CA02 1819 Vol I PG - 303 - To - 355

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 53

CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.

303
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

PROFORMA AGREEING TO
GENERAL CONDITIONS OF CONTRACT

1. It is hereby agreed that the General Conditions of Contract, comprising


condition Nos. 1 to 71.1, Annexure ‘A’, ‘B’ & ‘C’, Appendix I to Sub
Clause 67.4 and Appendix II to Sub Clause 67.4 part constituting the
contract and I/We agree to abide by the conditions therein.

2. I/We have read and understood the said General Conditions of Contract
with the Annexures and Appendix and my/our signature/s hereunder
amount to my/our having signed the above referred General Conditions of
Contract as forming part of this contract.

3. Please note the correction in the Clause No.47.1 (Compensation for Delay)
Line No.2 of G.C.C.
Please read Clause 43, instead of Clause 48. All other text remain
unchanged.

This is to confirm that I have read all the General Conditions of the contract and
understood the same.

_________________ _____________________________
Signature of Bidder Superintending Engineer (K, U & D)
Date : Date :
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.304
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

NOTES AND PREAMBLES TO SCHEDULE OF RATES AND


QUANTITIES (SCHEDULE ‘A’)

NOTES & PREAMBLES :


(A) On method of measurement and other relevant matters.
(B) Brief Note for Lump sum Offer.
(C) Time of Completion.
(D) Deduction of Income Tax.

(A) METHOD OF MEASUREMENT AND OTHER RELEVANT


MATTERS
1.0 GENERAL :
All works shall be measured net as completed. No allowance shall be made
for large or small quantities, narrow width, easy access or difficult positions
or other exceptional circumstances. Any work executed over and above the
dimensions given in drawings or sketches provided by the Engineer or
written instructions by the Engineer shall be ignored and no payment shall be
made for such extra work. In other words, payment shall be made for
authorised works only.

1.1 Tolerance : Dimensions shall be measured to the nearest 0.01 M. Area shall
be worked out to the nearest 0.01 M2 and volume (cubic contents) shall be
worked out to the nearest 0.01 M3.

1.2 Transport : Distance shall be measured by the shortest practicable route as


approved by the Engineer.

1.3 Full Provisions : The rates quoted by Bidder against various items of work
detailed in various parts of Schedule shall be deemed to include every
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.305
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

allowance necessary, without extra measurement or charge for meeting the


requirement of various components/parts of the contract documents (viz.
particular Specifications, B & C Standard Specifications, B & C Schedule of
rates, Special Conditions, Preambles and notes to Schedule of items,
description of Schedule of items, General Description & Scope of Work,
Design Criteria which shall all be read together and any or all of the following
unless specifically provided for the contrary.
a) Compliance with all the conditions of contract including General
Conditions of Contract, Schedule of Quantities, Scope of work, Particular
Specifications, Drawings including notes thereon, Specifications in
Standard Specifications of B&C Department, MORT&H Specifications,
relevant Indian Standard where applicable. However, in case of any
discrepancy between drawing and Bid, the Bid item and specification shall
prevail.
b) All labour, materials, tools and plants, equipments and transport, which
may be required in preparation for and in the full and entire execution and
completion of the works including waste in materials, carriage and
cartage, carrying in, return of empties, hoisting, setting, fittings in
position.
c) Local conditions: Nature of works, local facilities for supply of labour
and materials, accessibility to sites and all other matters, affecting the
execution and completion of the works.
d) Duties etc : Payment of any tax (excluding GST), Royalty, Ground Rent,
Environmental Cess or any other duties on materials obtained for the
works and any duties in respect of patent rights. Cess as per BPMC Act
and its amendments.
e) Supervision : Competent supervision of the work.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.306
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

f) Labour : Reasonable terms and conditions of employment, liability to pay


compensation, wages as per statutory enactments, temporary
accommodation, sanitation etc. compliance with Contract Labour Act.
g) Water: Provision of all water required including temporary plumbing and
connection.
h) Temporary Workshops, Stores, Office, Labour Camps etc. : Provisions of
such structures required for efficient execution of the works and removing
and cleaning up site on completion of works.
i) Precaution against risk : Precautions to prevent loss or damage from all or
any risk, insurance of sheds or any temporary accommodation provided
by CIDCO, watching & lighting, provisions pertaining to the General
Conditions of Contract.
j) Notices, Fees etc. : Compliance with statutory provisions of regulations
and/or bye-laws of any local authority including NMMC and/or any
public service company or authority affected by the works.
k) Setting the works including all apparatus required.
l) Site Drainage: Removal of all water that may accumulate due to springs,
sub soil water, flood/tides and any other causes on the site during the
progress of the work.
m) Execution of work in workmanlike manner, facilities for inspection etc.
n) Rectification of Bad Work : Rectification and/or removal and
reconstruction of any work which (as decided by the Engineer) has been
executed with unsound or imperfect materials or unskilled workmanship
or of a quality inferior to that contracted for, whether during construction
or reconstruction prior to the expiry of the Defect Liability period.
o) Responsibility for damage and loss of all construction materials etc., at the
site until handing over to CIDCO.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.307
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

p) Removal of Rubbish: Removal of rubbish and debris and cleaning of any


dirt before handing over of all completed works.
q) Clearing site and works : Removal by the Contractor off the site, of any
tools, plants and materials and removal of splashes of asphalt leaving the
whole site neat and tidy.
r) Completion: Completing the work to the satisfaction of the Engineer on or
before the date of completion.
s) Difficult position: Accessibility or otherwise to site, easy or difficult
positions in works.
t) Errors: Rectification of all errors to the satisfaction of Engineer.
u) Curved work etc. : Work of any quantity, size or shape whether level,
inclined, curved, battered etc.
v) Maker’s Instructions: Compliance with maker’s instructions in the case of
proprietary articles, factory made goods of precast items.
w) Waste: All waste, laps, seams, joints (rough or fair cuttings)
straight/raking, circular and making good.
x) Artificial Light: To include all lighting/kerosene or electric power as the
case may be when need arises for use of lighting while carrying out
works.
y) Construction of approaches to the site of work. Making arrangement for
proper access to works in the form of stairs, ladders, lifts, etc. as ordered
by the Engineer for proper supervision, testing and or inspection of works.
z) All the expenses required towards testing of materials and/or works. All
expenses towards contractor’s all risk insurance policy
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.308
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

(B) BRIEF NOTES FOR LUMP SUM OFFER


2.0 The Bid has been drafted on the basis of Lump sum offer.

2.1 The Contractors are requested to work out their own rates based on the
detailed description of Schedule ‘A’ items, General description & Scope of
work mentioned on Sl.Pg.No.309 to 317 and Design Criteria on Sl.Pg.No.336
to 355 of Volume - I, the specifications and drawings and finally arrive at the
cost of the work in the appropriate place. The contractor shall quote rate for
each item in Schedule “A” and workout the amount of each item and arrive at
the total lump sum offer amount for the work.

(C) TIME OF COMPLETION


3.0 The period of completion of works enumerated under Schedule ‘A’ shall be
as mentioned in Annexure ‘A’ from the date of placing the work order or date
of handing over the site whichever is earlier.

(D) DEDUCTIONS OF INCOME TAX


4.0 Deduction of Income Tax shall be at the rates stipulated by Income Tax
authorities and the amounts shall be deducted from monthly and final
statement submitted by contractor.

_________________ _____________________________
Signature of Bidder Superintending Engineer (K, U & D)
Date : Date :
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.309
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

GENERAL DESCRIPTION AND SCOPE OF WORK

Item-1
I. Design and Construction of Coastal Road along with Airport
connectivity:-
The various items envisaged are summarized in Schedule-A. The successful
bidder has to carry out detail engineering as required for the various items
and sub items of the works from their end, either as per technology
specified in the bid documents or any other technology proposed
considering the design requirement provided in the tender viz. formation
levels, serviceability and durability consideration. If technology proposed
in other than specified in bid document the details of the same needs to be
enclosed in technical bid. In such case or otherwise the successful bidder
will have to submit the rate analysis of major items of work if so called for.

