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. NAME OF WORK: 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). VOLUME –II

Vol II-ID 01-14-15-Dehu-A-01

  • Upload
    amitken

  • View
    11

  • Download
    1

Embed Size (px)

DESCRIPTION

Maharashtra Pilgrimage Re development plan

Citation preview

  • 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.

    NAME OF WORK: 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).

    VOLUME II

  • FORM B-1PERCENTAGE RATE TENDER AND CONTRACT OF WORK

    DEVELOPMENT PLAN IMPLEMENTATION IN PILGRIMAGE TOWNSDEHU, ALANDI AND PANDHARPUR

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

    GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OFCONTRACTORS

    1 This form will state the work to be carried out as well as the date for submittingand opening tenders, and the time allowed for carrying out the work and state thedefect liability period of 5 years, also the amount of earnest money to be depositedwith the tender by Demand Draft, and the amount of the security deposit /retention money to be deposited by the successful tenderer and the percentage, ifany, to be deducted from the bills. The performance security will be deposited bythe successful tenderer. Original copies of the specifications, designs anddrawings, estimated rates, scheduled rates and any other documents required inconnection with the work shall be signed by the ENGINEER for the purpose ofidentification and shall also be open for inspection by the contractors at the officeof the Divisional Commissioner, Pune Division, Council hall, Pune - 01 duringoffice hours.

    Where the works are proposed to be executed according to the specificationsrecommended by a Contractor and approved by ENGINEER on behalf of theDivisional Commissioner, Pune Division as Chairman of Committee forDevelopment plan implementation in Pilgrimage towns Dehu, Alandi andPandharpur, such specifications with designs, drawings and maintenance scheduleL 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 thecopy of partnership deed along with power of attorney as stated in the check listand Vol. I of the work.

    2(A). (i) The contractor shall pay along with the tender sum of Rs. 16,15,650/-(Rupees Sixteen Lacs Fifteen Thousand Six Hundred Fifty Only) byDemand Draft drawn in favor of Divisional Commissioner, Pune Division,as and by way of earnest money. The said amount of earnest money shallnot carry any interest what so ever.

    (ii) In the event oh his tender being accepted, subject to provision of sub-clause (iii) below, the said amount of earnest money should beappropriated towards the amount of security deposit payable by him underconditions of General conditions of Contract.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections1

    Engineer

  • (iii) If, after submission and opening of the tender, the contractor withdraws hisoffer, or modifies the same, or if after the acceptance of his tender thecontractor fails or neglects to furnish the balance of security deposit andperformance security without prejudice to any other rights and powers ofthe Employer, hereunder, or in law, Employer shall be entitled to forfeitthe full amount of the earnest money deposited by him.

    (iv) In the event of his tender not being accepted, the amount of earnest moneydeposited by the contractor, shall unless it is prior thereto forfeited underthe provisions of Sub-clause (iii) above, be refunded to him on his passingreceipt 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 aredescribed in their tender as firm, in which case the receipt shall be signed in thename of the firm by one of the partners, or by some other person having authorityto give effectual receipts for the firm.

    4 Any person who offers the bid shall fill up at the appropriate space, stating at whatpercentage above or below the rates specified in Schedule B (Memorandumshowing items of work to be carried out) he is willing to undertake the work. Onlyone rate or such percentage on all the estimated rates/ Schedule rates shall benamed. Tenders, which propose any alteration in the works specified in the sameform of invitation of tender, or in the time allowed for carrying out the work, orwhich contain any other conditions, of any sort will be liable to rejection. Nobidder shall submit two offers for one work, but if the bidder who wishes to tenderfor two or more works; they shall submit a separate offer for each. Tender shallhave the name and number of the work to which they refer, displayed in the noticeinviting tender.

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections2

    Engineer

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

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

    8 The Memorandum of work to be tendered for and the schedule of materials to besupplied by the Employer and their rates shall be filled in by any competentperson from the office of the Employer before the tender form is issued.

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

    10 Under no circumstances shall any contractor be entitled to claim enhanced ratesfor items in this contract.

    11 Every contractor shall be a registered contractor with Govt. departments stated inthe tender notice, produce along with his tender a solvency certificate to the extentof 20 % of the tendered cost of the work from the Collector of the district orTahasildar of Taluka within which he resides or a bankers certificate of hisfinancial stability. If he fails to produce such a certificate his tender will not beconsidered.

    And

    Every registered contractor should produce along with his tender certificate ofregistration as registered contractor in the appropriate class and renewal of suchregistration with date of expiry.

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

    13 The measurements of work will be taken according to the usual methods in use inthe State Public Works Department, Maharashtra Jeevan Pradhikaran and noproposals to adopt alternative methods will be accepted. The ENGINEERsdecision as to what is the usual method in use in State Public Works Departmentor Maharashtra Jeevan Pradhikaran will be final.

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

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections3

    Engineer

  • the reference to the number of the assessment and the assessment year, as stated inthe qualification criteria.

    16 In view of the difficult position regarding the availability of foreign exchange, noforeign exchange would be released by the Employer for the purchase of plant andmachinery required for the execution of the work contracted for.

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

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

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

    20 Successful tenderer will have to produce to the satisfaction of accepting authoritya valid and current license issued in his favor under the provision of ContractLabor (Regulation and Abolition Act 1973) before starting work, failing whichacceptance of the tender will be liable for withdrawal and earnest money will beforfeited to Employer.

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections4

    Engineer

  • TENDER FOR WORKS

    I/We hereby tender for the execution, for DivisionalCommissioner, Pune Division as Chairman of Committee forDevelopment plan implementation in Pilgrimage towns Dehu,

    Alandi and Pandharpur (here-in-before and hereinafterreferred to as Employer) of the work specified in suchmemorandum at ______________________ percentbelow/above the estimated rates entered in Schedule B(Memorandum showing items of work to be carried out) andin accordance in all respects with the specifications, designs,drawings, and all the conditions and stipulations stated inVolume I and II.

