Mumbai Metropolitan Region Development Authority

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 63

Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.

-II

MUMBAI METROPOLITAN REGION DEVELOPMENT


AUTHORITY

IMPROVEMENT OF CHHEDANAGAR JUNCTION,


GHATKOPAR (EAST), ON EASTERN EXPRESS HIGHWAY.

BID DOCUMENT
VOLUME – II

EMPLOYER’S REQUIREMENTS,
DESIGN CRITERIA ETC.

Bidder 00 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY (MMRDA)

Name of Work:- Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern


Express Highway.

Contents

Section Particulars Page No.


No. / Sr.
No.
UNITS AND ABBREVIATIONS 2-2

I EMPLOYER’S REQUIREMENTS 3-27

II DESIGN DATA 28-32

III DESIGN CRITERIA 33-43

IV DETAILS OF UTILITIES 44-45

V TESTS & TESTING REQUIREMENTS 46-49

VI LETTER OF TENDER, FORM OF BID SECURITY AND FORM OF BID 50-53

VII BILLING SCHEDULES & SCHEDULE OF VARIATION 54-76

This document has to be read in conjunction with Volume I, Volume III and Volume IV

Bidder 01 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

Units & Abbreviations

Units of measurement, symbols and abbreviations expressed in the Bid Documents Bidder shall
comply with the System International d’ Unites (SI Units).

Abbreviation

The following abbreviations shall be used in the Bid Document:

Chainage CH
Engineer’s Representative ER
General Conditions of Contract GCC
Government of Maharashtra GOM
Indian National Rupees INR
Interim Payment Certificate IPC
Kilo metre km
Mumbai Metropolitan Region Development Authority MMRDA
Maharashtra State Road Development Corporation Ltd. MSRDC
Mumbai Urban Infrastructure Project MUIP
Municipal Corporation of Greater Mumbai MCGM
Public Works Department PWD
Non Pressure NP
Number No.
Particular Conditions PC
Provisional Sum PS
Reinforced Cement Concrete RCC
Prestressed Concrete PSC
Safe Bearing Capacity SBC
Slum Rehabilitation Authority SRA
State Bank of India Prime Lending Rate SBI PLR

Bidder 02 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

SECTION- I

EMPLOYER’S REQUIREMENTS

Bidder 03 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

EMPLOYER’S REQUIREMENTS

Preamble

Data provided here is tentative. Bidder is advised to ascertain accurate facts and details on his own
with due diligence. Obligatory requirements given herein shall be followed scrupulously in design of
the Highway and Structures and no deviation in obligatory requirements will be permitted and in case
of any deviations, the tender/contract shall stand rejected.

Contractor’s General Engineering, Procurement & Design Obligations

The Contractor shall be solely responsible for the Engineering, procurement, design and construction
of all work and for all details of the works and the adequacy thereof. Contractor’s responsibility shall
not be in any way be diminished nor shall the Contractor’s design approach be limited by the
Employer’s acceptance of the Contractor’s guidance or recommendations as to engineering standards
and design specifications or by Employer’s approval, suggestions or recommendations on any aspect
of the engineering or design. The work shall be carried out as per the design prepared by the bidder
and approved by the Competent Authority. The Work shall also include shifting of utilities, removal of
electric poles, cutting and removal of trees etc. Drawings attached in Vol IV of this Bid document are
purely indicative for tender purpose only. However, the Contractor has to submit his own detailed
design drawings for the said project based on his detailed investigations.