As can be seen Schedule-A is divided into five parts and includes

Item No.1 : Survey and soil exploration work, preparation of design and
drawings and its proof checking and other preliminary works and seeking
requisite statutory clearances required for the project which includes :-

I. Survey work :

i) It includes demarcation of the road with total station as per the


coordinates given in the tender documents and fixing of poles at centre
line and on either side of ROW at 30 mt. interval and at closer
interval when alignment changes.

ii) Grid marking at 5.00 x 5.00 mt. on entire ROW to take IGL which
will be basis for working out earth work quantity / excavation
quantity.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.310
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

iii) Carrying out plain table survey for entire ROW showing all features
including bunds, village survey numbers, maps, trees, other features
etc.
iii) Mangrove/tree mapping all along the alignment and preparing the
details in requisite formats, identifying and numbering trees etc.
iv) Locating major streams, nallas including that nodal side storm water
drains crossing coastal road with requisite alignment to cross coastal
road and facilitate discharge from nodal side drain into the creek as
envisaged in CIDCO storm water drain design.
v) Locating pile, pile caps at site.
vi) Locating retaining walls for bridge with R.E. wall stretch.
vii) Locating services within the right of way and suggesting plan for its
relocation.
viii) Marking/demarcating approach roads
ix) Quantifying damages to existing features/elements due to
temporary/permanent works.
x) All survey work required for successful completion of work.
xi) Plotting of L section of roads as per CIDCO’s requirement.

II. Soil Exploration work :


i) All requisite field test, lab tests required for foundation design of all
elements viz. bridges and that of embankments, R.E. walls etc.
ii) The bore holes needs to be taken both longitudinally and latterly to
have proper design parameter as per the frequencies given in IS.
iii) Samples received from the bore holes needs to be preserved till expiry
of defect liability period.
iv) The soil investigation report along with bore holes enclosed in bid
documents are for reference only. The successful bidder to carry out
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.311
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

soil exploration work including bore holes and all other field/lab test
separately as per frequency given in IS Code or as directed.
v) Appointment of Geo-technical expert and seeking its recommendation
for specific design elements separately.
vi) Carrying out necessary field test for testing of water, soil etc. and
considering these test results to work out parameters and incorporate
the same while working/designing the proposed structures and
monitoring the same.
vii) Proof checking of report analysis by IIT, Bombay.

III. Preparation of design and drawings :-


The scope under design and drawings is applied to all items of work viz.
structural, ground improvements, embankments, hydraulic, electrical,
horticulture, etc. and is of three fold. In first step submission of inception
report duly vetted by IIT. 2nd step submission of draft copy and 3 rd step
final submission. The scope also includes necessary design of temporary
structures as required. Preparation of working drawings, shop drawings and
modifications/revision in main design as per site condition or otherwise.
i) The inception reports includes brief details about technology, design
parameters, interference of filed data, site feasibility, material
specifications, construction methodology, requisite inspection and
quality checks during the course of execution, acceptance criteria for
important items/sub items of the work, etc., parameters for
performance evaluation.
ii) Vetting of inspection report from IIT, Bombay.
iii) Preparation of requisite shop drawings, working drawings as per the
requirement of the work and including detailed designs with
supporting calculations.
iv) Detail engineering for all items of work.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.312
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

v) Working out quantities for various items of work based on approved


design/drawing.
vi) Preparation of quality assurance manual.
vii) Preparation of instrumentation plan for performance review of the
various elements of the work.
viii) Furnishing maintenance manual for all items of the work indicating
routine and periodic maintenance for various items of the work, to
ensure proper serviceability of the road.
ix) Preparation and submission for scaffolding/shutter design and drawing
with supporting calculations.
x) Listing out specialized items in work and working out quality checks
for these specialized items of the work.
xi) Vetting of the designs and drawings for this temporary structures from
the Proof Consultants, IIT Mumbai.
xii) Submission of stages “as built drawings” incorporating the various
changes carried out during the course of execution immediately after
completion of that stages and overall submission subsequent to
completion of project.
xiii) Periodic inspection during defect liability period and submission of
report and performance certification.
xiv) Preparation and submission of details to be adopted for precast
elements including its mould, casting setup, curing setup and handling
arrangements for same.

IV. Statutory clearances :


i) To get acquainted with the relevant submission made by CIDCO for
seeking requisite clearances.
ii) Pursuing to various authorities to obtain project clearances from
various authorities in co-ordination with CIDCO.
iii) To list out various authorities from which approvals are requested.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.313
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

iv) Preparation of time bound action plan for relevant submission and
persuation. Appointment of provisional experts in various fields in
consultation with CIDCO for preparation of requisite documents for
seeking requisite clearances.
iv) Making sincere efforts with rigorous follow up with concerned
department so as to receive the clearances in time bound manner.
v) To make arrangement for site visits for Inspecting Officer and
furnishing the requisite details to them.

Model / Walk Through:


Preparation of model based on approved drawings indicating all
nearby features on appropriate scale and as confirmed by Engineer.
Preparation of Walk through presentation show all features of roads.
This walk through can be used for indicating progress of work

Item-2 :

Bridge Proper : Please go through the alignment of the road in which 1.7
kms road is proposed on stilt, one isolated bridge on channel is shown in
alignment needs to be constructed. RCC bridge on pile foundation for plan
area of about 67605 m2 supported on 1200 mm. dia. cast-in-situ piles with
8 mm thick linear, pile caps and piers with RCC deck slab in PSC precast
girder for span 25-30 mt. The stretch abutting to bridge abutment is
proposed with R.E. wall. Further the bridge having in/out at creek shall
have opening / width provision for navigational requirement for easy
thoroughfare of fisherman boats. Further the service road on stilt is
separate from coast road bridge. The bridge on coastal road shall have
13.00 mt. carriageway with 1.5 mt. footpath on either side. There are two
bridges for up and down movements separated by 3/4 mt. distance as per
cross section. There shall be provision of 1.5 mt. brackets in the pier so as
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.314
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

to facilitate for laying of services in future. Flyovers along with service


road on either side have also been proposed at two locations. Flyovers shall
have 13 mt. wide carriage way with 1.5 mt. footpath, 0.5 mt. anti-crash
barrier.

Item-3 & 4 :

Bridge road with R.E. Walls : R. E. Walls with 180 mm thick RCC
fascia panels, friction slab, reinforced earth work supported on stone
column for road length of 1390 mt. including 340 x 2 length for to & fro
carriage ways with 14 mt. wide gap for median. In addition above R.E.
Wall / R.C.C. Retaining Wall considered for embankment having more
than 1 mt. to retaining embankment wherever required. Minimum crust
thickness is elaborated in Item No.4.

Item-5 :-

Coastal Road connecting Road : Please refer Table at Sl.Pg.No.24 & 25


of Volume – I for proposed road on the embankment. This road also
included service road.

The item includes :


i) Earthwork in sub-grade and shoulder with 97% MPD to be laid on
PVD treated ground designed as per geotechnical report. Contractor
has to use rock fill material obtained from NMIA site in the road
embankment as per approved design. The Coastal Road is having
about 60 mt. ROW. The connect road (coastal road) as 38/34 mt.
wide as per cross section. This included carriage way, paved
shoulder, median, storm water drain, footpath etc. as per cross
section. The minimum crust proposed consist of 200 mm. thick
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.315
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

GSB, 250 mm. thick WMM, 115 mm. thick DBM and 40 mm. thick
BC for carriageway. The side shoulder should be paved one.
ii) Creek side slope designed with suitable slope protection including
toe wall to withstand the tidal variation and suitable slope protection
on opposite side of creek for embankment.
iv) Suitably designed utility and service crossing all along the road.
v) Suitably design and construction of Storm water drain network
within the allocated spaces for smooth discharge of Storm water
including required crossing etc.
vi) To work out the horizontal and vertical curves based on the road
formation levels given in the bid documents.
vii) Providing kerb stone, water table, set stone, water entry to Storm
water drain duly designed etc. complete.
viii) Further the entire road stretch with bridge should have complete lane
markings with thermoplastic paint including longitudinal making,
transverse marking, obstruction approach markings, word messages,
hazardous location including stop line with other safety with
measures like cat eye etc.
ix) Design and executing street light all along with LED bulbs and
decorative poles to promenade service roads including all necessary
power arrangement with necessary electric sub stations based on the
LED street light fixtures loads and feasibility of power supply
available as per MSEDCL network.

