

112,884,408.02
112,884,408.00

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

ANNEXURE TO RECAPICULATION SHEET SR. NO. 1 B BRIDGE


WORK
Note : The bidder has to quote amount for the complete design and
construction of bridge in accordance with the following mandatory
data, information and specifications, codal provisions and
drawings attached in Vol: III and the provisions stated in Vol I.
The successful Bidder whose offer would be treated as the lowest
responsive offer which is acceptable to the Employer will be paid
strictly as per the breakdown percentage schedule attached at the
end of this Annexure

Contractor

No. of Corrections
28

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Name of Work:

Development of Pilgrimage Towns

Construction of New Road from South Side of Dehu via Angadbaba


Darga though Mauje Dehu Gat No. 134, Crossing Indrayani River
meeting to the existing road at the bridge across Indrayani River at
Yelwadi Gat No. 62.

Identification No. 01/2014-15/Dehu/A-01


Brief Information
General :
Planning Department of Government of Maharashtra has taken up development of
Pilgrimage places in Maharashtra at Dehu, Alandi, Pandharpur under Pilgrimage
Development Executive Committee headed by the Divisional Commissioner, Pune
Division. The work of construction of bridge on Indrayani River is already in progress. The
project road connects Dehus link with Pimpri Chinchwad / Alandi to other link connecting
Talegaon Chakan Road. After completion of project road it will act as bypass to Dehu
Town on the upstream side of old bridge. The project road consists of a bridge on nalla and
road construction.
Necessity of Bridge on Nalla
Dehu Town need bypass so that the through vehicles will not unnecessarily enter densely
populated Dehu Gaothan and to complete the bypass link the nalla in the alignment has to
be negotiated. When completed the bypass will relieve Dehu Town from traffic jams and
will insure safety to pedestrians who are mostly Pilgrims visiting holy places in Dehu.
Location of Proposed Bridge on Nalla
The bridge on Nalla is located in the road stretch from CH 1560 to CH 1710 (Via duct
portion). The width of bridge is 12 mtrs including footpath on one side.

Description of Nalla Bed


The catchment area is 11.975 SQKM. The ordinary flood level (OFL) from Manning
Discharge Calculation method as per IRC SP 13 is calculated and accordingly taking in to
consideration the high flood level the RTL of the bridge on Nalla is kept at 582.00

Contractor

No. of Corrections
29

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

Description of Bore Data


Sub Soil investigation has been carried out at proposed bridge location. The fractured
compact basalt or highly weathered basalt or moderately weathered basalt is available at a
depth of 3 to 3.5 mtrs and slightly weathered basalt is available at around 4 to 4.2 mtrs
depth. The bearing capacity of this strata is at least 100 T/sqm. The geotechnical reports
and bore data are included in the bid document.
Description of Bridge on Nalla
It is proposed to construct 12 mtr wide bridge of 10 spans of 15 mtr each. Solid abutment
resting on rock is considered on either side. The RTL of deck is 582.00. It is mandatory to
reduce the expansion joints to upgrade ride quality. As such in addition to expansion joints
at abutment and via duct meeting points, maximum two number expansion joints are
permitted in via duct portion. Hence total number of expansion joints shall not exceed four
numbers.
Drawing
The drawings for the road stretch and the bridge on Nalla are included in Vol. III of the bid
document.
The Construction of bridge connecting Dehu with Talegaon / Chakan on upstream side of
existing bridge is in progress. The project work of this document will connect this new
bridge to Talegaon Chakan road with Dehu Talawade Road which will act as a bypass to
through vehicles which pass through Dehu to go towards Talegaon / Chakan side and vice
versa. Under Pilgrimage Town Development program this stretch will reduce the number
of heavy vehicles in Dehu town limits which will result in decongestion of Gaothan roads.
The crust composition of the proposed road is as follows:
i) GSB 230 mm
ii) WBM Grade 2 150 mm
iii) WBM Grade 3 75 mm
iv) BUSG 75 mm
v) BM 50 mm
vi) DBM 60 mm
vii) BC 25 mm

Contractor

No. of Corrections
30

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

The document also specifies the defect liability and maintenance period of 5 years which
will commence immediately after completion of the project. After defect liability and
maintenance period is over the project shall be handed to PWD Division, Pune for peaceful
use by Citizens.
There is bridge over nalla stretch (From CH 1710 to CH 1557) which is running crisscross
to the road alignment. The general arrangement drawing of bridge is attached for reference.
The bidder will have to prepare designs and drawings of this bridge and get them approved
from College of Engineering, Pune along with soil investigation report. The bidder shall
carryout soil investigation and it is mandatory to locate bores below each abutment and
each pier.
The successful bidder is supposed to shift the utilities like Electricity lines. The bidder shall
initially deposit the amount calculated by MSEDCL and accepted by Employer with
appropriate authority indicated by the Employer. This amount will be reimbursed by the
Employer after due verification of such remittance by the contractor. In case of other
utilities like water supply and other utilities the contractor is supposed to carry out the
shifting work and relocating work as directed by the Employer and will be paid as per the
provisions of bid document.

Contractor

No. of Corrections
31

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

EMPLOYERS REQUIREMENTS
DESIGN CRITERIA FOR STRUCTURES

Contractor

No. of Corrections
32

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

DATA AND DESIGN CRITERIA FOR STRUCTURES.


I. Design Data for Structures.
i) Main Carriageway for structures
1. Carriageway Width

Clear carriageway of 7.50 m (without Footpath)

2. Width of Median Verge

Nil

3. Railing

Sanchi Type

4. Overall Width of Carriageway

12.0 m including footpath.

5. Footpaths

: 2.2 m on one side.

6. Seismic Effects
:

i. Seismic Zone
ii. Importance Factor () :

Zone III
1.5

7. Speed of Vehicles

80 KMPH

8. Longitudinal Gradient

As shown in GAD.

9. Exposure Condition

Moderate

10. Temperature range

0 to 47OC

11. Underground Water Table

As per Soil Investigation.

12. i) Minimum vertical Clearance to be maintained for traffic


13. Max Temp. = t

:N.A.

47OC

14. Live load


For every of 7.5m width of carriageway: 1) 2 lanes of class A
OR
2) 1 lane of Class 70R
whichever is severe.
The impact factor shall be applied as per IRC-6. In case of continuous structure,
impact factor of the shortest span shall be considered.
15. Bearing type Expansion

: POT-PTFE as per IRC-83(Part III)

16. Joint Waterproofing of

: Strip seal type/Modular type.

17. Deck

: 3 mm thick polymer waterproofing membrane


(as per International Standard Practice).

Contractor

No. of Corrections
33

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

18. Wearing Course

: 50 mm thick Asphaltic Concrete laid below 12


mm thick Mastic Asphalt

19. Foundation Type

: 1. Pile Foundation with min 1200 dia.


2. Open foundation

OR
OR

3. Raft Foundation.
20. Founding level of piles and Open Foundations for Tender purposes: :- As shown in the
drawing
* The depth of foundations depicted in the drawings are for tender purpose and to have
common platform. Actual levels shall be decided on merit of the strata. The enclosed
drawing mentioning depth of foundation shall form a basis for payments as stated in the
contract data.
20. Velocity of water at H.F.L.

: 2.95 m/sec

21. Scour level for river span

: Rock level

22. Founding level for nalla /


river span

: 1500 mm below scour level.