Inspection, Quality Assurance and Quality Audit

The Contractor shall permit access to the Employer, Engineer’s Representative, or any other person
authorized by the Employer to the Contractor’s premises where the works will be performed and will
use reasonable endeavors to secure Rights of Access to the premises of its Subcontractors where the
works will be performed and allow him to:

(a) audit the Contractor’s quality assurance system and its application to the works, including
manufacture, development and raw materials and components provision;
(b) inspect all parts of the works to the extent reasonably practicable to ensure that their
quality meets the specifications; and
(c) perform activities with respect to civil works such as, but not limited to, survey, installation,
commissioning, acceptance and other Design & Construction and/or operational activities.
Each of the foregoing rights of access shall be conditional upon (i) Employer /ER giving
Contractor reasonable notice, (ii) the Employer /ER accessing such premises in a manner
that avoids disruption of the works that is being performed on such premises. The
Employer shall provide the name(s) of each such visitor prior to the visit. Any right of
access shall not be construed as creating any obligation requiring the Contractor or its
Subcontractors to disclose trade secrets or proprietary information. Further, such right of
access may be conditioned on the execution of a confidentiality and non-disclosure
agreement and/or subject to routine building or security rules, regulations or procedures.

Bidder 04 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

1. INTRODUCTION
1.1 At present traffic flows in all 14 directions at junction level except the traffic from Thane to Sion
via existing flyover at Chheda Nagar Junction.
1.2 After completion and commissioning of Anik -Panjarapole Ghatkopar Link Road (APGLR) &
Santacruz Chembur link Road (SCLR), there is substantial increase in traffic at Chheda Nagar
Junction which is already congested. This has resulted into long signal cycles causing
detention of vehicles and hence traffic jams particularly during morning and evening hours.
1.3 It has therefore necessitated to provide traffic improvement scheme at this junction to
overcome the problem.
1.4 It is proposed to construct Flyover No.-1 a 3-Lane flyover for traffic in direction from Sion to
Thane parallel to the existing flyover. Flyover No.-2 a 2- lane flyover for traffic in direction from
Mankhurd to Thane is proposed which will cross the existing flyover at level-2 (Higher level)
and will meet Eastern Express Highway at western carriageway adjacent to the footpath
between western carriageway and service road.
1.5 At present traffic from Thane via flyover to SCLR and traffic from Mankhurd to Sion conflicts at
starting point of up ramp of SCLR. In order to overcome these conflicting movements, it is
proposed to construct Flyover No.-3 a 2-lane elevated arm from the existing flyover to up ramp
of SCLR.
1.6 It is proposed to construct a 4 lane vehicular subway across EE highway at North of existing
pedestrian subway at Kamraj nagar.
1.7 The work also includes improvement of slip roads & service roads.

2.0 SITE LOCATION & METEROLOGICAL DATA

a) The location of flyover is at Chheda Nagar Junction which is a T-Junction of 2 major corridors,
E. E. Highway & Ghatkopar- Mankhurd Link Road at Ghatkopar (E).
b) Terrain : Plain.

c) Geographical & Meteorological details.

i) District Mumbai
ii) Climate Temperature 12° to 42°
iii) Average Rainfall 2500mm

Bidder 05 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

3.0 ( I ) Brief Description of work :

The entire work tendered is to be done & completed as a whole, but for better
understanding and for sake of payment, the work is divided in parts as below:-
Summary of the Works in Brief.

(FLYOVER WORKS)
PART-A : Design & construction of Flyover No. 1 : “A 3- lane flyover in direction from Sion
to Thane parallel to the existing flyover”.
PART-B : Design & construction of Flyover No. 2 : “A 2-Lane flyover in direction from
Mankhurd to Thane crossing the existing flyover at level 2”.

PART-C : Design & construction of Flyover No. 3 : “A 2-Lane elevated arm from the
existing Chhedanagar flyover connecting SCLR up ramp along service road of E. E.
Highway”.

PART-D : Design & Construction of a 4-lane vehicular subway at Kamraj nagar across
E.E. Highway (at North of existing Garodia Nagar subway).