The street light fixtures shall have min. common output (efficiency)
100 lumen per watt.

Proper illumination of road is necessary not only for safety, comfort


and systematic movement of vehicles but also for reducing accident
at night. The level of illumination shall be as per IS. The average
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.316
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

illumination suggested is 30 LUX with uni-formality of 0.4. The


complete design of electrical network should be integrated with road
safety system i.e. Highmast and C.C.T.V. arrangement and digital
signals etc.
x) All type of signages as shown in drawing.
xi) Designing and providing signal system at junctions for smooth
traffic flow.
xii) Requisite number of high mast to avoid blind corner in the
alignment.
xiii) Designing and providing CCTV network at junctions with suitable
provision for transfer of data to CIDCO.
xiv) Designing and providing anti-crash barriers all along the road for
safety of commuters.
xv) Designing and providing road furniture’s at view points, gallery etc.
xvi) Providing and maintaining trees / horticulture , arboriculture all
along the length for coastal road including service road.
xvii) Development of open spaces in width ROW with green belt
including provision for watering with drip irrigation.
xviii) Designing and providing watering arrangement for drip for tree
plantation with requisite storage arrangements and providing lifting
mechanism to ensure pressure in network.

Item-6 :-
Bridge portion for Airport link road over NUR (Nerul-Uran Rly.) line and
Amra Marg including steel girder bridge minimum for railway span.

RCC bridge on pile foundation for plan area of about 20460 m2. 1200 mm.
dia. cast-in-situ piles with 8 mm thick linear, pile caps and pier supporting
RCC deck slab in PSC precast girder for span 25-30 mt. The stretch
abutting to bridge is proposed with R.E. wall.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.317
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

The bridge on Airport Link road shall have 13.00 mt. carriage way with 1.5
mt. footpath on either side. There are two bridges for up and down
movements separated by 14 mt. median. Bridge design is to be carried out
considering future grade separator / interchange / cloverleaf work near
Amra Marg.

Item-7 :-
Box culvert for PUP /VUP
Twin cell vehicular under pass on costal road for Moha village is to be
designed and constructed for 2 x 8.5 x 5.5 m. clear openings considering
live load of vehicular traffic, cushioning above top slab, ground
improvement for raft foundation, using walls for slope protection of coastal
road embankment, approach slab, RCC anti crash barriers with FBEC to
reinforcement and electromeric coating cum paint to RCC work etc.
complete.

_________________ _____________________________
Signature of Bidder Superintending Engineer (K, U & D)
Date : Date :
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.318
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

STEPS INVOLVED IN DESIGN OF COASTAL ROAD

A) Road stretch excluding embankment section needs to be taken up either –


1) Major Bridge
2) Minor Bridge / Flyover
3) Box Culvert / Cross Drainage
4) Pedestrian Crossing / Underpass
5) Grade separator / Interchange / Cloverleaf

The steps involves in design includes;


1) Preparation of Preliminary GAD based on the schematic layout given
in Bid Document.
2) Carrying out requisite / preliminary soil investigation works,
exploration work at pier, abutment so as to facilitate for preparation of
GAD.
3) Preparation of GAD & inception report based on the guidelines given
in statutory clearances / Bid document followed by MORTH, IRC,
relevant IS code & fair Civil Engineering practice.
4) Submission of detailed inception report indicating type of structure,
methodology of construction, detailed material specifications & its
make, acceptance criteria for finished part of work, submission of
QAM along with checklist for all important items of the work.
5) Validation of inception report and GAD from proof consultant.
6) Detailed engineering based on approved GAD along with detailed
calculation thereof.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.319
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

7) Proof checking of design & drawings, methodology and submission of


the same for execution. The design should be in line with
methodology of construction to be adopted.
8) Revision in drawing as per site condition if any.
9) Proof checking to revised design & drawing.
10) The Bidder has to submit the plan for serviceability for various items
of work through instrumentation from initial stage of construction to
its completion & subsequent serviceability.
11) Submission of BOQ based on the Current Scheduled Rate for all items
of works. These details will be used for release of interim payment &
price variation to the agency.

B) Road stretches in embankment should consist of main road & service road
as per the layout specified in Bid Document and scope of work includes;
1) Geotechnical & soil investigation works along the stretches to work
out method for soil stabilization & other elements of the work.
2) Working out soil stabilization measures as per the result of field soil
exploration work and probable variation in water level because of tide
(HTL & LTL).
3) The formation levels will be as specified in the Bid document.
4) Detailed engineering for stability of embankment slopes, sub-base,
crust for the road stretch.
5) Provision for design & construction of necessary S.W. drain work to
make roads free from accumulation of water.
6) Detailed engineering for ancillary item of work including promenades,
cycle tracks, Joggers track etc. as per approved drawings.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.320
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

7) Protection of embankment road from tidal variation / heavy down fall


on either side of road. Provision for use of rock fill material in the
road embankment should be made. The earthwork in embankment
should be consolidated for a minimum period of 11 months or as that
envisages design assumption.
8) Construction of outlet structure across the channel which intersect
Coastal Road along with provision for non-reversible gates.
9) Signages for entire stretch of road which includes ;

a) Cautionary / warning sign boards.


b) Regulatory / mandatory sign boards.
c) Road junction / informatory sign boards.
d) Over head sign boards (i.e.full width and cantilever) including
gantry.
10) Road Furniture including Kerbstone, Metallic anticrush barrier etc. as
per the detailed engineering.
11) Traffic singling at important junctions.
12) All civil items of the work making this entire road stretch fit for CC
TV surveillance system and traffic / speed control system.
13) Illumination of entire stretch of road to ensure lux of road at all
locations namely bridge, road, service road & junctions.
14) Tree plantation & horticulture items of work as per the locations
earmarked on layout plan includes central verge, edges, walk way,
island, interchange. Side berms including its detail landscape design.
Provision should also be made for watering for the same with
sprinklers from source of treated water i.e. CIDCO STP at Sector-06,
Ulwe.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.321
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

15) Allied Civil items of works includes chawky, check post,


administrative offices, toilets etc. as specified location on layout plan.
16) Provision for RCC service duct all along the length of road & across
the road at junction / predetermined locations.
17) Contractor should make provision for enabling Automatic Traffic
Counter cum Classifier Detection Systems (ATCC), Emergency
Communication System (ECS), Speed Enforcement Camera System
(to capture the image of speeding vehicles etc. for intelligent traffic
control system in their planning and design.

_________________ _____________________________
Signature of Bidder Superintending Engineer (K, U & D)
Date : Date :
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.322
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

DETAILED SCOPE OF WORK

The scope of work includes 02 main stages are as below;


1.1 STAGE I: CO-ORDINATION TO OBTAIN STATUTORY
APPROVALS (PERIOD 6 MONTHS)
Contractor will co-ordinate for obtaining all necessary statutory
approvals including but not limited to before commencing the execution
of work, the contractor shall obtain all the statutory clearances /
approvals / permissions from State Government / Semi Government /
Local Authorities concerned such as MWSSB / MSEDCL / Local
Municipal Authority / Central /State Government authorities required
for successfully completing the project based on GAD already
furnished.

It is anticipated that the requisite permissions will be sought in six (06)


months initial period.