2

23. Safe Bearing Capacity for river span : 100 T / m maximum

II. DESIGN CRITERIA FOR STRUCTURES


1.

GENERAL:
The detailed highway and structural design for the work mentioned in the scope of
work is to be done by the bidder. The bidder shall quote on his own design. It shall
generally satisfy the following requirements: (i)

It shall ensure soundness of the structure, its durability and architectural beauty
as a whole in harmony with the surroundings.

(ii)

It shall ensure speedy construction and lead to appreciable economy.

(iii)

It shall be accompanied by preliminary but fairly detailed dimensioned drawings


and detailed description of work and specification of materials and items. If
called upon, bidder shall furnish any additional information necessary for
appreciation and comparison with alternative proposals received from other

Contractor

No. of Corrections
34

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

bidders. The detailed design assumptions and method statement shall also be
given by the bidder.
(iv)

At the time of detailed design the contractor shall not deviate from the basic
scheme proposed by the bidder for tender purpose and employers requirement.
Also, no deviation from the Employers requirement shall be permitted.

(v)

The superstructure shall have minimum number of expansion joints for better
riding surface (shall not exceed 4 numbers including abutments and via duct). It
shall involve modern construction techniques which will cause minimum

(vi)

hindrance to the local traffic.


As far as possible structure shall have uniform aesthetical appearance to enhance
the overall look and thereby the vicinity. Aesthetic finishes like grooves,
embossed or surface textures (form finished) to be provided for substructure and
superstructure as per the detailed drawing approved by the Engineer.

(vii)

The entire substructure shall be of uniform type except otherwise necessary.

(viii) The welding of joints shall not be permitted. Number of laps at any one section
shall not be more that 20%.
While using 43 and 53 grade cement utmost care shall be taken to minimize the
(ix)
effects of heat evolved.
Cement to be used shall be OPC unless otherwise permitted by Engineer-In(x)
Charge.
The procedure to be adopted for manufacturing and placing RMC shall be well
(xi)
defined so that the final laying and compaction of concrete is well within the
final setting time of the approved mix. This shall be got approved from
Engineer in advance.
(xii) Minimum diameter of main bar in RCC piers, abutment and superstructure shall
be 20 mm. In deck slab with girders or box, the minimum diameter may be 16
mm.
(xiii) Sudden changes in geometry of the structure shall be avoided as such per
susceptible to stress concentration.
(xiv) The detailing of the structure as well as reinforcement shall be give importance
from the point of construction.

2.

RESTRICTIONS ON TYPE OF STRUCTURES:


The following types of structural arrangements shall not be permitted:
(i)

Structures sensitive to unequal settlement of foundations, indeterminate


structures like continuous, rigid frames, etc. on yielding type of foundations.

Contractor

No. of Corrections
35

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

(ii)

Abutments resting on approach embankments. Spill through structure will not be allowed.

(iii)

A design in which stability of one or more span is endangered due to failure of


some other span or spans.

(iv)

Superstructure with joints at the tip of long cantilevers with hinges, gap slab and
short suspended spans.

(v)

Structures with continuity only in deck slab, in transverse direction.

(vi)

Piers in the form of multiple columns with isolated / separate footings resting on
yielding type strata.

(vii) Piers in form of multiple columns not connected with continuous diaphragms.
(viii) Superstructures on which the roadway cannot be easily widened in future, such
as bowstring girders, through trusses, etc.

3.

(ix)

Steel structures or composite construction.

(x)

Hollow piers for spans, which are susceptible for impact of vehicles.

(xi)

Any type of RCC superstructure.

SPECIFICATIONS FOR DESIGN AND CODES TO BE FOLLOWED:


The design of structural components shall conform to the criteria laid down in the latest
editions of the following codes of Practice and Standard specifications published upto 3
months prior to last date of issue of tender form and subject to the departures stipulated
in these tender documents.
(A) I.R.C. Standard Specifications and Codes of Practice for Road Bridges. :
Section - I

I.R.C. 5

General features of design.

Section -II

I.R.C. 6

Loads and stresses.

Section -III

I.R.C.21

Cement concrete plain and


Reinforced (Second Revision).

Section - V

I.R.C.24

Steel road bridges for permissible stress only.


(Other provisions as per AASHTO Code)

Section -VI

I.R.C.22

Composite construction for road bridges (for


permissible stresses only) (Other provisions as per
B.S.5400 part 3, 5, 6).

Section -VII

Contractor

I.R.C.78

Foundation and substructure.

No. of Corrections
36

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

Section -IX

I.R.C.83

(Part-I) Metallic Bearings.

Section -IX

I.R.C.83

(Part-III) POT, POT CUM PTFE PIN AND


METALLIC GUIDE BEARINGS.
Design criteria for prestressed concrete Road

I.R.C: 18

Bridges (Post tensioned concrete). Guidelines


I.R.C: SP 64

for design of voided slabs Guidelines for

I.R.C: SP 65

design of segmental bridges. Guidelines for

I.R.C: SP 66

design of continuous bridges. Guidelines for

I.R.C: SP 70

the use of High Performance Concrete


bridges.
Guidelines for design and construction of precast

I.R.C: SP 71

pre-tensioned girders for bridges.


Code of practice for design and construction of

IS 2911

pile foundations.
Ductile detailing of reinforced concrete structures

IS 13920

subjected to seismic forces - Code of practice.


IS 1893 (Part I)

Criteria for earthquake resistant Design of


structures.

MORT&H specifications for Road and Bridge Work-2001.


Provision of seismic details as per India Highway Publication.
a) Code of Practice for Plain, Reinforced and Pre-stressed Concrete
for general Bridge Construction (Concrete Bridge Code) Second
Revision 1997.
b) Code of Practice for the design of sub-structures and foundations
for Bridges (Bridge sub-structures foundation code).
(B)

Any I.R.C. standard specifications and codes of practice or criteria for road
bridges other than "A" above, but published 3 months prior to last date of issue
of tender form.

(C)

For any item not covered by A & B above, specification for Road and Bridge
works published by I.R.C. for Ministry of Road Transport and Highways,
Government of India.

Contractor

No. of Corrections
37

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

(D)

Development of Pilgrimage Towns

For items not covered by any of the A, B & C above relevant provisions of IS
codes of practice.

(E)

For any item not covered by A, B, C & D above, the relevant provisions from
B.S. Codes of Practice.

(F)

For items not covered by any of the above Standards and Specifications, sound
Engineering practices and provisions of relevant Codes of other nation shall be
referred. In this regard decision of the Engineers Representative shall be final
and binding.

4.

OBLIGATORY PROVISIONS

1.0
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)

(ix)

Length of Bridge as measured between inner faces of dirt wall


Soffit R. L. shall not be lower than
Clear Carriage way width ( Between Footpath)
Footpath width
Overall width of Bridge (between outer edges of deck slab)
Vertical clearance for Navigational spans above H.T.L./ H.F.L.
Horizontal clearance for Navigational spans.
(Between ch.-----m to ch. -------m)
Clear linear waterway (Minimum required)
Clear linear water way is the length of water way between the inner
face of abutment at O.F.L. for submersible bridge after deducting
widths of piers at O.F.L.
respectively.
Design Speed

150.00 m
580.875 m
7.50 m
2.25m
12.00 m
N.A.
N.A.
As shown
In Vol. III

80Km/hr.