PART-E: (ROADWORK);

i) Construction of road with New Crust in Flexible Pavement.

a) Construction/Improvement of service road from Amar Mahal Junction upto the end of
existing Amar Mahal flyover of E.E. Highway on the west.

b) Construction of Diversion Road & side drains on West Side of Service road upto
Chhedanagar Junction.

c) Construction/Improvement of service road of E.E Highway on West side from Garodia


Nagar Road to Ramabai Nagar Road Junction.

d) Construction/Improvement (Post Construction) of service road & side drains below


proposed Chhednagar –SCLR connector.

ii) Construction of Slip Road in Rigid Pavement.

a) Construction of slip road in Rigid Pavement from Amar Mahal Junction upto the end of
existing Amarmahal flyover of E.E. Highway on the west.

iii) Improvement of Slip/Service roads by Over Laying.

a) Improvement of service road & side drains from end of existing Amarmahal flyover
of E.E. Highway on the west upto Garodia Nagar Road.

b) Improvement of service road of E.E Highway on East side from Garodia Nagar
Road to Ramabai Nagar Road Junction.

c) Improvement (Pre Construction) of service road below proposed Chhednagar –


SCLR connector.

iv) Improvement of Junction in Mechanised Mastic Asphalt.

a) Improvement of Chheda nagar Junction in Mastic Asphalt.

Bidder 06 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.0 SCOPE OF WORK


4.1 General
Work is to be executed on “Lump sum basis” on contractor’s own design as specified in the
contract and summarized below for convenience but not limited to
4.1.1 Common for all Flyovers & Subway work:-

i. Fabrication, erection & shifting of M.S, Barricading as per drawing including painting with enamel
paint & lettering as directed. Contractor has to barricade entire area of flyover including ramps on
both sides of flyover except the junction area.

ii. Demolition of existing Vehicular Subway at Garodia nagar (on West side) including disposal of
demolished & excavated materials.

iii. Taking confirmative trial bores, conducting sub-soil investigations at each foundation location of
pier, abutment and at locations of R. E. Walls. Taking trial pits on approaches including collecting
samples, conducting tests and submitting geotechnical investigation report in quadruplicate
from geotechnical expert and recommendation of safe bearing capacity, settlement etc at each
foundation location & obtaining approval of the Engineer.

iv. Topographical survey using total station. Maintaining two total station and 2 qualified surveyors
till completion of the work.

v. Submission of methodology of each activity, safety manual, Quality Assurance Manual &
obtaining approval of the engineer.

vi. Presentation to the employer including general arrangement methodology of construction, design
philosophy, aesthetics of entire structure etc. obtaining approvals of local authorities & MMRDA
to various components of the works.

vii. Preparing structural design and drawings for flyover structure, its approaches, valley curves on
both sides of flyover, Reinforced Earth work and obtaining approval of the engineer including
getting the same proof checked from the consultants appointed by MMRDA. Fees of proof
checking consultancy (Except for innovative design of Vehicular Subway) shall not be
borne by contractor.

viii. Identification and Mapping of all Visible & Underground utilities. Preparing existing utilities plan.

ix. Construction of flyover including solid approaches upto end of valley curves on both sides
including friction slab, anti-crash barriers, crust on solid ramps, wearing coat on flyover, specified
painting to all components of flyover and RES/RCC retaining walls etc as per the contract, as per
approved drawings & design criteria.

x. Providing pile foundation with minimum 6mm thick MS liner (painted with 1 coat of zinc rich
primer & 2 coats of coal tar epoxy) for flyover foundations. Pile foundations shall be provided
using Rotary Rig. In case, it is not possible to provide required anchorage/embedment in rock,
boring for pile foundation below that level shall be carried out with conventional boring. Minimum
length of pile below pile cap shall be greater than 5 times dia. of pile. The foundations of flyover
should necessarily rest on hard rock with required embedment. SBC & strata at each foundation
shall be certified by geotechnical expert for approval of foundation.