    In figures as well as in words

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections5

    Engineer

  • MEMORANDUM

    1.(a) General Description: Construction of New Road from SouthSide of Dehu via Angadbaba Dargathough Mauje Dehu Gat No. 134, CrossingIndrayani River meeting to the existingroad at the bridge across Indrayani Riverat Yelwadi Gat No. 62. (First call) asshown in recapitulation sheet andSchedule B.

    (b) Tender Cost Rs 16,15,64,511/-

    (c) Earnest Money Rs 16,15,650/-

    (d) Security Deposit(i) In the form of FDR Rs 2% of Contract sum(ii) To be deducted from

    Running bills (3%) Rs 3% of Contract sumTOTAL Rs 5% of Contract sum

    Performance Security Rs. 10% of Contract sum inthe form of BG

    (e) Time allowed for the work fromdate 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 of120 days from the date fixed for opening the same thereafter until it is withdrawn by me/usby notice in writing duly addressed to the authority opening the tenders and sent byregistered post A.D. or otherwise delivered at the office of such authority. The EMDamounting to Rs. 16,15,650/- is submitted in the form of Demand Draft. The amount ofearnest 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 periodmentioned above of (ii) sign and complete the contract documents as required by theEmployer and furnish the security deposit and retention money as specified in item (d) ofthe Memorandum contained in paragraph (i) above within the time limit laid down inclause (1) of the annexed General Conditions of the Contract. The amount of earnestmoney maybe adjusted towards the security deposit or refunded to me/ us if so desired byme/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 andprovisions of the conditions of contract stated hereto so far as applicable and in defaultthereof and pay to Employer, the sum of money mentioned in the said conditions.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections6

    Engineer

  • Amount to be specified in words and figures

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

    Signature ofthe Contractor beforesubmission of the Tender.

    Address:

    Dated the __________ day ofSignature ofthe Witness toContractors Signature.

    Address:(Occupation)

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

    Dated____________ day of______2014 Divisional Commissioner, PuneDivision (or his duly authorizedassistant)

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections7

    Engineer

  • RECAPITULATION SHEET

    Estimated Cost % Quoted % Quoted Total AmountSr.No

    Description Rs. In Fig Rs. In Words In Fig In Words Above ORBelow

    Rs. InWords

    Rs. In Fig

    1a

    Construction of New Road from South Side ofDehu via Angadbaba Darga though Mauje DehuGat No. 134, Crossing Indrayani River meetingto the existing road at the bridge acrossIndrayani River at Yelwadi Gat No. 62. (Firstcall) as stated in Schedule B Road Worksincluding insurance

    11,40,13,252/-Rs. Eleven Crore

    Forty Lacs ThirteenThousand Two

    Hundred Fifty TwoOnly.

    1b

    Construction of New Road from South Side ofDehu via Angadbaba Darga though Mauje DehuGat No. 134, Crossing Indrayani River meetingto the existing road at the bridge acrossIndrayani River at Yelwadi Gat No. 62. (Firstcall) as stated in Schedule B Design andConstruction of Bridge Works includinginsurance and testing charges.

    4,75,51,259/-

    Rs. Four CroreSeventy Five Lacs

    Fifty One ThousandTwo Hundred Fifty

    Nine Only

    Grand Total (Cost put to tender) 16,15,64,511/-Rs. Sixteen CroreFifteen Lacs Sixty

    Four Thousand FiveHundred 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 eachpayment, the Royalty amount applicable will be deducted from respective payment and on the balance net amount, the quoted percentagewill be applied to arrive the gross amount of respective bill. After production of Royalty payment receipt, the same will be reimbursed asapplicable to this work.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections8

    Engineer

  • DECLARATION OF THE CONTRACTOR

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

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

    Signature of Contractor

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections9

    Engineer

  • DECLARATION FOR ROYALTY CHARGES

    I/ we hereby agree to pay royalty charges of Rupees 70.67 /Cum (Rupees Seventy and paise SixtySeven 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 Royaltycharges.

    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 originalreceipts 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 anddeduct the same from my bills.

    Signature of Contractor

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections10

    Engineer

  • Sr.No

    1

    2

    3

    Total Amount = 161,564,511.00

    Add 1% for Insurance of Work = 1,599,649.00

    Total ( B ) = 47,080,454.00

    Total ( A + B ) = 159,964,862.00

    Total ( A ) = 112,884,408.00

    Sub Estimate No. 2 Bridge work portion 47,080,454.00

    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

    Description Amount

    Sub Estimate No. 1 Road work portion 112,884,408.00

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections11

    Engineer

  • 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.

    In figures In Words

    1 2 3 4 5 6 71 99.82 Dismantling brick masonry in lime or cement mortar and

    stacking the materials as directed with all leads,lifts,complete.

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

    One Cubic Metre

    14,418.99

    D.S.R.2013-14 Page.No./ Item No. 115/13b2 195.30 Dismantling stone masonry in lime or cement mortar

    including stacking the materials as directed with all leads,lifts, complete.

    166.65 Rupees One Hundred Sixty six and paise Sixty five only.

    One Cubic Metre

    32,546.74

    D.S.R.2013-14 Page.No./ Item No. 115/14b3 13.02 Removing lime or lean cement concrete including stacking

    the spoils as directed with all leads, lifts, complete.244.40 Rupees Two Hundred Forty

    four and paise Forty only.One Cubic

    Metre3,182.08

    D.S.R.2013-14 Page.No./ Item No. 115/15a4 60.00 Removing rich mix cement concrete including stacking the

    spoils as directed with all leads, lifts, complete.411.05 Rupees Four Hundred Eleven

    and paise Five only.One Cubic

    Metre24,663.00

    D.S.R.2013-14 Page.No./ Item No. 115/15b5 80.00 Removing wire fencing with iron/C.C.fencing posts and

    stacking the materials as directed with all leads, liftscomplete.