1.0 HYDRAULICS DATA:


(i)
(ii)
(iii)
(iv)
(v)
(vi)

Contractor

R.T.L.
Maximum Mean Compartmental velocity at H.F.L.
Calculated afflux at Design H.F.L.
Scour level R.L. Pier, Abutment
Additional data for Coastal area
a) L.T.L.R.L.
b) H.T.L.R.L.

No. of Corrections
38

582.00 m
2.95 m/s
N.A.
Up to Rock
N.A.

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

2.0 DESIGN LOADS:


2.1 Loads due to
Service lines
2.2 Temperature effects
2.3 Barge impact
Navigational Piers
other Piers
2.4 Seismic Force
Seismic Zone
Importance Factor

1 t/m

:
:

Moderate

3.0 EXPOSURE

3.1 For High Level Bridge


3.2 Deleted

N.A
N.A
:
.
.

4.2

Moderate

Crash barriers and R.C.C.


Sanchi Type Parapet

Type of Anticorrosive
treatment to be provided
to reinforcing bars
Maximum number
Expansion Joints
Wearing Coat :

III
1.5

N.A.

:
of

4 nos.
50 mm thick Asphaltic Concrete
12 mm thick Mastic Asphalt

The Length of bridge:The length of the Bridge shall satisfy the following criteria.
(a)

The centre line of the various structures as shown on the GADs should
not be changed, except under unavoidable circumstances with approval
from the Employer.

(b)

Maximum height of embankment at abutment location shall not be more


than 4.5m and clear height below the soffit shall not be less than 1.5m.

(c)

Longitudinal gradient shall not be steeper than those shown in


Employers drawings. The Vertical and Horizontal curves should be
smooth with radius not less than shown in GAD.

(d)

Restrictions on terminal points if specially mentioned in Employers


drawings.

Contractor

No. of Corrections
39

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

(e)

Development of Pilgrimage Towns

Any other criteria shown on the Employers drawings / supplementary


data.

(f)

Size and shape of pier shall be kept uniform for all piers of same
carriageway width.

4.3

Road Level on the Bridge and Roadway Particulars:


4.3.1 Soffit R.L. shall not be lower that shown on the Employers drawings.
4.3.2 The road level on the Bridge at abutments shall as far as possible be the
same as that shown in the Employers drawing. However if the road level at the
abutment is higher / lower, due weight age will be given to the financial
implications due to the cost of approaches due to such higher/lower road level
while deciding the acceptance of the alternative proposal.
4.3.2 Roadway particulars and Carriageway width shall be as per Annexure I
4.3.3 Span arrangement of the bridge shall be such piers of the proposed
bridge shall be in line with the piers of existing bridge if any.
(a)

Roadway particulars and carriageway widths shall be as per


Employers drawing.

(b)

The vertical geometry of the finished surface of deck slab and wearing
course shall be in the form of a smooth curve where change in gradient
occurs. The design of curves shall be got approved from the Engineer.
Super-elevation, camber & widening on curves shall be suitably
considered. The design of curves shall be such that rate of change of
vertical curvature (K value) shall not be less than those shown in
tender drawing. The design speed on curve shall be as stipulated in
Design Data.

5.

BORING DATA AND SOIL AT SITE.


5.1

The Bore Data is shown in Volume III of the Tender Document

5.2

The contractor shall have to take borings by double tube boring machine for
each carriageway at the final location of each pier and abutment prior to the

Contractor

No. of Corrections
40

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

commencement of the work to ascertain the rock levels/quality at the location of


the foundations and this shall form part of the contract and no payments will be
made by the Employer for boring, soil sampling and testing etc. The bores shall
be located below each abutment and each pier.
(a)

During execution of the work, the samples from the bore taken at each

foundation shall be tested for relevant tests and analyzed in the laboratory
approved by the Employer for establishing design parameters. Tests such as
standard penetration test, compression and shear test on undisturbed soil samples,
etc., shall be carried out in conformity with the specifications. The Contractor
shall submit the entire data to the Engineer along with his own/laboratory
recommendations and obtain approval to the design-parameters. Necessary
interpretation of the result of tests shall be furnished to the Engineer for scrutiny
of design of foundations.
(b)

The cost of these test and interpretation of the test results shall be

included in the tendered amount. No payment will be made separately for the
testing of soil or rock.
(c)

The S.B.C. at the foundation level shall be verified during construction

so as to ensure that the stresses imposed on the foundation strata are within
permissible limit. However, if some additional borings are required by the
Employer such requirement shall be ordered in writing and shall be deemed to
be an additional work. The Contractor shall quote the rate for such boring, soil
sampling and testing, separately along with his tender. The taking out of
samples and carrying out required tests shall be in conformity with the
Employers specifications. The Contractor shall then submit the entire data to
the Employer along with his own/laboratory recommendation and obtain
approval to the design parameters.

6.

FOUNDATIONS:
6.1

Piers/Abutments:
6.1.1 For bidding and for the purpose of tender, general foundation levels
proposed for the piers & abutments shall not be higher than those proposed in

Contractor

No. of Corrections
41

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

the Employers design. Where pier positions differ from the Employers design,
the levels shall be interpolated for the purpose of this clause.
The Founding Levels to be considered as a benchmark in deciding the +/variations (Pursuant to the Schedule of Variations of CSD Volume-I) shall be as per
19 of Data and Design criteria for structures.
6.1.2 Detailed design shall be carried out only with pile foundation for
abutments and piers.
6.1.3 The maximum base pressure under worst combination of loads &
stresses condition for open foundation shall not exceed 100 T/m2. The allowable
stresses shall be as per codal provisions.
6.1.4 Buoyancy to be considered shall be 100% for open as well as pile
foundation.
6.1.5 Abutment structure shall be fully retaining Reinforced Concrete
structure. No passive pressure shall be considered for the design of abutment.
6.1.6 While checking the stresses at the base of foundations it shall be ensured
that under the worst combination of forces there is no tension.
6.1.7 The contractor shall have to take bores by double tube boring machine at
the final location of each pier and abutment prior to the commencement of the
work to ascertain the rock levels and quality at the location of the foundations
and this form part of the contract and shall work out SBC and proposed
founding level and got approved from Engineer-In-Charge. The cost of these
test and interpretation of the test results shall be included in the tendered
amount. No payment will be made separately for boring and testing of soil or
rock.
6.1.8 The temporary works such as cofferdams, sand islands, temporary
bridges and centering etc. shall be completely removed immediately after
completion of the concerned part of the work. The cofferdam shall be removed
up to bed level and the space between pier and cofferdam shall be filled with
rubble. Top 0.3m portion shall be filled with M15 cement concrete.