Bidder 07 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

xi. Open foundations are permitted to a maximum depth of 4.00 metre, beyond this depth open
foundations will not be permitted.

xii. Construction of RCC substructure piers, abutments, pier caps, construction of R. E. Walls with
RCC panels, RCC retaining walls, and protection for piers of obligatory span shall be as per
approved design and drawings.

xiii. Construction of superstructure girders (PSC girder /Structural steel girders) & RCC deck slab.

xiv. Providing & fixing POT/PTFE bearings as per designs & specifications.

xv. Casting anti-crash barrier as per the design and drawings.

xvi. Providing & fixing strip seal expansion joints as per approved design & drawings.

xvii. Providing bituminous wearing course as described in drawing for flyover. Wearing course shall be
3 mm asphaltic membrane + 59mm DBM + 25mm mastic asphalt. Design & construction of solid
approach ramps with RCC panels, RCC retaining walls, and reinforced earth work, friction slab,
anti-crash barrier, drainage arrangement as shown in tender drawings.

xviii. Storm Water on carriageway of flyover shall be collected through down take pipes upto chamber
at ground at each pier location which shall be connected with minimum 600mm dia RCC NP3
pipes and then connecting to storm water cross drains of 1200 mm dia. NP4 RCC pipes &
disposing off to nearest municipal drain/nalla.

xix. Providing Pier protection to all Obligatory span piers and as shown in GAD.

xx. Providing & applying road marking, Arrows, Rumblers, Zebra crossing etc. using Thermoplastic
paint and Chevron marking on inner face of Anti crash barrier etc. as per MORTH specifications.

xxi. Preparing detail drawings and Providing Road signage’s boards viz: Mandatory, Cautionary,
Informatory boards, Raised Median marker, Cat eyes/Road studs 5 m c/c, and Bollards etc. for
each flyover and Vehicular subway. The drawing for the same shall be got approved from the
Engineer/PMC.

xxii. Providing & fixing of weep holes, water spouts, gratings, horizontal & vertical down take PVC
pipes to drain out water from flyover.

xxiii. Providing kerbs on both sides of flyover except obligatory spans as per tender
document/drawings.

xxiv. Anti-carbonation acrylic paint to entire exposed surface of super structure & bottom of deck slab,
piers, pier caps, abutments and RES panels etc as per approved aesthetic colour in 3 coats and
as directed by the engineer. Cement paint in 3 coats to all inner closed surface of box girder.

xxv. Fusion bonded epoxy coating to reinforcing steel.

xxvi. Enamel paint for all kerbs/ kerb stones as per approved aesthetic colour in 3 coats and as
directed by the engineer.

xxvii. Coal tar epoxy paint in 2 coats with one coat of zinc rich primer to all surface of buried concrete or
concrete surface in contact with earth/ soil and for outer surface of MS liners of pile foundations.

Bidder 08 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

xxviii. Rectification of trenches excavated for foundation of piers, abutments, pile caps, retaining
structure etc. as per specification.

xxix. Contractor has to submit proper methodology for construction of foundations, substructures &
superstructures with properly designed centering and shuttering & launching scheme and to get
approval from the engineer.

xxx. A detailed plan for shifting of utilities with name of agencies & methodology for shifting/ relocation
shall be submitted.

xxxi. Electrification work including cables, electric poles, light fittings taking power connection from
electricity authority, providing meter installing, commissioning transformer, feeder pillars etc. shall
be done as per specifications. Remarks for electrification scheme shall be obtained from MCGM
(Traffic dept.). Electrification drawings, shop drawings, specifications, materials & entire scheme
shall be got approved from competent authority of MMRDA/MCGM/ PMC/ Reliance Energy.

xxxii. Lighting below & above flyover shall be carried out with proper fittings and illumination.

xxxiii. Installation 4 Nos. of High Mast at the locations approved from competent authority of
MMRDA/MCGM/ PMC/ Reliance Energy..

xxxiv. Submission of “As-built” drawings, Maintenance Manual after completion, Construction Manual,
Quality Assurance Manual, Standard formats for test report, items wise methodology for entire
work during construction.

xxxv. Periodic inspection of work with the employer during DNP shall attend to the defects if any and
shall submit compliance report.

xxxvi. The Span arrangement shown in Drawings (Vol-IV) are Mandatory only for obligatory spans and
can be changed for other spans.