    28.90 Rupees Twenty eight and paise Ninety only.

    One RunningMetr

    e

    2,312.00

    D.S.R.2013-14 Page.No./ Item No. 116/196 25.00 Cutting down trees including trunks and branches and

    stacking the material neatly with a lead of 50 metre asdirected with girths above 30 centimetre. to 60 centimetre.

    436.60 Rupees Four Hundred Thirty six and paise Sixty only.

    One Number

    10,915.00

    D.S.R.2013-14 Page.No./ Item No. 125/1a

    SCHEDULE - BSub-Estimate - I - Road Work Portion

    Sr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections12

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 7 28466.59 Excavation for roadway by Mechanical Means in earth,soil

    of all sorts ,sand ,gravel or soft murum including dressingsection to the required grade,camber and side slopes andconveying the excavated materials with all lifts upto a leadof 50 metre and spreading for embankment or stacking asdirected etc.complete.

    66.65 Rupees Sixty six and paise Sixty five only.

    One Cubic Metre

    1,897,298.22

    D.S.R.2013-14 Page.No./ Item No. 125/2B8 580.95 Excavation for roadway in soft rock including dressing

    section to the required grade ,camber,and side slopes andconveying the excavated materials with all lifts upto a leadof 50 metre and spreading for embankment or stacking asdirected etc.complete.

    235.55 Rupees Two Hundred Thirty five and paise Fifty five only.

    One Cubic Metre

    136,842.77

    D.S.R.2013-14 Page.No./ Item No. 125/59 529.13 Excavation for roadway in hard rock by wedging and

    chiselling or line drilling including dressing section to therequired grade ,camber,and side slopes and conveying theexcavated materials with all lifts upto a lead of 50 metreand spreading for embankment or stacking as directedetc.complete.

    831.05 Rupees Eight Hundred Thirty one and paise Five only.

    One Cubic Metre

    439,733.48

    D.S.R.2013-14 Page.No./ Item No. 126/7b10 1110.08 Conveying materials obtained from road cutting including

    all lifts,laying in layers of 20 centimetre to 30 centimetrebreaking clods, dressing to the required lines, curves,grades and section, watering and compacting to 100percent of standard proctor density for a lead of over 300to 500 metre inclusive from the site of excavation to thesite of deposition as directed.

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

    One Cubic Metre

    160,351.05

    D.S.R.2013-14 Page.No./ Item No. 128/13b11 126.90 Providing dry trap rubble stone soling 15 centimetre to

    20 centimetre thick including hand packing and compactingcomplete.

    1298.95 Rupees One Thousand Two Hundred Ninety eight and paise Ninety five only.

    One Cubic Metre

    164,836.75

    D.S.R.2013-14 Page.No./ Item No. 9/11

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections13

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 12 30725.54 Providing earth work in embankment by modern machinery

    with approved materials obtained from departmental landor other sources upto lead of 50 metre including all liftslaying in layers of 20 centimetre to 30 centimetre thicknessbreaking clods, dressing to the required lines curves, gradeand section,watering and compaction to 100 percent of

    standard proctor density complete.

    420.40 Rupees Four Hundred Twenty and paise Forty only.

    One Cubic Metre

    12,917,017.01

    D.S.R.2013-14 Page.No./ Item No. 128/14bii13 11070.72 Supplying hard murum.at the road site, including spreading

    and compacting for sidewidth layers on each side withpower roller including artificial watering etc.complete.

    489.40 Rupees Four Hundred Eighty nine and paise Forty only.

    One Cubic Metre

    5,418,010.36

    D.S.R.2013-14 Page.No./ Item No. 130/21bi14 33524.96 Conveying materials obtained from road cutting including

    all lifts, for a lead of 1.00 kilometre from the site ofexcavation to the site of deposition as directed.

    58.00 Rupees Fifty eight and paise nil only.

    One Cubic Metre

    1,944,447.68

    D.S.R.2013-14 Page.No./ Item No. 129/19bii15 555.74 Providing and laying in situ cement concrete of Mix- 10

    proportion with trap metal for foundation and beddingincluding dewatering,necessary formwork ,compacting andcuring complete. With Natural Sand

    4885.05 Rupees Four Thousand Eight Hundred Eighty five and paise Five only.

    One Cubic Metre

    2,714,817.68

    D.S.R.2013-14 Page.No./ Item No. 147/2a16 196.56 Providing and laying in situ M -20 reinforced cement

    concrete of trap metal for Reinforced Cement Concretereinforced cement concrete work of ballast walls,kerbs,boxreturns etc. including scaffolding ,compaction ,formworkfinishing and curing complete.(Excluding Reinforcement )(Cement 6.90 Bags/Cum.).With Natural Sand

    7152.50 Rupees Seven Thousand One Hundred Fifty two and paise Fifty only.

    One CubicMeter

    1,405,895.40

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections14

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 17 258.38 Providing and laying Mix-10 cement concrete of trap metal

    for head walls of cross drainage works, retaining wallsetcetra including necessary formwork ,compaction,finishing and curing complete. With Natural Sand.

    5615.55 Rupees Five Thousand Six Hundred Fifteen and paise Fifty five only.

    One Cubic Metre

    1,450,945.80

    D.S.R.2013-14 Page.No./ Item No. 150/13a18 3334.07 Providing and laying in situ Mix- 20 Reinforced Cement

    Concrete of trap metal for reinforced cement concrete forcast in situ piers,abutments ,returns,wings etc includingnecessary scaffolding ,centering ,formwork ,compacting byvibrating ,finishing and curing complete(excludingreinforcement ) With Natural Sand.

    6735.95 Rupees Six Thousand Seven Hundred Thirty five and paise Ninety five only.

    One Cubic Metre

    22,458,128.81

    D.S.R.2013-14 Page.No./ Item No. 158/28IIa19 47.25 Providing cast in situ plain cement concrete Mix- 15 of

    trap metal for coping to head walls /parapet includingcentering, formwork ,compaction ,finishing and curingcomplete.With Natural Sand

    6282.30 Rupees Six Thousand Two Hundred Eighty two and paise Thirty only.

    One Cubic Metre

    296,838.67

    D.S.R.2013-14 Page.No./ Item No. 150/14a20 34.18 Providing and laying in situ Mix- 20 controlled concrete

    of trap metal for reinforced cement concrete cast caps,over piers,and abutments with projection includingnecessary scaffolding ,centering ,formwork ,compacting byvibrating ,finishing and curing complete(excludingreinforcement )With Natural Sand.