Contractor

No. of Corrections
42

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

6.1.9 Sometime in order to reduce the effect of the Earth pressure on


abutment, independent arrangement is made to retain the earth. In such cases the
arrangement done creates effects of surcharge. The effect of such created
surcharge shall be suitably considered in the design.
6.1.10 Embedment of open foundation shall be minimum equivalent to depth of
footing.
6.2

Ramp / Retaining walls


6.2.1 The approaches of the bridge shall be a Reinforced Soil retaining
structure with decorative facia. Open foundation for retaining structure is
acceptable. The foundation shall be taken minimum 1.5m below ground level
2

with SBC of 20 T/m . Deleted


6.2.2 For foundation of Retaining structure if design requires increasing SBC at
foundation level by any soil stabilization method, the cost of this stabilization
shall be borne by the Contractor.
6.2.3 The lengths of returns / wings of bridge shall not be less than those
worked out as follows. If road level and ground level are different than those
shown in Employers drawing, the length of return shall be 1.0 m more than that
needed to satisfy the requirement of 1.5:1 spilling earth slope for returns (2:1 for
wings) from the point where lowest ground level in the end spans meets the
front face of the abutments.
6.2.4

The foundation of the independent returns shall be rested at least 2m

below the ground level subject to the provision that the SBC at that level is
adequate for the proposed design. However where rock is met at, or very close
to ground surface the return must be rested at least 0.45 m into that rock.

6.3

Pile foundations
6.3.1 The pile foundation shall be designed considering various load
combination forces and permissible stresses as per the latest edition of I.R.C.78.
The piling shall be done by hydraulically operated rotary drilling machine only.
a. For piles, temporary liner may be provided wherever it is necessary.

Contractor

No. of Corrections
43

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

b. Shift and tilt of pile shall be considered as per IRC: 78 2000.


6.3.2 The following criteria shall be considered for deciding the length of
embedment.
a.

The minimum embedment of piles in hard rock (RMR value more than

70 as per IS: 12070) shall not be less than 1.25 times diameter of pile. The pile
capacity in rock shall be calculated as per IRC: 78 (latest edition).
b. A Factor of Safety (FOS) 5 shall be adopted to compute Safe Bearing
Capacity of rock from U.C.S. calculated as per IS 12070. Minimum embedment
is required to be provided despite this limitation of SBC. No further enhancement
to pile capacity will be allowed. These values incorporate all enhancements
possible like skin friction, global effects etc.
c.

The piles shall be designed as fixed end bearing. Fixity shall be

considered at the top of rock where the socketing begins and at the center of
pile cap. Side friction from G.L. up to embedment level shall not be considered
for design. Support from surrounding strata shall not be considered for design of
piles.
6.3.3 The pile capacity shall be confirmed by pile load test as per IS-2911
(Part IV).
a.

The vertical and horizontal design capacity assumed for the piles shall

be verified by the initial load testing of test piles in non-working areas, in the
vicinity of the bridge site. These piles shall be tested for 2.5 times the design
load. These tests and the routine tests shall be as per I.R.C. 78 (Latest edition).
The dynamic load test and the pile integrity test may be permitted subject to
verification of the results with static load test performed on the same pile.
b. The lateral Load carrying capacity of pile shall be assessed by carrying out
lateral load test on a single pile for a deflection of 5 mm at top.
c. Side friction (Skin Friction) from G.L. upto embedment level shall not be
considered during design.
d. The piles shall be designed as end bearing considering fixity as mentioned
above. There shall be no tension at the base of pile under any load combination.
e. The minimum dia. of piles shall be 1200mm.

Contractor

No. of Corrections
44

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

f. Annular piles filled or unfilled shall not be accepted.


g. Design with single row of piles shall not be accepted.
h.

Use of High performance concrete for piles is not permitted (M60 and

above).
i. NDT Tests at regular intervals as directed by the Engineer for at least 10% of
total number of piles shall have to be carried out by the contractor with no cost
to the employer.
j.

The cost of all above tests shall be borne by the contractor and no extra

payment will be made to the contractor.

Minimum embedment into rock and SBC of the strata shall be


6.3.4
considered as follows:
Type of Strata

Min. Embedment in rock

SBC. Of rock

Hard Rock

1.5 x diameter of pile

400 t/m

1.0 x diameter of pile

300 t/m

3.0 x diameter of pile

250 t/m

2.0 x diameter of pile

200 t/m

1.5 x diameter of pile

150 t/m

Soft Rock

6.4

The values of SBC given consider the effect of embedment in rock and global
behavior of the pile and hence friction resistance of pile shall not be further added.
6.3.5
Only end bearing bored cast in situ piles drilled with rotary rig will be
accepted. Design with single row of piles per substructure shall not be accepted.
Annular piles filled shall not be accepted.
Raft Foundations

6.5

Well Foundations - Deleted

7
.

SUBSTRUCTURE
For continuous spans pier, with fixed bearing shall be designed to take all the
horizontal forces.
7.1

Minimum Dimension of any element of substructure shall not be less than 300
mm.

Contractor

No. of Corrections
45

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

7.2

Development of Pilgrimage Towns

Dead man anchors or friction slabs shall not be accepted behind abutment for
relieving moments.

7.3

Scope for accessibility for inspection and arrangement for lifting of the
superstructure for future replacement of bearings shall be provided for in the
design of substructure. The positions of jacks shall be distinctly marked on the
drawing and on pier / pier cap.

7.4

The height of pedestals plus bearing shall be min. 150 and maximum 500 mm.

7.5

Slender piers shall be checked for deflection under horizontal and eccentric
forces and secondary forces if any. Pier, bearings and expansion joints shall be
suitably designed.

7.6

One span dislodged condition shall be considered as erection condition (load


combination VI, VII of IRC-6) for the purpose of design.

7.7

Earth retaining structure shall be designed for the earth pressure calculated as
per any theory permitted by the IRC Codes.

7.8

Special aesthetic finishes like grooves, embossing, etc. shall be given to the
structures to the satisfaction of the Engineer. Aesthetic finishes shall not form
the part of structural requirement of any member.

7.9

All the piers in the central verge (median) shall be designed for a vehicle
collision load as per IRC provisions.

7.10

For continuous spans, Pier with fixed bearing shall be designed to take all the
horizontal forces.

7.11

Scope for accessibility for inspection and arrangement for lifting of the
superstructure for future replacement of bearings shall be provided for in the
design of substructure. The positions of jacks shall be distinctly marked on the
drawing and also on the structure.

7.12

The substructure shall rest completely on foundation. No cantilever support to


substructure shall be permitted except due to codal provisions.

Contractor

7.13

The caps over wells and piles shall have uniform thickness.

7.14

Hollow sections for piers and abutment are not permitted.

No. of Corrections
46

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

8.

Development of Pilgrimage Towns

7.15

Circular and annular footing are not permitted.

7.16

Solid wall type piers should be preferred.

SUPERSTRUCTURE
8.1

Deck Slab thickness shall not be less than 300 mm and not less than 200 mm at
tip of cantilevering transverse direction, irrespective of the provisions elsewhere.
The slab shall be checked for punching sheer. The cantilever projection of slab
in transverse direction shall not be more than shown in GAD.

8.2

Minimum thickness of intermediate diaphragm where provided shall be 300 mm


and that of end diaphragm shall be 500mm for the cast in situ work. Manholes
shall kept at a spacing not more than 150mm wide arrangement for access
inside the box. In the absence of rigorous analysis for tensional and distortion
moments and forces due to warping torsion at ends, the design live loads
moments and shear force in the longitudinal direction shall be increases by 20%
and transverse reinforcement by 5%.

8.3

For pre-stressed Superstructure with box girders, the cross diaphragms shall be
minimum one each at supports and at each abrupt change the soffit geometry.