The contractor has to approach various authorities in co-ordination with


CIDCO for seeking necessary statutory clearances / approvals. For said
clearances successful bidder has to appoint an experienced and expertise
consultant / firm and take all his sincere efforts to obtain the clearance /
approval within six months time period. Though the list of approvals /
clearances is exhaustive the Indicative list of clearances /approvals
listed below.
1. Environmental clearance from MOEF / SEIAA.
2. Clearance from Forest Department.
3. GAD approval from Central Railway, NHAI & other concerned
departments.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.323
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

Notes:
1) The above list is indicative and the contractor has to co-ordinate
with CIDCO for obtaining all necessary clearances required for
successful completion of the project.
2) In this period only statutory payment made on behalf of CIDCO
will be reimbursed with applicable taxes as tenable.

1.2 STAGE II : DESIGN & CONSTRUCTION OF PROJECT


(PERIOD 30 MONTHS)
1.2.1 SURVEYING:
The bidder shall provide all necessary equipments and carry out all
necessary survey for establishing and marking out alignment of bridge,
approaches and various other components, structures and fixing
locations with necessary masonry pillars for lines levels. Establishing
and fixing necessary Temporary benchmarks related to GTS datum
including maintaining the same till end of the work and all other works
related to survey which are necessary to carry out the work and as
directed by Engineer. Entire survey will be carried out with total station
using (WGS84 system) and submit the relevant details with all
adjoining features as directed.

1.2.2 SUB-SURFACE INVESTIGATIONS:


The bidder shall carry out independent sub-surface investigations to
establish the soil parameters required for detailed design of each
foundation separately, if necessary, in accordance with relevant
provisions of Indian Roads Congress (IRC) Codes and MORT&H
Specifications.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.324
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

Note : Soil investigation shall be carried out by taking one bore at each
pier location and the rock samples shall tested to ascertain foundation
capacity and as directed by Engineer.

1.2.3 DESIGN:
Bidder shall carry out detailed design as per GAD and that for all
components of bridge proper, Approach road with Reinforced Earth
Retaining walls, pavement and ground improvement method for road
for connectivity and RCC Box Culvert as per Design Criteria mentioned
in the bid. The designs are to be got proof checked and vetted from IIT
Bombay, Powai. Cost of appointing IIT Bombay and proof checking
work will be borne by Contractor. Contractor shall submit “Design
Based Report” with all design calculations and design drawings through
Engineer to IIT, Bombay and do liaison work with IIT, Bombay for
early completion of proof checking task. Any delay on account of
completion of proof checking resulting out of laxity in providing details
to IIT, Bombay as stated earlier by the Contractor shall attract penal
provisions included in the Contract.

1.3.1 THE CONSTRUCTION WORK IS FURTHER SUBDIVIDED AS


UNDER :
A) BRIDGE PROPER: (Please refer GAD)
1) Bridge proper proposed with appropriate length of each span.
2) Width of Deck slab of bridge: 15.50 m. (Including carriage way
&footpath)
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.325
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

3) Clear width of carriage way: 13 m. with additional necessary


widening required on curves for speed limit upto 60 Km / Hr.
4) Foundation:
a. Pile Foundation of RCC piles with pile cap, embedded in
hard rock. MS liner 8mm thick is to be provided upto refusal.
Note : 1200 mm dia. cast in situ bored RCC piles shall be
provided for pier foundations. 8 mm thick M.S. Liners shall be
provided up to refusal strata. The piles shall be embedded into
good rock strata for a depth of 2 times pile diameter.
One pile other than used in the structure shall be tested for
2.50times the load to ascertain the pile capacity. Similarly,
minimum2% of total working piles shall be load tested for 1.50
times the design load. (No. of piles to be tested as above will be
as per relevant IS codes.)

5) Substructure:
a. RCC pile cap.
b. RCC Pier and Pier cap.
Note : The pier caps shall be cantilever type having sufficient
space to locate bearings / pre-stressing and also, required for
construction purposes. The pier caps shall be in RCC
construction.
The RCC piers in rectangular shape with cut and ease waters
shall be preferred. The piers shall be anchored at bottom in
RCC pile caps. The minimum thickness of RCC pile caps shall
be 1800 mm. cast in dry condition over 150 mm. thick leveling
course.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.326
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

6) Super Structure:
a. PSC Precast Girder
b. Deck Slab and Railings.
c. Wearing course consisting of 50mm DBM + 25mm Mastic
Asphalt.
d. Foot Path on either side.
e. Street Lights
f. Signages, Height barriers, cat eyes etc.
g. Miss. Items, Anti-crash barriers, lane markings etc.
Note : The superstructure for the bridge comprises of PSC 'I'
girders precast in the casting yard and erected on the pier caps.
The cross diaphragms and deck slab shall be cast by providing
staging supported from girders. Four number of girders are
proposed for each span.
Minimum thickness of deck slab shall be 300 mm. reduced to
200 mm. at the tip of cantilever for deck slab.
13 m wide carriageway with 1.5 m. wide footpath on either side
shall be provided giving overall width of 15.50 m. Necessary,
widening of carriageway shall be provided on the horizontal
curves.75 mm thick bitumastic wearing coat consisting of 50
mm. Dense Bituminous Macadam (DBM), 25 mm thick BC
overlaid on 12 mm thick Mastic Asphalt (MA) on carriageway.
Raised footpaths with RCC railing and precast RCC slabs shall
be provided with service duct underneath for cables, services,
etc.
POT-cum-PTFE sliding / fixed bearings / spherical bearings
shall be provided below PSC girders at each end.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.327
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

Strip seal / modular / latest jerk free Expansion joint shall be


provided over each pier.

B) APPROACH ROAD WITH REINFORCED EARTH


RETAINING WALLS: (Please refer Sl.Pg.No.24 & 25 of
Volume-I)
Approach road with R.E. Wall consists of,
a. Precast Reinforced Earth Panels for retaining walls with geo-
synthetic solutions for soil reinforcement.
b. Selected fill material confirming to specification.
c. Road Crust of carriage way.
d. RCC anti-crash barriers with friction slab, Footpath and Railing.
e. Street Lights
f. Signages, cat eyes etc.
g. Miss. Items, Anti-crash barriers, lane markings etc.
Note : Reinforced Earth solid approaches shall be provided behind
end piers / abutments on either end of the bridge. The minimum
depth of foundation shall be minimum 2.00 m. below bed/ground
level. The SBC of the founding strata shall not be less than 20
t/sqm. and according ground improvement scheme needs to be
worked out.

The road crust in approaches shall be as under conforming to


MORT&H specifications. The filling in the approaches shall be
with selected earth and road crust shall be as under.
i) 200 mm. thick GSB.
ii) 250 mm. thick WMM (in two layers of 12.5 mm)
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.328
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

iii) 115 mm. thick DBM.


iv) 45 mm. thick BC.

C) ROAD FOR CONNECTIVITY (Please refer Sl.Pg.No.24 & 25


of Volume-I)
1) Length of road for connectivity with service road & promenade
etc. will be as per detailed Engineering & approved cross
sections.
2) The width of road includes carriage way & footpath, service
road, cycle track, promenade etc. with requisite fanning as per
road geometry.
3) Necessary, widening of carriageway shall be provided on the
horizontal curves.
4) The road for connectivity consists of:
a. Development of embankment upto required level by filling
with murum upto 98% PD followed by using rock fill
material in the road embankment as per specification
includes ground improvement as per site condition, grading
and design.
b. Flexible pavement / Road Crust.
SWD RCC duct (for total width) RCC cross ducts near
junction, 2 rows of 900 mm to 1200 mm dia. NP-3 class
pipe service duct @ 500 mt. interval in road portion in
addition to RCC utility ducts at junction.
c. Lane marking, metallic anti-crash barriers, signages, cat
eyes, speed barriers plantation / vend scrapping etc.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.329
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

Note : The road crust in roads for connectivity shall be as under


conforming to MORT&H specifications and shall be as under.
i) 200 mm. thick GSB
ii) 250 mm. thick WMM (in two layers of 125 mm)
iii) 115 mm. thick DBM.
iv) 45 mm. thick BC.
Merging with main road at both ends and junction development needbe
provided for smooth movement of traffic.