    6507.35 Rupees Six Thousand Five Hundred Seven and paise Thirty five only.

    One Cubic Metre

    222,421.22

    D.S.R.2013-14 Page.No./ Item No. 158/29a21 156.49 Providing and laying in situ Mix- 25 controlled cement

    concrete of trap metal for the Reinforced Cement Concretework including ramming, vibrating, finishing and curingcomplete in solid/deck slab etc. (including formworkcentering, finishing in cement plaster and excludingreinforcement) (Height upto 4 m) (Cement 6.90bags/cu.m.) With Natural Sand.

    8061.00 Rupees Eight Thousand Sixty one and paise nil only.

    One CubicMetre

    1,261,465.89

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections15

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 22 8.00 Providing galvenized iron 100 milimetre diameter water

    spouts as per drawings.711.05 Rupees Seven Hundred

    Eleven and paise Five only.One

    Number5,688.40

    D.S.R.2013-14 Page.No./ Item No. 162/4823 30.34 Providing expansion joints with 25 milimetre thick

    bituminous pad as per detailed drawing.1983.15 Rupees One Thousand Nine

    Hundred Eighty three and paise Fifteen only.

    One SquareMetre

    60,168.77

    D.S.R.2013-14 Page.No./ Item No. 161/3924 993.80 Providing and laying weep holes of 110 milimetre diameter

    Poly Venyl Chloride pipes as per drawing for abutment,return walls etc completed.

    192.20 Rupees One Hundred Ninety two and paise Twenty only.

    One Running

    Metre

    191,008.36

    D.S.R.2013-14 Page.No./ Item No. 100/10125 468.00 Providing and laying concrete pipe of I.S.NP. classof

    300milimetre diameter in proper line , level and slopeincluding necessary collars, excavation , laying , fixing withcollars in cement mortar 1:1 and refilling the trenchcomplete.

    827.30 Rupees Eight Hundred Twenty seven and paise Thirty only.

    One Running

    Meter

    387,176.40

    D.S.R.2013-14 Page.No./ Item No. 104/22d26 468.00 Providing and laying cement concrete pipe of Indian

    standard non pressure-2 class of 450 milimetre diameterin proper ,line,level,and slope including providing andfixing collars in cement mortar 1:2 complete.

    1433.55 Rupees One Thousand Four Hundred Thirty three and paise Fifty five only.

    One Running

    Metre

    670,901.40

    D.S.R.2013-14 Page.No./ Item No. 148/6a27 312.00 Providing and laying cement concrete pipe of Indian

    standard non pressure-3 class of 900 milimetre diameterin proper ,line,level,and slope including providing andfixing collars in cement mortar 1:2 complete.

    6250.15 Rupees Six Thousand Two Hundred Fifty and paise Fifteen only.

    One Running

    Metre

    1,950,046.80

    D.S.R.2013-14 Page.No./ Item No. 148/7c28 74.73 Providing and cutting ,bending,hooking ,tieing in position

    and laying TMT FE-500 steel bars for reinforcement asper detailed drawings for all reinforced cement concreteworks.

    66217.70 Rupees Sixty six Thousand Two Hundred Seventeen and paise Seventy only.

    One MetricTonne

    4,948,382.50

    D.S.R.2013-14 Page.No./ Item No. 159/32

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections16

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 29 763.34 Back filling behind abutment, wing wall and return wall

    complete as per drawing and Technical Specification withGranular material

    1078.50 Rupees One Thousand Seventy eight and paise Fifty only.

    One CubicMetre

    823,262.19

    D.S.R.2013-14 Page.No./ Item No. 194/9a30 4960.18 Providing and constructing granular sub-base course with

    course graded Grading-1 material, spreading in uniformlayers with motor grader on prepared surface,mixing by mix in place method with rotavator at Optimum MoistureContent and compacting with vibratory roller to achieve thedesired density complete.

    1608.30 Rupees One Thousand Six Hundred Eight and paise Thirty only.

    One CubicMetre

    7,977,457.49

    D.S.R.2013-14 Page.No./ Item No. 175/8i31 3116.55 Providing and constructing Water Bound Macadam surface

    by mechanical means laying, spreading and compactingstone aggregates of Grading- II sizes to water boundmacadam specification including spreading in uniformthickness, hand packing, rolling with 3 wheeledsteel/vibratory roller 8-10 tonnes in stages to proper gradeand camber,applying and brooming Type-A (13.2millimetre aggregate) screening,binding materials to fill upthe interstices of coarse aggregate,watering andcompacting to the required density.

    1596.80 Rupees One Thousand Five Hundred Ninety six and paise Eighty only.

    One CubicMetre

    4,976,507.04

    D.S.R.2013-14 Page.No./ Item No. 178/14Biib32 1558.28 Providing and constructing Water Bound Macadam surface

    by mechanical means laying, spreading and compactingstone aggregates of Grading- III sizes to water boundmacadam specification including spreading in uniformthickness, hand packing, rolling with 3 wheeledsteel/vibratory roller 8-10 tonnes in stages to proper gradeand camber,applying and brooming Type-B (11.2millimetre aggregate) screening,binding materials to fill upthe interstices of coarse aggregate,watering andcompacting to the required density.

    1845.25 Rupees One Thousand Eight Hundred Forty five and paise Twenty five only.

    One CubicMetre

    2,875,416.17

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections17

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 33 20777.00 Providing and applying tack coat with bitumen emulsion of

    rapid setting type using emulsion pressure distributor at therate of 0.40 kilogram per square metre on the preparedbituminous surface cleaned with mechanical broom.