4.1.2 For the guidance of the tenderers, GAD showing arrangement of the flyover as contemplated
by the employer is enclosed. However, the tender is to be awarded on the contractor’s own
design (Lumpsum cost Basis on Bidders own designs) complying with various requirements
indicated in Design data, Scope of work, as well as in the chapter of design criteria for bridges in
‘Volume-II’ of the tender and other relevant provisions of the contract. For this purpose, details
shown in typical G.A.D’s enclosed are to be taken as indicative and need not be adopted in toto,
except certain obligatory requirements which have been specified. These details also specify
minimum vertical and horizontal clearance at crossing / junction etc. minimum length & width of
flyover, minimum acceptable mix, specifications and sizes for different components. The
Contractor’s design shall provide for comparable specifications and in any case not inferior to
those corresponding components contemplated by the Employer. Soft copies of the GAD & other
drawings in Auto cad format can be procured from department.

4.1.2.1 The alignment of flyover has been shown in tender drawings. After carrying out detailed
topographical survey, the contractor shall mark the alignment on the site & get approval from
the engineer. The engineer may direct the contractor to modify the alignment as per the site
conditions which contractor shall follow without extra cost to the employer. Permanent survey
pillars shall be erected on both sides of approved alignment and shall be preserved till the end
of construction.

4.1.2.2 Presentation:
Presentation to the employer includes general arrangements, aesthetical considerations,
methodology of construction, traffic diversion etc. Contractor shall prepare at least 3 different
aesthetic proposals for selection & approval of MMRDA. MMRDA may ask/suggest the
contractor to make modifications/ improvements and same shall be done at no extra cost.

Bidder 09 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.1.2.3 Appointment of experts:


Contractor has to appoint following experts on the work with the approval of the engineer.
Provision of appointment of experts is incidental to the work & no separate payment will be
made to the contractor.

i) Geotechnical Expert:
Geotechnical expert shall decide founding levels & SBC of strata of each foundation of flyover
& its approaches and approve each founding strata. The design of solid ramps by geo-
technical expert is included in the scope of the contract. He shall also oversee preparation &
Submission of sub-soil Investigation report.

ii) Structural Bridge Engineer:


Immediately after receipt of work order, the contractor shall send the proposal of appointment
of structural design engineer to the client. Minimum criteria for appointment shall be:-

a) He shall be qualified preferably M. Tech/M.E (Structures) with a minimum experience of 15


years in the field of structural designs.

b) He shall have designed at least one road bridge/ flyover/ ROB having viaduct length of more
than 400M and one curved span greater than 40 m.

c) Experience in design of pre-stressed superstructure for at least 3 bridges/ flyovers/ ROBs is


essential and Experience in design of structural steel superstructure at least one
Bridge/Flyover/ROB work.

d) The duties of structural engineer will be as under:

i) Within 15 days from the date of receipt of work order, he shall submit programme for
submission of detailed design & drawings to the engineer. The programme shall be
such that all designs of flyovers, Subway & Road pavement shall be submitted for
approval within 3 months from the date of work order.

ii) GAD for the proposed work shall be prepared by bridge structural engineer. GAD shall
be based on detailed topographical survey, geotechnical investigations & the same
shall be commensurate generally with GAD in the tender.

iii) The structural Engineer will prepare design basis report based on design criteria given
in the tender. The design basis report shall include general information of flyover,
salient features, loadings, combinations of loading, design parameters, material
specification codes, specifications etc.

iv) The detailed design calculations (Hard copy) in 2 sets & drawings in 4 sets shall be
submitted by the structural engineer to the engineer for initial approval. The engineer or
proof consultant appointed by the engineer will scrutinize the design/ drawings and
communicate his approval/ remarks within 15 days from receipt of hard copy of design/
drawings by him. The structural engineer shall comply the remarks and send the
modified corrected design/ drawings (10 copies) for final approval when initial approval
is already given.

v) Prepare design & drawings for temporary structure, staging, shuttering etc. & certify
that the erected shuttering and staging is as per his design.

vi) Prepare erection/ launching scheme including design calculation.

vii) Prepare Launching methodology/ method statements for construction of all


components of structures including temporary structures.
Bidder 010 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

viii) Prepare risk analysis statement at each stage of work.