D) Illumination on bridge, approaches & connectivity road :


The lighting arrangement for bridge, approaches & connectivity
road shall provide visual guidance as well as shall give average
maintained illumination level of average guaranteed 30 lux with
uniformity of minimum Emin/Eavg of 0.4. The junctions on these
roads have to be given special attention forthe purpose of safety,
orientation and guidance. The illumination level for the junctions
should be average 40 lux minimum. Proper arrangement has to be
done for providing differentiation and guidance. The poles around
junction/ rotary shall have the provision of providing signals &
signage. And as per particular specifications for illumination on
bridge, approaches & connectivity road.

E) Design & construction of RCC Box type with following


minimum grade of C.C. Pipe culverts as per following list.
Ground improvement for foundation, soling.
PCC below foundation of C.C. M-20.
RCC raft foundation of C.C. M-30.
RCC walls and RCC slabs of C.C. M-30
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.330
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

4.3.2 MINIMUM GRADE OF REDY MIX CONCRETE SHALL BE AS


UNDER:
Plain Cement Concrete structure :M-30
Concrete for leveling course :M-20
Pile foundation ...M-35
Piers, pier caps, pile caps ...M-35
RCC work:… M-35
PSC Griders & Pedestals:.. M-45
Cross Girders, Deck Slab & Anti-crash barriers.:…. M-40
Precast footpath ..…..M-40
Reinforced Earth Panels : ….M-40

4.3.3 REINFORCED STEEL :TMT FE-500

4.3.4 ANTI CORROSIVE TREATMENT TO BE USED:


i) Part of substructure in : One coat primer & Two coats of Coal
contact with earth and tar epoxy paint.
up to (HTL+0.6m) Total DFT = 50+80+80=210 micron
ii) M S Liner to pile : One coat primer & Two coats of
epoxy paint
iii) Reinforcement bars : Fusion Bond Epoxy Coating (FBEC).
iv) Concrete above : For Concrete surface contact with
(HTL+06m) earth and above (HTL+0.6m) - One
coat of primer and two coats of
Polymer Polysafe synthetic
elastomeric coating cum paint.
v) Inside of PSC box if : Water Proof cement paint of approved
proposed shade.
vi) Kerb / Central verge, : Oil paint of approved shade.
etc.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.331
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

4.3.5 CONSTRUCTION :
(i) Temporary Road: The alignment of bridge passes through
marshy land, it is necessary to construct temporary road along
alignment of proposed bridge towards land side to facilitate the
construction of sub structure. This temporary road is to be
removed after construction of bridge and to restore the land at
contractor’s own cost. 1200 mm dia., 10 mm thick MS pipes are
to be used for tidal water floor below temporary approach.
(ii) Pile foundation with hydraulic rotary piling rigs for bridge pier
foundation.
(iii) One pile other than used in the structure shall be tested for
2.50times the load to ascertain the pile capacity. Similarly,
minimum2% of total working piles shall be load tested for 1.50
times the design load of pile including all preparations for
conducting test by pre-casting of test cap required C.C. hammer
head and all machineries, pressure gauge labour etc. including
submitting report with graphs and interpretations as directed by
Engineer.
(iv) POT-cum-PTFE sliding / fixed bearings / spherical bearings shall
be provided below PSC girders at each end including vertical
stoppers.
(v) Precast PSC girders in super structure.
(vi) Precast parapets and railing.
(vii) Footpath as per cross section on both side of the carriageway.
(viii) Strip seal / modular / latest jerk free expansion joint shall be
provided.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.332
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

(ix) Earthing arrangement, drainage system (only GI Pipes of


sufficient dia. i.e.100 mm to 150 mm of medium class is to be
provided for longitudinal & down take drainage purpose) at all
locations, water collecting chambers at the pier location & its
openable cover made up of RCC mesh/jali.
(x) Wearing coat on deck slab of bridge proper as per cross section.
(xi) Design and construction of Reinforced Earth Retaining walls in
approach portion including necessary fill material / earth work.
(xii) Flexible pavement on carriage way and foot path on both sides
on the portion of approaches.
(xiii) Ground improvement and earthwork in embankment with
approved material for the portion of road for connectivity.
(xiv) Flexible pavement and foot path on portion of road for
connectivity.
(xv) RCC Box culverts on cross drainage works & pedestrian
crossing.
(xvi) Royalty for the materials used for the work shall be borne by the
bidder.
(xvii) The lighting arrangement for bridge, approaches & connectivity
road shall provide visual guidance as well as shall give average
maintained illumination level of average guaranteed 30 lux with
uniformity of minimum Emin/Eavg of 0,4. The illumination level
for the junctions should be average 40 lux minimum. Proper
arrangement has to be done for providing differentiation and
guidance. The poles around junction/rotary shall have the
provision of providing signals & signage and as per particular
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.333
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

specifications for illumination on bridge, approaches &


connectivity road.

4.3.6 The scope of works shall further include but not limited to the
following:
a. Site clearance and dismantling of obstructions etc., before
commencement of work as specified or as directed;
b. Preparing detailed designs, general drawings and working
drawings for various components of the works to suit GAD and
obtaining approval in respect thereof from the Engineer, inclusive
of incorporation of all modifications, alterations, changes, etc. that
may be required to be carried as directed;
c. True and proper setting out and layout of the Works, bench marks
and provision of all necessary labour, instruments and appliances
in connection therewith as specified or as directed;
g. Conducting load test on piles as per IS-2911- Part IV
h. All aspects of quality assurance, including testing of materials,
factory inspection and other components of the work, as specified
or as directed;
j. The Contractor has to ensure cleanliness of the roads and footpaths
by deploying man power for the same. Nothing extra shall be
payable on this account;
k. Day to day cleaning of worksite throughout the execution period.
l. Clearing of site and handing over of all the Works, as specified or
as directed;
m. Maintenance of the completed Work during the period as
specified;
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.334
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

n. Submission of completion (i.e. 'As-Built’) drawings and other


related documents as specified; including Maintenance Manual.
o. Results of sub-surface investigations conducted at project site are
enclosed with the bid document. This information about the soil
and sub-soil water conditions is being made available to the
contractor in good faith and the contractor shall have to obtain the
details of subsoil investigation independently. No claim
whatsoever on account of any discrepancy between the sub surface
conditions that may be actually encountered at the time of
execution of the work and those given in these bid documents shall
be admissible to the contractor under any circumstances.
p. Geotechnical investigation as per relevant IS codes through
exploratory bore holes and laboratory tests including mechanical
properties of rock, SPT & other characteristics is required. The
spacing of boreholes will be at every pier location wherever the
rock met and for portion of approaches.
q. Any other item of work as may be required to be carried out for
completing the construction of elevated structure in all respects in
accordance with the provisions of the Contract and/or to ensure the
structural stability and safety during and after construction.
r. Plantation as directed.

4.3.7 SAFETY PRECAUTIONS:


Before taking up any construction, the bidder shall first work out a plan
to ensure the following: (i) Safety of traffic during the period of
construction and the reduction of potential delays to road users.
(ii)Safety of the workers engaged in construction.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.335
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

4.3.8 In case of an unfortunate event of a failure of any span [s] which as


designed by the contractor the responsibility lies solely on the
contractor. CIDCO shall be indemnified for all the risks.

4.3.9 Typical cross-section of road, horizontal alignment, super elevation to


be provided as per GAD.

4.3.10 The work shall be carried out as per General and particular
specifications.

4.3.11 Material required for all above should be got approved from CIDCO
before the execution.

5.0 The value of the work shall be on lump sum basis.

6.0 Contractor to submit BOQ based on the Current Scheduled Rate for all
items of works. These details will be used for release of interim
payment & price variation to them.

7.0 Proposed alignment of road in the available right of way is tentative.


Alignment of roads & its co-ordinates have to be modified based on
chainage wise (detailed) cross sections considering horizontal & vertical
curves, junction details i.e. detailed engineering. These drawings have
to be got approved from Sr. Transporation Engineer.