    22.40 Rupees Twenty two and paise Forty only.

    One SquareMetre

    465,404.80

    D.S.R.2013-14 Page.No./ Item No. 181/24g34 57979.00 Providing and applying tack coat with bitumen emulsion of

    rapid setting type using emulsion pressure distributor at therate of 0.30 kilogram per square metre on the preparedbituminous surface cleaned with mechanical broom.

    17.35 Rupees Seventeen and paise Thirty five only.

    One SquareMetre

    1,005,935.65

    D.S.R.2013-14 Page.No./ Item No. 181/24f35 19988.00 Providing, laying built-up-spray grout layer of 75

    millimetre compacted thickness over prepared baseconsisting of a two layer composite construction ofcompacted crushed coarse aggregates using motor graderfor aggregates,key stone chips spreader may be used withapplication of bituminous binder of Indian standard viscousgrade VG-30 after each layer and with key aggregatesplaced on top of the second layer to serve as a Baseconforming to the line, grades and cross-section specified,using vibratory roller,excluding cost of prime / tack coat.

    329.85 Rupees Three Hundred Twenty nine and paise Eighty five only.

    One SquareMetre

    6,593,041.80

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections18

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 36 959.95 Providing and laying bituminous macadam 50 milimetre

    compacted thickness with Modern hot mix plant (BatchType) having minimum capacity of 80 tonnes per hourswith 3.3 percentage by weight of mix on prepared surfacedusing crushed aggregates of specified grading premixed

    with bituminous binder of Indian standard viscous gradeVG-30 transported to site, laid over a previously preparedsurface with a hydrostatic paver finisher with sensor controlto the required grade,level and alignment and rolled toachieve the desired compaction,using vibratoryroller,excluding Tack Coat.

    7821.70 Rupees Seven Thousand Eight Hundred Twenty one and paise Seventy only.

    One Cubic Metre

    7,508,440.91

    D.S.R.2013-14 Page.No./ Item No. 182/25i37 1,163.40 Providing and laying Dense graded Bituminous Macadam

    50 milimetre thick with 40 - 60 TPH batch type HMPproducing an average output of 35 tonnes per hour usingcrushed aggregates of specified grading, premixed withbituninous binder @ 4.0 to 4.50 percent by weight of totalmix and filler, transporting the hot mix to work site, layingwith a hydrostatic paver finisher with sensor control to therequired grade, level and alignment, rolling with smoothwheelad, vibratory and tandem rollers to achieve thedesired compaction as per MORTH specification clauseNo. 507 complete in all respect, excluding cost of tackcoat with Bitume VG-40 (30/40 Bulk) grade bitumen withStone dust Filler.

    9,779.65 Rupees Nine Thousand Seven Hundred Seventy nine and paise Sixty five only.

    One CubicMetre

    11,377,644.81

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections19

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 38 484.75 Providing and laying 25 milimetre thick Bituminous

    Concrete with 40-60 TPH batch type hot mix plantproducing an average output of 35 tonnes per hour usingcrushed aggregates of specified grading, premixed withbituminous binder @ 5 percent of mix and filler,transporting the hot mix to work site, laying with ahydrostatic paver finisher rolling with sensor control to therequired grade,level and alignment,rolling with smoothwheeled, vibratory and tandem rollers to achieve thedesired compaction as per MORTH specification clauseNo. 509 complete in all respects. excluding cost of primer /tack coat. with Bitumen VG-40 (30/40 Bulk) grade bitumenwith Cement Filler.

    11,430.55 Rupees Eleven Thousand Four Hundred Thirty and paise Fifty five only.

    One CubicMetre

    5,540,959.11

    D.S.R.2013-14 Page.No./ Item No. 184/29ii39 648.75 Painting the road surface using approved quality Thermo

    Plastic material(homogeniously composed ofaggregates,pigment,resins and glass reflectorising beeds)conforming to Clause-803.4.2.2 applied hot either byscreeding or extension process at the rate of 5 kg/squaremetre of painted surface using suitable machine capable ofcontrolled preparation and laying with surface applicator ofglass beads at 250 grams per square metre allowingcooling to ambient pavement temperature,that shallproduce an adherent pavement marking of minimumspecified thickness of 2.50 mm inclusing barricading fortraffic diversion as per IRC:35 cleaning the surface ofdirt,dust and other foreign matter,demarcation atsite,barricading for traffic diversion,traffic control includingcost of all materials,labour,loading,unloadinglead,lift,transporting etc.complete.

    666.60 Rupees Six Hundred Sixty six and paise Sixty only.

    One SquareMetre

    432,456.75

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections20

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 40 570.25 Providing and applying 2 coats of flat oil paint of approved

    colour and shade to internal/External plastered surfacesincluding scaffolding if necessary, cleaning and preparingthe surface (excluding primer coat) complete.

    48.90 Rupees Forty eight and paise Ninety only.

    One Square Metre

    27,885.22

    D.S.R.2013-14 Page.No./ Item No. 56/8b41 8.00 Providing and fixing cautionary/warning sign board of size

    90 centimetre having shape of equilateral triangle with apexpoint up-words ,Prepared on 16 guage mild steel sheetincluding painting with one coat of zinc cromate stovingprimer and two coats each of white back ground, redborder and and backside gray stove enamelled ,bondedwith cut out of Retro refelective sheet Engineeringgrade,symbol/Letters/numerals/border arrow, coated withnon pealable crystal clear protective transparent coatretaining 100 percent refelection including one number ofmild steel angle iron post of size 50 X 50 X 5 millimetre of3.65 meter long inflated at bottom drilled on top in onepiece without joint painted with white and black bands of25 centimetre fixing board and post with 2 numbers highstrength galvanised iron bolts and nuts of size 10 millimetre diametre and 20 millimetre long including all taxes,conveying ,fixing in ground with cement concrete 1:4:8block of 60 X 60X75 centimetre size as directed byengineer in charge etc complete.