8.4

The provision for imparting 20% of design pre-stress at a future date shall be
made in the deck and suitable anchorages, bulkheads, deviation blocks etc. shall
be constructed for the purpose. Arrangement for external pre-stressing shall be
got approved. Anchorage system proposed shall be clearly indicated. It is
desirable to stress the cables from top of deck slab.

8.5

In addition to post tensioning as per I.R.C. codes, precast segmental


construction as well as pre-tensioned construction are also permitted as per B.S:
5400

8.6

The Combination of precast and cast-in-situ construction shall be seriously dealt


with as the phenomena of differential creep & shrinkage and the forces at
connection of precast & cast-insitu part pose lot of post construction problems.
Adequacy of reinforcement joints shall be ensured. Generally one element (Say
a girder) shall be either precast or cast-in-situ and not the combination.

Contractor

No. of Corrections
47

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

8.7

The deck slab (T<300 mm) shall be tested for permeability.

8.8

Camber correction shall be worked out and provided during construction from
RCC superstructure.

8.9

Proportioning of dimensions of box girder is given in Annexure -1. The same


shall be followed.

8.10

For continuous spans, Pier with fixed bearing shall be designed to take all the
horizontal forces.

9.

DESIGN LOADS:
The proposed bridge shall be designed as submersible bridge.
9.1

Live Loads:
9.1.1 The bridge shall be designed to carry combination of I.R.C loadings, as
per clause 207.4 (IRC: 6-2000) whichever produces worst effect.
While checking for one span off condition, live load of IRC Class-A one lane
per two lanes without impact shall be taken into account and this shall not be
considered in conjunction with seismic / wind force. Braking force shall not be
considered.
9.1.2 The design shall cater for renewal / overlaying of wearing coat load of
110 Kg/m2.
9.1.3 Loads from services facilities viz. electrical cable, telephone cable at
100 Kg/m or actual loads whichever is higher on either side of carriageway.
9.1.4 Loads from other utilities and pedestrian loading shall be as per Design
Data.
9.1.5 The Bridge shall be designed for loading as per IRC: 6-2000 while
checking for one span off condition live load of IRC Class A one lane per two
lanes without impact shall be taken into account and this will not be considered
in conjunction with seismic /wind force / Barge Impact. The design of centering
shall be done as per IRC 87-1984. The Bridge shall also be designed for loads
due to service lines as specified in Design Loads.
9.1.6 The design of components shall also be checked for 40 T boggle load.

Contractor

No. of Corrections
48

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

9.1.7 The effect of crowding of Vehicles (i.e. placed nose to tall) shall be
considered.
9.2

Horizontal Forces due to Water Currents:


As per the provisions of IRC 6, Cl 213.

9.3

Longitudinal Forces
As per the provisions of IRC 6, Cl 214.

9.4

Bouyancy
As per the provisions of IRC 6, Cl 216.

9.5

Construction Loads
The structure shall be designed for the load coming from the launching girder,
beam and winch system, segment delivery trailer etc. Impact of such loads shall
be considered not less than 10% total load.

9.6

Wind Forces:9.6.1 Wind forces shall be considered in the following two ways. The design
shall be governed by the one producing the worst effect.
(i)

Full wind force at right angles to the superstructure.

(ii)

65% of wind force as calculated in (i) above acting perpendicular


to the superstructure and 35 % acting in traffic direction.

9.7

Temperature-Range:(i)

For design of structure to account for temperature in formula

dL = alpha x L x t, the value of "t" shall be 50 degrees centigrade i.e., 25 for


extreme atmospheric exposure condition.
Note: - The temperatures variation shall be accounted for in design of structures
as per design data.
Alpha is the Coefficient of Expansion or Contraction and L is the length of the
member and dL is the expansion or contraction due to a variation of temperature
in appropriate units.

Contractor

No. of Corrections
49

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

(ii)

Development of Pilgrimage Towns

The superstructure shall also be designed for effects of distribution of

temperature across the deck depth as per IRC: 6-2000. For calculation of
thermal forces effect of 'E' value of concrete should be taken as 50% of the
instantaneous value so as to account for effects of creep on thermal strains.
9.8

Soil Properties:
In absence of actual field data the properties of back fill, shall be considered for
design purpose as below:

9.9

(i)

Dry Density of Soil

1.8 T/Cum.

(ii)

Saturated Density

2.0 T/Cum.

(iii)

= 30 Degrees, = 20O

iv)

C=0

Seismic Forces:For the calculation of fundamental period, as per appendix 2 (amendment

No.

6) of IRC: 6 -2000, the length shall be considered from top of the pier cap to top
of pilecap/footing.
The seismic coefficient so calculated shall be applied for foundation and
substructure design.
10.

PERMISSIBLE STRESSES:10.1

Allowable stresses for plain and reinforced concrete shall be as per IRC-21 and
for prestressed concrete (post tensioned) as per IRC-18.

10.2

11.

DURABILITY
11.1

Contractor

The permissible shear stresses shall be as given in IRC-21 & IRC-18.

Grade of Concrete
11.1.1

Minimum grade of concrete for Foundation shall be M30.

11.1.2

Minimum grade of concrete for substructure shall be M30.

11.1.3

Minimum grade of concrete for superstructure shall be M35.

11.1.4

Minimum grade of concrete for pile foundation shall be M35.

No. of Corrections
50

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

11.2

Development of Pilgrimage Towns

Minimum Cement Content


11.2.1

For both plain and reinforced concrete, the value given below
regarding minimum cement content and maximum water-cement
ratio shall be as per Clause 302.6 Table No. 5(A) of IRC: 21-2000

11.2.2

High strength ordinary Portland cement conforming to I.S.12269


will also be permitted.

11.3

The minimum nominal dia. of reinforcement and clear cover shall be as


follows
(Only Fe-500 TMT CRS steel shall be used).
11.3.1

The minimum nominal dia. of reinforcement shall be 10 mm.

11.3.2

Minimum clear cover to reinforcement for all grades of concrete


shall be as per Clause 304.3 IRC: 21-2000.

11.3.3

The cover shall be measured from the inner face of the groove for
substructure and superstructure.

11.4

The H.T.S. strands to be used for P.S.C. structures shall be Stress Relieved Low
Relaxation Steel conforming to Class-II of latest IS: 14268.

11.5

Anticorrosive protective paints to foundation, substructure and superstructure


shall be as per Clause No. 20.

12.

PSC BOX GIRDERS


12.1

For proportioning of the box girder, the sketch given in Annexure-1 of this
CSD volume shall be adopted. Overhangs shall not be more than those shown in the
drawing in Annexure-1.
The entire box shall be a single unit without any construction joint in
longitudinal direction.

Contractor

No. of Corrections
51

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

12.2

Development of Pilgrimage Towns

Minimum thickness of intermediate diaphragm provided shall be 300 mm and


that of end diaphragm shall be 500 mm.

12.3

Two manholes shall be kept in soffit of every span with arrangement for access
inside the box.

12.4

The following method of analyzing and designing box girder is acceptable.


(i)

Calculate the main girder moments, shear forces and torsional moments
as for a single beam.

(ii)

Also add to above, the forces due to the restraint of warping torsion at
the ends.

(iii)

In addition, calculate the bending moments in the roadway slab


considering the slab, the web and soffit slab as a closed frame.

(iv)

Reinforcement in the slabs and webs due to the transverse moments


must be provided in addition to the steel, which is required for shear or
torsion in the box as a main girder.