_________________ _____________________________
Signature of Bidder Superintending Engineer (K, U & D)
Date : Date :
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.336
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

DESIGN CRITERIA FOR BIDDER DESIGN


ON LUMP SUM BASIS

1.0 GENERAL REQUIREMENTS


In order that the bidder's proposal qualifies for acceptance it shall fulfill
the following requirements: -
1.1 It shall ensure soundness of the structure and durability.
1.2 It shall ensure speedy construction and lead to appreciable economy.
1.3 It shall be accompanied by preliminary but fairly detailed drawings and
detailed description of work and specifications of materials and items.
The detailed design assumptions and method statement shall also be
given. If called upon, bidder shall furnish any additional information
necessary for appreciation and comparison with other alternative
proposals received from other bidders.
1.4 At the time of detailed design, normally the contractor shall not deviate
from the basic scheme proposed by him for the purpose of bid.
1.5 The structure shall generally be symmetrical.
1.6 The elements of the bridge structure shall be cast monolithically. Cold
joints shall be avoided unless approved by Engineer.
1.7 Due importance shall be given to aesthetics of piers and superstructure,
The shape of structure should give pleasing appearance and architectural
beauty as a whole in harmony with the surroundings.
1.8 The main reinforcing bars may be welded or mechanically spliced
wherever laps are required to be provided. The welded joint shall be
suitably designed. Number of laps at any one section shall not be more
than 33% for Fe 415 and Fe 500 bars.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.337
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

1.9 While using 43 and 53 grade cement utmost care shall be taken to
minimize the effects of heat of hydration.
1.10 Cement to be used shall be OPC unless otherwise permitted by
Engineer.
1.11 The procedure to be adopted for placing RMC shall be well defined so
that the compaction of concrete is achieved. This shall be got approved
from Engineer in advance.
1.12 Minimum diameter of main bar in R.C.C. piers and abutments shall be
20 mm. In deck slab with girders or box, the minimum diameter shall be
12 mm.
1.13 Sudden changes in geometry of structure shall generally be avoided; as
such points are susceptible to stress concentration. However, if such
sudden changes in geometry become unavoidable, rigorous analysis
shall be provided.
1.14 The detailing of the structures as well as reinforcement shall be given
utmost importance from the point of constructability.

2.0 RESTRICTIONS ON TYPES OF STRUCTURES


The following types of structural arrangements shall not be permitted:
2.1 Structures sensitive to unequal settlement of foundations, indeterminate
structures like continuous beams, portal frames, etc. on yielding type of
foundations.
2.2 Abutments resting on approach embankments
2.3 Superstructures with joints at the tip of the long cantilevers with hinges,
gap slab and short suspended spans
2.4 Piers in form of multiple columns not connected with continuous
diaphragms
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.338
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

2.5 Continuity only in deck slab


2.6 Trapezoidal Footing

3.0 The design of structural components shall conform to the criteria laid
down in the latest versions of the following Codes, Specifications as
revised up to one month before bid date shall be as follows:
a) IRC Code Provisions.
b) MORTH Specifications.
c) IS specifications.

Some Standard Specifications and Codes of Practice for Road Bridges:


 Section-I IRC: 5 - 1998 General Features of Design.(Seventh
Revision) (Reprint April-2002)
 Section-II, IRC: 6 - 2000 (Reprint August - 2004). Loads and
Stresses.-2010 Section-III, IRC: 21 - 2000 Cement Concrete (Plain
and Reinforced) (Third Revision) (Reprint November2002)
 Section-VI IRC: 22 - 1986 Composite Constructions. (First
Revision) (Reprint November-2002)
 Section-V IRC: 24 - 2001 Steel Road Bridges.(Second revision)
(Reprint October-2003)
 Section-VII IRC: 78 - 2000 Foundations and Substructure.(Second
Revision) (Reprint August-2004)
 Section -IX IRC: 83 - 1999 Metallic Bearings (Part-I).(First
Revision) (Reprint May-2003)
 Section -IX IRC: 83 - 1987 Elastomeric Bearings (Part-II).(Reprint
June-2003)
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.339
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

 Section-IX IRC: 83 - 2002 Pot, Pot-Cum-Ptfe, Pin And Metallic


Guide Bearings (Part-III). (First Published March-2002)
 IRC: 18 - 2000 Design Criteria for Prestressed Concrete Road
Bridges (Post Tensioned Concrete) (Third Revision)(Reprint
September2002)
 IRC: 38 - 1988 Guidelines for Design of Horizontal Curves for
Highways and Design Tables. (First Revision Sept.-1989)
 IRC: 87 - 1984 Guidelines for the design and erection of False work
for Road Bridges. (Reprint March-2002)
 IRC: 89 - 1997 Guidelines for Design & Construction of River
Training & Control Works for Road Bridges. (First revision)
(Reprint October2000)
 IRC SP: 13 – 2004 Guidelines for the Design of small Bridges and
Culverts. (First Revision July-2004)
 IRC SP: 23 - 1983 Vertical Curves for Highways (Reprint Septeber-
1989) IRC SP: 37 - 1991 Guidelines for Evaluation of Load
Carrying Capacity of Bridges. (Year- 1991)
 IRC SP: 51 - 1999 Guidelines for Load Testing of Bridges IRC: SP:
64 - 2005 Guidelines for the Analysis and Design of cast-in place
Voided slab superstructure IRC: SP: 65 - 2005 Guidelines for
Design and Construction of Segmental bridges IRC: SP: 66 - 2005
Guidelines for Design of Continuous Bridges IRC: SP: 67 - 2005
Guidelines for Use of External and Unbounded Prestressing Tendons
in Bridge Structures
 IRC: SP: 70 - 2005 Guidelines for the use of High Performance
Concrete in Bridges
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.340
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

 IRC: SP: 71 - 2006 Guidelines for Design and Construction of


Precast Pretensioned Girder for Bridges
 IS-1893- (part I) - 2002 Criteria for Earthquake Resistant Design of
Structures. (Fifth Revision) (June2002)
 IS – 2911 – 1979 (Reaffirmed July 2003) Code of practice for
Design & Construction of Pile foundations. (First Revision)
(Reaffirmed - February-2002)
 IS – 13920 -1993 Ductile Detailing of Reinforced Concrete
Structures subjected to Seismic Forces- Code of practice.
(Reaffirmed 1998) Edition1.2 (2002-03)

(A) Any modifications published in Indian Highways up to date of


receipt of bid shall be applicable
(B) Any I.R.C. Standard Specifications and Codes of Practice or
Criteria for Road Bridges other than "A" above
(C) For any item not covered by A, & B above, Specifications for Road
and Bridge Works published by I.R.C. for Ministry of Road
Transport & Highways.
(D) For items not covered by any of A, B and C above, Standards and
Specifications Provisions of I. S. Codes of Practice.
(E) For any item not covered by any of the above Codes and
Specifications, the relevant Provisions from B.S./A.A.S.H.T.O.
(L.R.F.D.)/CE-FIB Model Codes 1990.
(F) For items not covered by any of the above Standards and
Specifications, Sound Engineering Practice and Provisions of
relevant Codes of other Nations shall be referred.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.341
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

4.0 ROAD LEVEL ON THE BRIDGE, SOFFIT R. L. AND


ROADWAY PARTICULARS
4.1 Vertical clearance at all points of the projects highway at underpass /
overpass shall not be less than values given below;
i) Vehicular underpass/ overpass : 5.5 m
ii) Pedestrian and Cattle underpass : 3.0 m
iii) Railway line : 6.5 m
4.2 The Road Level on the Bridge at abutments shall as far as possible be
the same as that shown in the General Arrangement Drawing. However
if the Road Level at the abutment is kept 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 Roadway Particulars and Carriageway Width shall be as per General
Arrangement Drawing.

5.0 DESIGN LOADS


The loading for design of the bridge, Approach with RE Wall, Box
Culvert, connectivity road shall be as per IRC:6 - 2010 specification.