    2627.50 Rupees Two Thousand Six Hundred Twenty seven and paise Fifty only.

    One Number

    21,020.00

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections21

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 42 8.00 Providing and fixing Mandatory/Regulatory sign board of

    circular shape of size 60 centimetrediametre.Prepared on16 guage mild steel sheet including painting with one coatof zinc cromate stoving primer and two coats each of whiteback ground, red border and and backside gray stoveenamelled ,bonded with cut out of Retro refelective sheetEngineering grade,symbol/Letters/numerals/border arrow,coated with non pealable crystal clear protectivetransparent coat retaining 100 percent refelection includingone number of mild steel angle iron post of size 50 X 50 X5 millimeter of 3.65 metre long inflated at bottom drilled ontop in one piece without joint painted with white and blackbands of 25 centimetre fixing board and post with 2numbers high strength galvanised iron bolts and nuts ofsize 10 millimetre diametre and 20 millimetre longincluding all taxes ,conveying ,fixing in ground with cementconcrete 1:4:8 block of 60 X 60X75 centimetre size asdirected by engineer in charge etc complete.

    2413.10 Rupees Two Thousand Four Hundred Thirteen and paise Ten only.

    One Number

    19,304.80

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections22

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 43 5.00 Providing and fixing road junction / information sign boards

    of size 1.80 X 1.20 metre prepared on 16 guage mild steelsheet with angle iron frame of size 35 X 35x 3 milimetrewith cross bracing of size 25 X25 X3 milimetre includingpainting with one coat of zinc cromate stoving primer andtwo coats each of green/white back ground and back sidegray stove enamelled bonded with red retro refelectivesheet engineering grade borders/letters/numerals/arrowscoated with non pealable crystal clear protective coatretaining 100 percent refelection including two angle ironpost of size 65 X 65 X 6 milimetre of 3.65 metre longinflated at bottom drilled on topwith 2 numbers angle ironcross bracing for vertical angle post of size 50 X 50 X 5milimetre of 2.35 meter long painted in white and blackbonds of 25 centimetre with 8 numbers high strengthGalvanised Iron bolts and nuts of size 10 milimetrediameter 20 milimetre long sheet and angle iron post inone piece without joints including all taxes ,conveying,fixing in ground with cement concrete 1:4:8 block of 60 X60X75 centimetre size as directed by engineer in chargeetc complete (Specification I.R.C.67-1977)

    11732.15 Rupees Eleven Thousand Seven Hundred Thirty two and paise Fifteen only.

    One Number

    58,660.75

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections23

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 44 200.00 Metal Beam Crash Barrier a) Type - A, W : Metal Beam

    Crash Barrier (Providing and erecting a W metal beamcrash barrier comprising of 3 milimetre thick corrugatedsheet metal beam rail, 70 centimetre above road/groundlevel, fixed on ISMC series channel vertical post, 150 x 75 x5 milimetre spaced 2 m centre to centre, 1.8 m high, 1.1 mbelow ground/road level, all steel parts and fitments to begalvanised by hot dip process, all fittings to conform toIS:1367 and IS:1364,metal beam rail to be fixed on thevertical post with a spacer of channel section 150 x 75 x 5milimetre, 330 milimetre long complete as per clause 810)Spec.No. MORTH - 810

    2881.95 Rupees Two Thousand Eight Hundred Eighty one and paise Ninety five only.

    One Running

    Metre

    576,390.00

    D.S.R.2013-14 Page.No./ Item No. 188/37a45 30.00 Providing and fixing reinforced cement concrete 200 metre

    stone as per Indian road congress standard including fixingin block of cement concrete 1:4:8,painting letteringetc.complete.

    655.50 Rupees Six Hundred Fifty five and paise Fifty only.

    One Number

    19,665.00

    D.S.R.2013-14 Page.No./ Item No. 135/4446 6.00 Providing and fixing reinforced cement concrete 1:2:4

    ordinary kilometre stones including painting,numberingetc.as per Indian road congress design for major districtroad kilometre stone and fixing in standard size cementconcrete 1:4:8 block complete.

    2227.55 Rupees Two Thousand Two Hundred Twenty seven and paise Fifty five only.

    One Number

    13,365.30

    D.S.R.2013-14 Page.No./ Item No. 135/4647 720.00 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 foundationand other parts of the work and pumping out water during

    and after excavaton as may be required.

    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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections24

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 48 1 Testing Charges for conducting BASIC TEST OF

    CEMENT.Standard Consistancy Fineness, SpecificGravity, Setting Time ( Initial & Final ), CompressiveStrength and Soundness test.

    2800.00 Rupees Two Thousand Eight Hundred and paise nil only.

    Number 2,800.00

    49 125 Testing Charges for conducting BASIC TEST OFAGGREGATE. Water Absorption, Specific Gravity,ImpactValue Crushing Value test.

    2000.00 Rupees Two Thousand and paise nil only.

    Number 250,000.00

    50 139 Testing Charges for conducting BASIC TEST OFAGGREGATE. Sieve Analysis test.

    500.00 Rupees Five Hundred and paise nil only.

    Number 69,500.00

    51 124 Testing Charges for conducting BASIC TEST OFAGGREGATE. Flakiness Index/ Elongation Index test.

    325.00 Rupees Three Hundred Twenty five and paise nil only.

    Number 40,300.00

    52 15 Testing Charges for conducting BASIC TEST OFAGGREGATE. Stripping Value test.

    600.00 Rupees Six Hundred and paise nil only.

    Number 9,000.00

    53 3 Testing Charges for conducting BASIC TEST OFAGGREGATE. Soundness test.

    1900.00 Rupees One Thousand Nine Hundred and paise nil only.

    Number 5,700.00

    54 10 Testing Charges for conducting G.S.B. Mix Design test. 12000.00 Rupees Twelve Thousand and paise nil only.

    Number 120,000.00

    55 113 Testing Charges for conducting CONCRETE CompressiveStrength OF Cement Concrete Cube (Set of 3 cubes) test.