(v)

Distortion of box girder due to transverse moment should be considered


in the design.

(vi)

In the absence of rigorous analysis (a) for the torsional moment (b) for
forces due to restraints of warping torsion at ends the design live load
moments and shear force in the longitudinal direction shall be increased
by 20% and transverse reinforcement steel be increased by 5%.

(vii)

While designing the various components like bearings, pedestals etc., the
maximum and minimum reaction as per detailed transverse analysis
shall be considered.

12.5

Drainage
Under no circumstances shall water be allowed to collect in the box girder.
Necessary provisions for draining out water from the box girder shall be met.

Contractor

No. of Corrections
52

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

13.

Development of Pilgrimage Towns

PRESTRESSED CONCRETE
(a)

Permissible stress in concrete during service shall be as per Clause 7.2 of


IRC: 18-2000.

(b)

All pre-stressed members shall have spare cables laid to the profiles approved by
the Employer. The number of spare cables shall be 5% of the cables required as
per design, subject to a minimum of one cable per girder/web. These cables
shall be permitted to be removed fully or partly after the final stage of prestressing, if they are not required holes shall be grouted. In case of saline
atmosphere these cable holes shall not be grouted but only ends shall be closed
properly.

(b)

The provision for imparting 20% of design pre-stress at a future date shall be
made in the deck and suitable anchorages; bulkheads diaphragms etc. shall be
constructed for the purpose. Arrangement for external pre-stressing shall be got
approved from the Engineer.

(c)

Sheathing for post - tensioned superstructure shall be corrugated HDPE type as


per IRC: 18-2000.

(d)

The ends of pre-stressing anchorages in case of post-tensioning shall be


protected against corrosion.

14.

PRECAST SEGMENTAL CONSTRUCTION


14.1

Precast segmental construction if adopted shall be designed as per Clause


7.2.3 of IRC:18-2000 and IRC:SP-65 and Guide specifications for design and
construction of concrete segmental bridges (latest).

14.2

Requirements regarding minimum dimensions shall be as per Annexure I of


this CSD volume. External prestressing within the box with necessary protection
against corrosion shall be allowed.

14.3

For construction with continuous spans the portion over piers, the key
segments and end segments at expansion joints may be cast in situ; all other

Contractor

No. of Corrections
53

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

segments shall be precast. For simply supported spans all the segments shall
preferably be precast.
14.4

All the segments shall be match-cast. During match-casting necessary care


shall be taken to minimize the effect due to temperature arising from
hydration of concrete of adjacent segment.

14.5

The shear keys at the face of segments shall be as under:


(a)

On each web single key or multiple keys shall be provided. These keys
shall be designed to transmit shear forces.

(b)

On the top and bottom slabs keys shall be provided to maintain


alignment and level.

14.6

Formwork shall be robust and the foundations of the casting and stacking yard
shall be designed to safely support all applied loads without undesirable
deformations or settlements.

14.7

In order to achieve smooth profile of pre-stressing cables and to prevent entry


of cement slurry at the joints of matching segments; pipe shall be inserted
through the cable duct of both the segments (i.e. matching segment and
segment being cast) at the time of concreting.

14.8

Bond breaking agents shall be used while casting the segments so that the
segments can be easily separated after casting.

14.9

The joints between adjacent segments shall be treated with appropriate epoxy
formulation to facilitate erection and to fill cavities if any. While applying
epoxy, care shall be taken to see that the epoxy does not block the openings of
the cable ducts.
Epoxy shall be applied on the interfaces of both the segments and the
segments shall be subjected to a pressure of minimum 2 Kg/cm2. This may be
achieved either by using temporary pre-stress or by any other method.
Permanent cables shall be introduced in the duct and after pre-stressing the
required number of cables the temporary pressure can be released.

Contractor

No. of Corrections
54

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

14.10

Development of Pilgrimage Towns

The method of erection of segments shall be such that the desired geometric
profile of the bridge deck is obtained. During erection stage temporary
blockade of one lane of traffic may be allowed with the permission of
Employer.

14.11

The segments shall be checked for stresses during handling and erection.

14.12

Reference may be made to document "Guide to good practice:


Recommendations for segmental construction in pre-stressed concrete"
published by F.I.P.

14.13

The launching/erection of all the precast segmental superstructure segments


shall be carried out by over slung method using launching girders. The
decision to adopt under slung method for launching/erection shall be as per
the discretion of the Engineer.

15.

BEARINGS BELOW SUPERSTRUCTURE:


(a)

POT-PTFE Bearing from MORT&H approved manufacturers in cast steel shall


only be permitted.

(b)

The bearings shall be easily accessible for inspection.

(c)

Scope for lifting the superstructure for future replacement of bearings shall be
provided for in the design of bearing. The scheme of lifting shall be indicated
on the drawing to be submitted at the time of tendering.

(d)

The contact surface of superstructure shall project beyond the edge of the
bearing plate by a minimum distance of 100 mm at any location.

(e)

Cut / segmental roller bearings shall not be permitted. Use of different metals
setting electrolytic actions inducing corrosion shall not be permitted.

16.

EXPANSION JOINTS:
16.1

Only strip seal joints (for horizontal movement upto 80 mm), modular strip joints
(for horizontal movement beyond 80 mm) shall be permitted, conforming to
modified interim specifications for expansion joints.

Contractor

No. of Corrections
55

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

16.2

Development of Pilgrimage Towns

The expansion joints should generally be spaced at not less than that shown in
Vol III except in case of unavoidable circumstances.

16.3

Uniform type of expansion joint shall be provided for the entire deck.

16.4

All the expansion joints shall be water tight.

16.5 The bidder shall provide minimum number of expansion joints


16.6

Expansion joints shall conform to MORT&H specifications and procured from


MORT&H approved manufacturers.

17.

RAILINGS, PARAPET, CRASH BARRIERS AND MEDIAN VERGE:


17.1

Anti crash barriers having a typical cross section as shown in Annexure-2


shall be provided.

17.2

18.

Providing bitumen pad in expansion gap.

WATER SPOUTS
Water spouts as per MORT&H Type design No.SD/303 shall be provided. However,
the diameter of pipe shall be 150 mm.
Waterspout shall be 150 mm G.I. at approved locations.

19.

WEARING COAT:
A wearing course of 12mm Mastic Asphalt laid on 50mm Bituminous Concrete shall be
provided over the concrete deck. However on approaches a flexible wearing course as
shown in the Employers drawing shall be provided.

20.

ANTICORROSIVE PAINT:
Anti-corrosive protective paint as mentioned below and approved by the Engineer shall
be provided. This paint shall be got tested from the approved laboratory and shall be of
approved quality, color and shade.
The protective coating shall be applied to:

Contractor

No. of Corrections
56

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

(a)

Development of Pilgrimage Towns

Superstructure and Part of substructure exposed to atmosphere - Anti


carbonation acrylic paint of synthetic enamel in two coats each of minimum 70
micron shall be provided.

(b)

Part of foundation / substructure in contact with earth upto GL or in contact with


water - one coat of primer and two coats of coal tar epoxy. Total DFT 210
microns.

(d)

The superstructure shall be treated with following protective coatings.


(i)

Parapets/ Railings / Crash Barriers


Waterproof cement based paint of approved quality and colour in three
coats.

(ii)

Deck/Girder/box and inner surface of the Superstructure


Waterproof cement based paint in three coats of approved quality and
colour.