The bridge shall be designed for live load whichever produces the worst
effects as per IRC.

The footpaths shall be designed for live load of 500 kg/sqm. The bridge
shall be designed for a service load of 200 kg/m. under each footpath.
The bridge lies in seismic zone III. Importance factor 1.50.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.342
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

Exposure condition – Extreme.


Design speed - 50 km/hr (from Amramarg to CH 3700)
100 km/hr (from CH 3700 to end)
50 km/hr for airport link

6.0 FOUNDATIONS
6.1 Piers/Abutments:
6.1.1 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 type of strata and rock
levels and quality at the location of the foundations and this shall form
part of the contract and shall work out S.B.C. at proposed founding
level and got approved from Engineer. The cost of these tests 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. The bores shall be terminated at least 6.0 m. in rock.
6.1.2 The temporary works such as temporary road / working platform,
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 L.T.L./L.W.L. and
the space between pier and cofferdam shall be filled with rubble. Top
0.3m portion shall be filled with M-15 cement concrete.
6.1.3 In the event to reduce the effect the Earth pressure on the abutment, an
independent arrangement is made to retain the earth, effects of
surcharge, if any, shall be suitably considered in the design.
6.1.4 While deciding the depth of foundation as per IRC-78 the embedment of
open foundation shall be maximum of the following
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.343
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

1) 0.6 m. in Buried H.R.


2) 1.5 m. in S.R. or exposed rock
3) Depth of footing.
6.1.5 The cofferdams prepared for construction of piers shall be removed /
dismantled up to bed level.

6.2 Pile Foundations


6.2.1 The minimum embedment of pile foundation shall be equal to the
diameter of the pile in case of hard rock and 1.5 times the diameter of
pile in case of soft rock. To include the effect of skin friction, the S.B.C.
of rock depending upon the depth of embedment shall be considered as
shown in the table below :

Type of strata Min. Embedment in rock S.B.C. 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

As the values of S.B.C. given include the effect of embedment in rock


and global behavior of the pile, frictional resistance of pile shall not be
further added while calculating the capacity of pile.
6.2.2 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 or empty shall not be accepted.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.344
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

7.0 SUBSTRUCTURE
7.1 For continuous spans, Pier with fixed Bearings shall be designed to take
all the horizontal forces.
7.2 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
shown on the drawing and also prominently marked on the structure.
7.3 The height of the pedestal shall not be more than 500mm.
7.4 The substructure shall rest completely on foundation. No cantilever
support to substructure shall be permitted except due to codal
provisions.
7.5 The caps over wells and piles shall have uniform thickness.
7.6 The minimum thickness of wall for hollow sections for piers shall be
300 mm for pier height up to 10 m. For hollow sections of piers having
height more than 10 m, the minimum thickness of wall shall be worked
out by following formula, T = 0.3 + 0.015 (h – 10) Where, “t” & “h” are
thickness and height of pier respectively, in meters.
7.7 Solid wall type piers should be preferred
7.8 Abutment need not be checked for scour-all-round condition.
7.9 Suitably designed seismic arresters shall be provided.
7.10 Dowel bars of 25 mm dia. 6 nos. shall be provided in foundation of pier
& abutment.
7.11 Adequate arrangement like inspection gallery, pathway etc. as specified
in departmental proposal shall be provided.

8.0 SUPERSTRUCTURE
8.1 Deck slab thickness shall not be less than 300 mm and not less than 200
mm at the tip of cantilever in transverse direction, irrespective of the
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.345
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

provisions elsewhere. The slab shall be checked for punching shear. The
cantilever projection of the slab in transverse direction shall not be more
than 1.80 m.8.2. In case of voided slab structure, analysis & design
shall be based on the provisions of IRC - SP - 64. The minimum
thickness of concrete around the void for deck shall be 300 mm.
8.2 Minimum thickness of intermediate diaphragm where provided shall
be300 mm and that of end diaphragm shall be 500mm for the cast-in-
situ work. Manholes shall kept at a spacing not more than 150m with
arrangement for access inside the box.
8.3 In the absence of rigorous analysis for torsional and distortional
moments and forces due to warping at ends, the design live load
moments and shear force in the longitudinal direction shall be increased
by 20% and transverse reinforcement by 5%.
8.5 For pre-stressed Superstructure with box girders, the cross diaphragms
shall be one each at supports and at each abrupt change in soffit
geometry.
8.6 The provision for imparting 20% of design pre-stress at a future date
shall be made in the deck and suitable anchorages, bulkheads, deviator
blocks etc. shall be constructed for the purpose. Arrangement for
external pre-stressing shall be got approved. Anchorage system
proposed be clearly indicated. It is desirable to stress the cables from top
of deck slab.
8.7 The combination of pre-cast and cast-in-situ construction shall be
seriously dealt with as the phenomena of differential creep & shrinkage
and the forces at connection of pre-cast & cast-in-situ part pose lot of
post construction problems. Adequacy of reinforcement at joints shall
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.346
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

be ensured. Generally one element (say a girder) shall be either pre-cast


or cast-in-situ and not the combination of pre-cast and cast-in-situ.
8.8 Deflection correction shall be worked out and provided during
construction for R.C.C. superstructure.
8.9 In case of ribbed slab, girder slab and box type superstructures,
sufficient vent holes shall be provided for the entrapped air to escape as
below:
8.10 Vent holes at 1 no. 75 mm dia. per 3sq.m in deck slab and webs.
8.11 Opening in soffit in each cell of box girder at each end of size 0.6m X
0.8m.
8.12 All hydraulic calculations while the floods are at O.F.L., IHFL,
Designed HFL, Road Top R.L., shall be done and stability of entire
structure checked for worst condition.
8.13 The box girder shall be designed for additional silt load of 150 mm
thickness with density equal to 1.5 t /m3 spread over the entire soffit
slab.

9.0 BEARINGS
9.1 POT-cum-PTFE sliding / fixed bearings / spherical bearings shall be
provided below PSC girders at each end.
9.2 Cut/segmental roller Bearings shall not be permitted. Use of different
metals setting electrolytic actions inducing corrosion shall not be
permitted.
9.3 The Bearings shall be easily accessible for inspection. Suitable
arrangements for access to the bearings for inspection shall be designed
and provided. Access platform shall be minimum 1m wide and be
provided with protective railing etc. Suitable arrangements for access to
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.347
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

the bearings for inspection shall be designed and provided. Access


platform shall be minimum 1m wide and be provided with protective
railing etc.
9.4 Scope for lifting the Superstructure for future replacement of Bearings
shall be provided for in the design and marked on the structure
appropriately to avoid any mishandling.

10.0 EXPANSION JOINTS


10.1 Strip Seal type Expansion joint shall be provided over each pier. The
expansion joints shall conform to M.O.R.T. & H. Specifications. The
detailed working drawing for the joint shall be in conformity with
overall geometry of deck. Geometrical profile shall be achieved by
adjusting the dimensions of Superstructure. The joint shall be jerk free.
Differential deflection in bearings shall be considered while design.
10.2 The expansion joints shall be leak proof. The joint shall be provided for
the full width of the bridge i.e. including kerbs. This necessitates proper
detailing at the kerbs.

11.0 RAILINGS / PARAPETS


R.C.C. railing /Crash barrier shall be provided as approved by Engineer.

12.0 WATER SPOUTS


Waterspouts shall be provided @ 1 no. / 10 sq. m. of plan area of the
deck.

13.0 WEARING COAT


A wearing coat of uniform thickness shall be provided for riding
surface. It shall consist of 50 mm thick Dense Bituminous Macadam
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.348
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

covered by 25mm thick Asphaltic Concrete 12 mm thick Mastic Asphalt


on duck slab below DBM / AC.