    500.00 Rupees Five Hundred and paise nil only.

    Number 56,500.00

    56 4 Testing Charges for conducting Concrete Mix Design (Withall Tests on basic materials).

    10000.00 Rupees Ten Thousand and paise nil only.

    Number 40,000.00

    57 69 Testing Charges for conducting SOIL / MURUM SieveAnalysis test.

    500.00 Rupees Five Hundred and paise nil only.

    Number 34,500.00

    58 435 Testing Charges for conducting SOIL / MURUMFieldmoisture Content test.

    325.00 Rupees Three Hundred Twenty five and paise nil only.

    Number 141,375.00

    59 91 Testing Charges for conducting SOIL / MURUM Liquid limit& plastic Limit test.

    850.00 Rupees Eight Hundred Fifty and paise nil only.

    Number 77,350.00

    60 2 Testing Charges for conducting SOIL / MURUMCompaction Test (Proctor Density).

    1400.00 Rupees One Thousand Four Hundred and paise nil only.

    Number 2,800.00

    61 1 Testing Charges for conducting SOIL / MURUM C.B.R.Test (Lab) Excluding compaction test.

    3900.00 Rupees Three Thousand Nine Hundred and paise nil only.

    Number 3,900.00

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections25

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 62 213 Testing Charges for conducting SOIL / MURUM Field

    Density test by Sand Replacement Method.900.00 Rupees Nine Hundred and

    paise nil only.Number 191,700.00

    63 31 Testing Charges for conducting BITUMEN Penetration,Softening Point, Flash & Fire Point and Specific Gravitytest.

    2300.00 Rupees Two Thousand Three Hundred and paise nil only.

    Number 71,300.00

    64 31 Testing Charges for conducting BITUMEN Viscosity test. 1500.00 Rupees One Thousand Five Hundred and paise nil only.

    Number 46,500.00

    65 38 Testing Charges for conducting BITUMEN Extraction Test. 1200.00 Rupees One Thousand Two Hundred and paise nil only.

    Number 45,600.00

    66 10 Testing Charges for conducting BITUMEN MarshallStability & Flow measurement test. (Set of 3 moulds).

    750.00 Rupees Seven Hundred Fifty and paise nil only.

    Number 7,500.00

    67 10 Testing Charges for conducting BITUMEN Prepation ofMarshall Mould.

    750.00 Rupees Seven Hundred Fifty and paise nil only.

    Number 7,500.00

    68 2 Testing Charges for conducting BITUMEN Job Mix Designwith all Tests on basic material for DBM/SDBC/AC.

    12000.00 Rupees Twelve Thousand and paise nil only.

    Number 24,000.00

    69 1 Testing Charges for conducting BITUMEN B.M.Job MixDesign ( Preparation of Marshall Mould & Density).

    5500.00 Rupees Five Thousand Five Hundred and paise nil only.

    Number 5,500.00

    70 11 Testing Charges for conducting BITUMEN Density test ofBituminous Mix Mould (Set of 3 moulds).

    450.00 Rupees Four Hundred Fifty and paise nil only.

    Number 4,950.00

    71 3 Testing Charges for conducting BITUMINOUS EMULSIONPercent Residue Test.

    450.00 Rupees Four Hundred Fifty and paise nil only.

    Number 1,350.00

    72 3 Testing Charges for conducting BITUMINOUS EMULSIONSieve Test.

    450.00 Rupees Four Hundred Fifty and paise nil only.

    Number 1,350.00

    71 15 Testing Charges for conducting STEEL BAR TESTINGUpto 16 mm (Set of 3 Bars)

    900.00 Rupees Nine Hundred and paise nil only.

    Number 13,500.00

    72 15 Testing Charges for conducting STEEL BAR TESTINGAbove 16 mm (Set of 3 Bars) (Tensile strength, %,Elongation, Yield Stress,Weight-Per Meter, Bend / RebendTest, Proof Stress).

    1200.00 Rupees One Thousand Two Hundred and paise nil only.

    Number 18,000.00

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections26

    Engineer

  • In figures In WordsSr. NoQuantity

    Estimated but may be

    Item of WorkEstimated Rate Unit

    Per

    Amount according to

    estimated 73 1 Testing Charges for conducting PAINT / THERMO-

    PLASTIC PAINT Glass bead contents & grading analysisTest.

    3100.00 Rupees Three Thousand One Hundred and paise nil only.

    Number 3,100.00

    74 1 Testing Charges for conducting PAINT / THERMO-PLASTIC PAINT Reflectance & yellowness index Test.

    900.00 Rupees Nine Hundred and paise nil only.

    Number 900.00

    75 1 Testing Charges for conducting PAINT / THERMO-PLASTIC PAINT Flowability (Percentage residue) Test.

    800.00 Rupees Eight Hundred and paise nil only.

    Number 800.00

    76 1 Testing Charges for conducting PAINT / THERMO-PLASTIC PAINT Softening Point (Ring & ball method) Test.

    800.00 Rupees Eight Hundred and paise nil only.

    Number 800.00

    77 1 Testing Charges for conducting PAINT / THERMO-PLASTIC PAINT Drying Time Test.

    650.00 Rupees Six Hundred Fifty and paise nil only.

    Number 650.00

    Total 112,884,408.02Say Rs. 112,884,408.00

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections27

    Engineer

  • 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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections28

    Engineer

  • Name of Work: 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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections29

    Engineer

  • 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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections30

    Engineer

  • 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.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections31

    Engineer

  • EMPLOYERS REQUIREMENTS DESIGN CRITERIA FOR STRUCTURES

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections32

    Engineer

  • DATA AND DESIGN CRITERIA FOR STRUCTURES.

    I. Design Data for Structures.

    i) Main Carriageway for structures

    1. Carriageway Width

    2. Width of Median Verge

    3. Railing

    4. Overall Width of Carriageway

    5. Footpaths

    6. Seismic Effects

    i. Seismic Zone

    : Clear carriageway of 7.50 m (without Footpath)

    : Nil

    : Sanchi Type

    : 12.0 m including footpath.