21.

ELECTRICAL WORK / STREET LIGHTING:


The scope of work covers providing and fixing following items as per details given in
tender
1.

Junction boxes, pullout boxes.

2.

Sleeves, base plate and anchor bolt for fixing electrical poles.

3.

Provide 110 mm Double Wall Corrugated (DWC) pipe of PE with IS 14930


Part-II mark, one in each crash barrier for entire length of bridge and up to nearest
junction box.

4.

All the material shall be new and conform to latest IS Specification and shall be
procured from approved manufacturer only.

5.

Providing and fixing electrical poles along with complete fixtures and lights of
appropriate lux as per IRC Standards throughout the length of bridge.

6.

The work of landscaping shall be carried out in the all medians, islands,
channelisers and open spaces within the ROW.

Contractor

No. of Corrections
57

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

The Contractor shall carry out and complete the said work (including labour, material,
appliances, equipment etc.) under this contract in every respect in conformity with
current rules & regulations of local electricity authority, Indian Standard Institution and
with the directions and to the satisfaction of the Engineer. For more details refer SP- 7.
22.

MISCELLANEOUS:
(i)

Pillars with granite tablets:


Provision of suitable pillars, one at each corner of the bridge, of suitable
architectural design to define the ends of the bridge with suitable pedestals to house
granite tablets as per details to be got approved by the Engineer.

(ii)

Lane markings:
Provision of necessary lane markings with thermoplastic paint, reflecting lane studs
etc., on the bridge and ramps.

(iv)

Providing RCC road kerb, service ducts, wearing coat, bearing, expansion joint and
protective coat on bridge as per tender.

(v)

Overhead Gantry / Sign Boards / Signals:


Providing and fixing in position overhead Gantry frame, trustless sign boards/signals
as per approved drawings and specifications. There will be three gantries as per
drawings attached in Vol III.

(viii)

Architectural treatment:
Providing architectural treatment/ features as per approved drawings on piers and
abutments in situ concrete along with the respective structural component and as
approved by the Employer during the course of execution.

(ix)

Traffic diversion if required:


Providing and maintaining necessary traffic diversion, barricading of site during
construction such that 7.5 m clear carriage way is available on both sides at any
given point of time. Details of barricading shall be as per annexure 3. The complete
area of work shall be cordoned off with necessary barricading as mentioned herein.
There should not be any hindrance to the traffic. Centering
scheme shall be designed on the same basis as that of barricading.

Contractor

No. of Corrections
58

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

23.

Development of Pilgrimage Towns

ENVIRONMENT & DURABILITY:


Some of the most important issues in this connection are as under:
(i) High tensile steel shall be stored as per stipulated in I.S. codes and duly protected
during storage. It shall be procured properly sealed and protected from rusting using
all possible measures.
(ii) Restricting the water cement ratio of concrete and increasing the workability by the
use of carefully selected plasticizers / additives approved by the Engineer.
(iii)Employment of large pre-stressing unit whose strands can be threaded after concreting
and use of multi-strand pre-stressing jacks which can stress all the strands of a cable
at the same time.
(iv) Special efforts with very close supervision shall be made to control the grouting
operation by keeping water cement ratio as close as 0.35 as possible (though IRC 18
provides for W/C ratio as 0.45). The admixture shall be selected by the proper care
and as approved by the Engineer.
NOTE:
1)

All other works as detailed in Design Criteria and tender drawings and as
are essential for the entire completion of the works and as directed by the
Engineer.

2)

Providing all Specifications of the normal items of the bridge shall be as


per Ministry of Surface Transport, the Standard Specifications of PWD
subject to the other special provisions described herein. If the Contractor
provides the use of any special type of materials not covered by the
standard specifications of PWD/ Specifications of the Ministry of
Transport, the contractor shall furnish the specification along with his
standard and these shall be got approved from the Employer.

24.

SPECIAL PROVISIONS:Following provisions shall supersede those provided in relevant clause of IRC / IS Codes.
(i)

All the structural elements of this project shall be designed as per IRC - Working
Stress Method.

Contractor

No. of Corrections
59

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

(ii)

Development of Pilgrimage Towns

For design purpose unit weight of reinforced cement concrete shall be considered
as 2.5 T/m3 and that for pre-stressed concrete as 2.6 T/m3.

(iii)

The distribution reinforcement in deck slab shall be provided as per 0.3 x (LL
moment + DL moment).

(iv)

The piers/columns under service condition shall be checked considering effective


length as 1.5xL (L measured from top of pier cap to top of pile cap/footing.

(v)

Minimum eccentricity of 75mm in each direction due to likely shifting shall be


considered in the design of piles.

(vi)

Irrespective of the % of voids provided in the voided slab, reinforcement detailing


in the voided slabs shall be as per IRC:SP 64 (Guidelines for design of voided
slabs).

(vii)

In a curved Box Girder, minimum two nos. of intermediate diaphragms shall be


provided.

(viii) Pier including pier-cap shall be cast in single pour and without any construction
joint.
25.

LOAD TEST:
25.1

In case a structure or a component of structures proposed by the contractor, in


the opinion of the Engineer is of unusual nature, then the Engineer shall have
the right to call upon the contractor to carryout model testing and/or load testing
of the structure or component to prove its suitability. The cost of such test shall
be borne by the contractor.

25.2

The Contractor shall have to carry out a load test on one unit of the structure for
the design static loads or their equivalent and in a manner as may be decided by
the Engineer.

25.3

In the event of load testing being ordered the contractor shall:


(i)

Prepare well in time all necessary calculations and details of

arrangements for such load testing, e.g. the magnitude of the test load, mode
and method of carrying out the test, the application of loads, duration of keeping

Contractor

No. of Corrections
60

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

the load, the equipments to be provided and observations to be made during and
after placing the loads in position etc.
(ii)

Make

all

necessary

arrangements

for

observations,

centering,

equipments etc., that may be needed for measuring the settlement, deflections
etc., required for the test, to the entire satisfaction of the Engineer and
(iii)
25.4

Provide labour and make all observations during the test

After the test, the contractor shall submit a report on the results of the tests. The
Engineer shall then communicate as to whether the test has been satisfactory or not.
Any further tests or reconstruction or strengthening as may be necessary shall be
decided.

25.5

When the tests are declared by the Engineer as having been completed, the contractor
shall remove all loading which might still be on the bridge as well as in the
surroundings.

25.6

Any defect noticed in the structure or any damage done to the bridge at the time of
testing, which affects or is likely to affect the strength of the bridge shall be rectified
by contractor at his own cost by remedial measures or replacement as approved by the
Engineer.

25.7

The test shall be carried out in the presence of Engineer.

25.8

Acceptance Criteria for Load Test:


25.8.1 The criterion of acceptance is based on recovery of deflection after removal
of test load. The following table gives the criteria for R.C.C. and P.S.C.
superstructures.

Contractor

Load
Intensity
for
Testing

Duration of
retention of
test loads
(hours)

Reinforced
concrete

1.0 D +
1.1 L

24

75

Prestressed
concrete

1.0 D +
1.15 L

24

80

Sr.

Type of

No.