14.0 ANTICORROSIVE TREATMENT TO CONCRETE AND


REINFORCEMENT
14.1 Entire structure shall be given anticorrosive protection, which shall be
got tested from approved laboratory and shall be of approved quality,
colour and shade.
14.2 Anti-corrosive treatment to concrete and steel conforming to MORT&H
specifications.
1) For Concrete:
a) Part of substructure in contact with earth and up to (HTL+0.6m) -
One coat of primer and two coats of Coal Tar Epoxy (Total
DFT= 50+80+80=210 micron)
b) Other parts of substructure and superstructure exposed to
atmosphere – Polymer polysafe synthetic elastomeric coating
cum paint.
2) Steel:
a) Reinforcement Steel –Fusion bond epoxy coating as per IS
13620- 1993 Specification for thickness of 175 + 50 micron.
b) 8 mm thick M.S. Liner for piles – one coat of zink primer and
two coat of coal tar epoxy paint.
B) Illumination on bridge and approaches:
Swan neck type11 m. height electric poles spaced at 25 m centers in
staggered pattern shall be provided on both sides of the bridge at
railings including all fixtures and fitting like electric cables/wires,
bulbs, etc. complete.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.349
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

C) Slip road along bridge:


6 m. wide road on land side of bridge required for construction along
the alignment need to be constructed by the contractor.
D) Lane marking, zebra crossing, barricading during construction, all
types signboards during construction and service, etc. to be
provided.
E) Soil investigation shall be carried out by taking one bore at each pier
location and the rock samples shall tested to ascertain foundation
capacity.

15.0 REINFORCED EARTH WALLS FOR APPROACH ROAD


PORTION
Designing, Proof checking & Providing Reinforced Earth (Terre Armee)
walls with 180 mm thick precast facia panels of M-40 grade concrete
including panel reinforcement steel @ 6.50 kg/sqm and including
backfill, soil reinforcing elements comprising of high tenacity PVA
(Poly Vinyl Alcohol) Ecostraps with GeoMega connection system along
with accessories /fittings , M20 Grade P.C.C levelling pad including
transportation, erection etc. complete as per detailed bid technical
specification. The min. depth of foundation shall be min. 2.00 m. below
bed/ground level. The SBC of the founding strata shall not be less than
20 t/sqm.

16.0 RCC Box Culverts for cross drainage work & pedestrian crossing as per
following details, including ground improvement.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.350
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

17.0 GROUND IMPROVEMENT SCHEME AND PAVEMENT


Ground improvement scheme and pavement for 56 / 35 wide road for
connectivity.

18.0 DESIGN PARAMETERS FOR ILLUMINATION ON BRIDGE,


APPROACHES & CONNECTIVITY ROAD
The lighting levels mentioned below are average maintained horizontal
illuminance. % Uniformity is Ernin/ Eav.

Name of Carriageway Road Junctions Footpath Parking


Road Service

Bridge 30 lux, 40% N.A. 40 lux, 40% N.A. N.A.

The lighting arrangement for bridge, approaches & connectivity road


shall provide visual guidance as well as shall give average maintained
illumination level of average guaranteed 30 lux with uniformity of
minimum Emin/Eavg of 0,4. The junctions on these roads have to be
given special attention for the purpose of safety, orientation and
guidance. The illumination level for the junctions should be average 40
lux minimum. Proper arrangement has to be done for providing
differentiation and guidance. The poles around junction/ rotary shall
have the provision of providing signals & signage. And as per particular
specifications for illumination on bridge, approaches & connectivity
road.

19.0 DOCUMENTATION, INSTRUMENTATION


The following items are deemed to be included in the bid cost.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.351
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

19.1 All as built final drawings and Compact Disc of all approved drawings
and tracing films of "as built" drawings duly signed and calculations
shall be supplied by the Contractor in triplicate to the Engineer.
19.2 Three DVD of 180-minute duration of the Bridge covering the different
phases of construction from start to finish shall be supplied by the
Contractor.
19.3 A "Maintenance Manual" describing Design methodology, brief details
of important elements with respect to design & construction aspects,
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 of finishes and periodical
treatments shall be supplied in ten copies and on Compact Disc / DVD
by the Contractor. Typical drawings shall be enclosed.
19.4 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 the adopted by the
contractor shall be elaborated & got approved from Engineer in
advance.
19.5 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.
19.6 The Contractor shall install fixtures and fastenings provided by the
department for housing any instrumentation that may be useful for the
Department at his cost.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.352
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

19.7 Wiring and fixing arrangement for internal lighting and ventilation shall
be got approved from competent authority and executed.
19.8 The fixing arrangement for suitable fenders to be provided to the
navigational piers to reduce the barge impact shall be provided. The
details of fixtures shall be obtained from the Department.

20.0 PROCEDURE FOR CHECKING DETAILED CALCULATIONS


AND WORKING DRAWINGS
The Contractor has to get the design proof checked from IIT Bombay at
his own cost.
20.1 Within one month of achieving mile stone of obtaining statutory
approvals as mentioned in Clause No.28.0 of Special Conditions of
Contract, the Contractor shall submit to the Engineer, 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 Department.
20.2 To start with, the contractor shall submit a Design Basis Note
containing the complete general layout of site, the relevant parameters
along with the design assumptions and the method statement, to IIT
Bombay, to understand and appreciate and get it approved from them,
before starting of the actual design. Such approval to the Design Basis
Note shall be a pre-condition to the scrutiny of the designs.
20.3 The Consultant shall have the official version of the software being used
for design and the same shall be made available for scrutiny of design to
IIT if demanded.
20.4 Detailed design calculations and working drawings of all the component
parts of the Bridge shall be submitted well in advance of the execution,
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.353
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

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 IIT Bombay for
checking the design 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
examples. The Contractor should submit along with his bid 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.
20.5 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 420 mm x 297 mm size only. It is
entirely the responsibility of the Contractor to submit the design in good
time to enable IIT Bombay, 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
each drawing.
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.354
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

20.6 Nine sets of approved working drawings with tracings along with four
sets of approved design calculations and one soft copy in the form of
Compact Disk shall then be supplied by the Contractor which will be
formally authenticated by IIT Bombay (Five copies of drawings and one
set of design calculations for site office, one set to be returned to the
Contractor and three to be retained by the Engineer.) These drawings
shall be submitted in plastic folders for each set and calculations in
plastic files & bag.
20.7 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.
20.8 Approval to drawings and designs and design calculations by IIT
Bombay shall not in any way relieve the Contractor of his responsibility
for the correctness, soundness and structural stability and safety of the
structure.
20.9 The approved drawings and the design calculations of the Bridge shall
be the property of CIDCO.
20.10 The Contractor shall depute his designer or Consultant to attend all the
design review meetings conducted by CIDCO Officers from time to
time, at his cost.

21.0 SPECIAL POINTS


21.1 It is obligatory to contractor to have a unit of highly qualified and well
experienced expertise in bridge design, it is supposed that contractor
submits the detailed design and drawings after doing detailed soil
exploration. Foundation proposed by contractor shall fulfill the
requirement of all points given in design criteria. If there remains any
CIDCO OF MAHARASHTRA LIMITED Sl.Pg.No.355
C.A.NO.02/CIDCO/SE(K,U&D)/EE(UL-III)/2018-19

discrepancy / lacuna in any part of design and drawing, contractor will


be totally responsible. Approval given to drawing and design
calculations and foundation proposed by contractor, by IIT Bombay,
shall not in any way relieve the contractor of his responsibility. for the
correctness, soundness and structural stability and safety of the structure
shall be the contractors responsibility.
21.2 During geological investigations, continuity of strata below foundation
level shall be at least 6 meter. Founding levels shall not be less than that
shown in Department GAD.

22.0 AIRPORT CONNECTIVITY


As per alignment this stretch passes over Nerul-Uran railway line and
thereafter Amra Marg.
Height of pier in this stretch of Rail over Bridge is varying (approx. up
to 19 m.) as per design and drawing approved Sr. Transportation
Engineer / Railways / NHAI. Further, span over Nerul-Uran railway
line (live track) will be with steel girders as per approval of railway
department.

_________________ _____________________________
Signature of Bidder Superintending Engineer (K. U & D)
Date : Date :

You might also like