    : 2.2 m on one side. : Zone III

    ii. Importance Factor () : 1.5

    7. Speed of Vehicles

    8. Longitudinal Gradient

    9. Exposure Condition

    10. Temperature range

    11. Underground Water Table

    : 80 KMPH

    : As shown in GAD.

    : Moderate

    : 0 to 47OC

    : As per Soil Investigation.

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

    13. Max Temp. = t : 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. 16.

    17.

    Bearing type Expansion

    Joint Waterproofing of

    Deck

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

    : Strip seal type/Modular type.

    : 3 mm thick polymer waterproofing membrane

    (as per International Standard Practice).

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections33

    Engineer

  • 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. OR

    2. Open foundation 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.

    21. Scour level for river span

    22. Founding level for nalla / river span

    : 2.95 m/sec : Rock level : 1500 mm below scour level.

    23. Safe Bearing Capacity for river span : 100 T / m2 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)

    (ii) (iii)

    It shall ensure soundness of the structure, its durability and architectural beauty

    as a whole in harmony with the surroundings.

    It shall ensure speedy construction and lead to appreciable economy.

    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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections34

    Engineer

  • (iv)

    (v)

    (vi)

    bidders. The detailed design assumptions and method statement shall also be

    given by the bidder.

    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.

    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

    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%.

    (ix)

    (x)

    (xi)

    (xii)

    While using 43 and 53 grade cement utmost care shall be taken to minimize the effects of heat evolved. Cement to be used shall be OPC unless otherwise permitted by Engineer-In- Charge. The procedure to be adopted for manufacturing and placing RMC shall be well 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. 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.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections35

    Engineer

  • (ii) (iii)

    (iv)

    (v) (vi)

    (vii)

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

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

    some other span or spans.

    Superstructure with joints at the tip of long cantilevers with hinges, gap slab and

    short suspended spans.

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

    Piers in the form of multiple columns with isolated / separate footings resting on

    yielding type strata.

    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.

    (ix)

    (x)

    (xi)

    Steel structures or composite construction.

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

    Any type of RCC superstructure. 3. 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

    Section -II

    Section -III

    Section - V

    Section -VI

    Section -VII

    I.R.C. 5

    I.R.C. 6

    I.R.C.21 I.R.C.24 I.R.C.22

    I.R.C.78

    General features of design.

    Loads and stresses.

    Cement concrete plain and

    Reinforced (Second Revision).

    Steel road bridges for permissible stress only.

    (Other provisions as per AASHTO Code)

    Composite construction for road bridges (for

    permissible stresses only) (Other provisions as per

    B.S.5400 part 3, 5, 6).

    Foundation and substructure.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections36

    Engineer

  • Section -IX

    Section -IX

    I.R.C.83

    I.R.C.83 I.R.C: 18 I.R.C: SP 64

    I.R.C: SP 65

    I.R.C: SP 66

    I.R.C: SP 70 I.R.C: SP 71 IS 2911 IS 13920 IS 1893 (Part I)

    (Part-I) Metallic Bearings.

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

    METALLIC GUIDE BEARINGS.

    Design criteria for prestressed concrete Road

    Bridges (Post tensioned concrete). Guidelines

    for design of voided slabs Guidelines for

    design of segmental bridges. Guidelines for

    design of continuous bridges. Guidelines for

    the use of High Performance Concrete

    bridges.

    Guidelines for design and construction of precast

    pre-tensioned girders for bridges.

    Code of practice for design and construction of

    pile foundations.

    Ductile detailing of reinforced concrete structures

    subjected to seismic forces - Code of practice.

    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)

    (C)

    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. 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.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections37

    Engineer

  • (D)

    (E)

    (F)

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

    codes of practice. For any item not covered by A, B, C & D above, the relevant provisions from

    B.S. Codes of Practice. 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.

    1.0

    OBLIGATORY PROVISIONS

    (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)

    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.

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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections38

    Engineer

  • 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

    3.0 EXPOSURE

    3.1 For High Level Bridge 3.2 Deleted

    Type of Anticorrosive treatment to be provided to reinforcing bars

    : : : :

    . .

    : : :

    1 t/m

    Moderate

    N.A N.A

    III 1.5

    Moderate Crash barriers and R.C.C. Sanchi Type Parapet

    N.A. Maximum number of Expansion Joints Wearing Coat :

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

    4.2 The Length of bridge:- The length of the Bridge shall satisfy the following criteria.

    (a)

    (b)

    (c)

    (d)

    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. 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. 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. Restrictions on terminal points if specially mentioned in Employers drawings.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections39

    Engineer

  • (e)

    (f)

    Any other criteria shown on the Employers drawings / supplementary

    data.

    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 4.3.3

    (a)

    (b)

    Roadway particulars and Carriageway width shall be as per Annexure I 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. Roadway particulars and carriageway widths shall be as per Employers drawing. 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

    5.2

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

    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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections40

    Engineer

  • 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

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections41

    Engineer

  • 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.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections42

    Engineer

  • 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

    with SBC of 20 T/m2. 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.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections43

    Engineer

  • 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.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections44

    Engineer

  • 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.

    6.3.4 Minimum embedment into rock and SBC of the strata shall be considered as follows:

    Type of Strata Min. Embedment in rock SBC. Of rock Hard Rock 1.5 x diameter of pile 400 t/m2

    1.0 x diameter of pile 300 t/m2 Soft Rock 3.0 x diameter of pile 250 t/m2

    2.0 x diameter of pile 200 t/m2 1.5 x diameter of pile 150 t/m2

    6.4

    6.5 7 .

    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 Well Foundations - Deleted

    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.

    Vol. II Tender Notice 01/2014-15ID - 01/2014-15/Dehu/A-01

    Development of Pilgrimage Towns

    Contractor

    No. of Corrections45

    Engineer

  • 7.2

    7.3

    7.4