Bridge

1
2

No. of Corrections
61

Maximum
deflection

Min. % recovery
of deflection after
24 hours

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

Where L - Length of span (mm)

D - Dead load.

d - Depth of main beam (mm)L - Live load without impact


It should be ensured that moment generated by the test load is equal to design
live load moment.
25.8.2 The test load on bridge shall be applied in not less than 4 approximately equal
increments so that no untoward distress occurs in the structure. Assuming that
the maximum of 100% of the design live load is to be applied, the 1st stage of
loading (including the dead load of stacking platform) could be 60% which can
be increased in steps of 70%, 80%, 90%, 100% done in the same stages. It shall
be ensured that the total duration of loading and unloading operations is same.
26.

Documentation & Instructions:

The following items are deemed to be included in the tender cost.


26.1 All final drawings and Compact Disc of all approved drawings and tracing films of
as built drawings and calculations shall be supplied by the Contractor in triplicate in
triplicate to Engineer-in Charge.
26.2 Three DVD of 180 minute duration each of the Bridge covering the different
phases of

construction from start to finish shall be supplied by the Contractor.

26.3 A Maintenance Manual describing access arrangements, important obligatory


precautions from the point of view of structural safety, and procedure for minor and
major repairs of each component of the Bridge, renewals o finishes and periodical
treatments shall be supplied in ten couples and on Compact Disc/DVD by the Contractor.
26.4 A Quality Assurance Manual covering designs and drawings, mix designs,
materials, testing, soil and rock properties, statistical quality control, etc. shall be
prepared by the Contractor well before starting the work. Construction methodology
proposed to be adopted by the contractor shall be elaborated and got approved from
engineer in charge in advance.

Contractor

No. of Corrections
62

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

26.5 A Construction Manual covering various aspects of construction methods,


difficulties faced and how they are overcome during execution etc. shall be supplied by
the contractor at the time of finalization of work.
26.6 The Contractor shall install fixtures and fastenings provided by the Employer for
housing any instrumentation that may be useful for the Employer at his cost.
26.7 Wiring and fixing arrangement for internal lighting and ventilation shall be got
approved from competent authority and executed.
26.8 The fixing arrangement for suitable tenders to be provided to the navigational piers
to reduce the barge impact shall be provided. The details of fixtures shall be obtained
from the Employer.
27. Procedure for checking detailed calculations and working:
27.1 Within one week of the receipt of work order the Contractor shall submit a
program of submission of designs. The program of submission of designs of various
components should be consistent with the program of work prepared by the Contractor
and approved by the Employer.
27.2 The Consultant shall have the latest official version of the software being used for
designs and the same shall be made available for scrutiny of design if demanded by
Employer.
27.3 Detailed design calculations and working drawings of the component parts of the
Bridge shall be submitted well in the advance of the execution, in accordance with the
above program. Two sets of such design calculations and three sets of drawings
accompanied by complete information and sufficient data shall be submitted to Employer
for checking the designs calculations. The designs and drawings for various component
parts shall be submitted progressively.
If computer is used for design or analysis, the Contractor shall submit with design, the
detailed description of method of analysis with explanatory notes and manually done
sample calculations for adequate number of typical cases & soft copy. The Computer
Program as submitted will be further tested by comparison with solutions of worked

Contractor

No. of Corrections
63

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

examples. The Contractor should submit along with his tender a note giving his design
approach and construction scheme conforming to the basic requirements which should be
approved by the authorities while awarding the work so as to avoid the possibility of major
changes being required in the design at a later date.
27.4 Drawings and designs shall be in metric units. Calculations shall be neat and clear
and supplemented by full explanatory notes and sketches wherever required. The
drawings of initial submissions and final approval shall be stenciled and in 420mm x
297mm size only. It is entirely the responsibility of the Contractor to submit the design in
good time to enable the Employer to approve them in time. No claims shall be granted on
account of late approval to the design and consequent delay in the execution. Schedule of
reinforcement and rate of reinforcement Per Cum. of Concrete quantity (and also
percentage with respect to gross cross sectional area of the component) should also be
shown on shown on each drawing.
27.5 Nine sets of approved working drawings along with one soft copy in the form of
Compact Disk and four sets of approved design calculations shall then be supplied by the
Contractor which will be formally authenticated by the Engineer (Five copies of
drawings and set of designs calculations for field officers, one set to be returned to the
Contractor and three to the retained by the Employer. These drawings shall be submitted
in plastic folders for each set and calculations in plastic files & bag.
27.6 After completion of each stage of work, three sets of record plans based on the work
as actually executed on site, shall be supplied by the Contractor, to the Engineer.
27.7 Approval to drawings and designs and design calculations by the Employer shall not
in any way relieve the Contractor of his responsibility for the correctness, soundness and
structural stability and safety of the structure.
27.8 The approved drawings and the design calculations of the Bridge shall be the
property of the Employer.
27.9 The Contractors Designer or Consultant shall attend all the design review meetings
conducted by the Employer from time to time, without any extra cost.

Contractor

No. of Corrections
64

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

COST BREAKDOWN

Percentage Break Down Schedule

Sr. No

Event (Stage of work)

1.

Approval of Structural Design and Drawings

Percentage
2%

by the Employer
2.

Work upto foundation top for abutments,

15%

returns and all the piers as per approved


structural drawing
3.

Work from foundation top upto top of pier cap

26%

and top of abutment and returns complete


4.

Work of superstructure including railings,

42%

medians, painting, lighting, etc complete


6.

15%

After virtual completion

Note : The variation will be paid / deducted after completion of stage 2 as per the
provisions of clause no. 35, 36 & 37 stated in Vol: I.
No variation is payable / recoverable (the work completed as stated in the contract)
in stages no. 3, 4 & 5

Contractor

No. of Corrections
65

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

ANNEXURES

Contractor

No. of Corrections
66

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

ANNEXURE 1

DIMENSION OF BOX GIRDER

MINIMUM DIMENSIONS
t1

200 mm

t2

240 mm

t3

300 mm

t4

200 mm

3000 mm

1500 mm

LIMITATION OF OTHER PARAMETER


L1 SHALL NOT BE MORE THAN LEAST OF 0.45 L AND 3 m
F NOT LESS THAN 700
OPENING IN DIAPHRAGM NOT MORE THAN 50% OF AREAD AND NOT LESS
THAN 900 x 900 mm
Note : REFERENCE MAY MADE TO SCHEEF AND SCHAICHS BOOK FOR
DETAILING.

Contractor

No. of Corrections
67

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

ANNEXURE 2

DETAILS OF ANTI CRASH BARRIER

Contractor

No. of Corrections
68

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

ANNEXURE 3

TYPICAL DETAILS OF BARRICADING BOARD

Contractor

No. of Corrections
69

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

ANNEXURE 4

HIGH CONTAINMENT ANTI CRASH BARRIER

Contractor

No. of Corrections
70

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

ANNEXURE-5
BORE DATA
As stated in VOL : III

Contractor

No. of Corrections
71

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

ANNEXURE-6
RIVER PROFILE SHOWING OFL, RTL
As stated in VOL : III

Contractor

No. of Corrections
72

Engineer

Vol. II Tender Notice 01/2014-15


ID - 01/2014-15/Dehu/A-01

Development of Pilgrimage Towns

ANNEXURE-7
CROSS SECTION OF BRIDGE DECK SHOWING
CARRIAGEWAY & FOOTPATH
As stated in VOL : III

Contractor

No. of Corrections
73

Engineer

You might also like