ix) First unit of every component with similar design of the flyover shall be strictly checked
& certified by the bridge structural engineer. Other units shall be checked by the bridge
structural engineer during periodic visit. He shall make at least 2 site visits per month
and submit report to the Employer.

iii) Erection Expert:


The erection expert shall be a graduate bridge engineer with 15-20 years of experience in
field of launching of PSC girders, Structural steel works etc. He shall prepare detailed stage
wise methodology of erection & will get it approved. He shall be present during erection of all
the units.

iv) Safety Expert:


Appointment of safety engineer exclusively for this work is obligatory. He should have track
record of working as a safety expert at bridge/ flyover site at least for 5 years. He
shall visit the site at least once in a week and give report of his observations, suggestions to
the Employer.

v) Traffic Expert:
Traffic expert shall prepare traffic diversion plans and shall obtain approval of the Employer
and Traffic police.

4.1.2.4 Earth retaining structure for ramps:


RCC panels, RCC retaining walls, reinforcement earth retaining structure with granular filling
including friction slab & run on slab as shown in GAD. RCC retaining walls shall be provided
where RE walls are not feasible at no extra cost.

4.1.2.5 Traffic Diversion:


The construction work is to be done along E. E. Highway carrying heavy traffic. The
contractor has to provide barricading, traffic sign boards, blinkers etc as directed by the
Engineer.

4.1.2.6 Sub-Soil Investigation:


Contractor has to take trial bores at each foundation locations, retaining walls/ R. E. Walls
and cores are to be preserved in boxes and all required tests are to be conducted including
geotechnical report from the expert. The geotechnical investigations shall be completed
before submission of design & drawings for approval.

4.1.2.7 Foundations:
Pile foundations with minimum 6mm thick M. S. Liner through all types of strata up to required
refusal level including embedment as per specifications / design criteria.

4.1.2.8 Sub-structure:
Providing sub-structure of piers, abutments, returns as per design criteria with suitable
RCC caps. MMRDA logo shall be embossed on each pier cap on both the sides with
100% area in Reckli liners or equivalent to the shuttering.

Bidder 011 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.1.2.9 Approaches. REW, Crust on Ramp:

a. Providing Reinforced Earth retaining structure and earth work of approaches upto end
of Valley curves as shown in drawing for flyover.

b. Providing filter media behind concrete panel of R.E.W /Earth retaining structure.

c. Providing approach slab of Min. 3600mm in length of designed thickness.

d. Providing RCC Anti crash barrier, friction slab, run on slab as per Tender drawing

Providing minimum crust for ramp, approach for flyover


a) G. S. B. – 200 mm
b) W. M. M. with grade II metal – 250 mm
c) Dry Lean Concrete (DLC) – 150 mm
d) Pavement Quality Concrete (PQC) – 350 mm

Providing minimum wearing course over super structure.

a) Asphaltic Membrane (impervious layer on deck slab) - 3 mm thick


b) Dense Bituminous Macadam with minimum 4.5%
Bitumen content including tack coat - 59 mm thick

c) Mechanized Mastic asphalt - 25 mm thick.

4.1.2.10 Other appurtenances:.

Providing POT/PTFE bearings, pedestal for bearings, modular/ strip seal type
expansion joints, wearing course, road kerbs, anti crash barriers upto end of valley curve on
either sides, RES protection kerbs on either sides of flyover and upto valley curve as shown
in tender drawing. For bearings and expansion joints guarantee period shall be 10years from
the date of issue of completion certificate.

4.1.2.11 Blasting of rock:

Blasting of rock/boulders is not permitted due to heavy traffic and properties adjoining
the site.

4.1.2.12 Painting/ Anti-Corrosive treatment:

This shall be as per design criteria. Two coats of anti-carbonation paint including primer to
anti-crash barrier & kerb in black & yellow strips, anti- carbonation elastomeric paint in 2 coats
over primer to all exposed surface of Box girders, diaphragms, bottom of slab, RCC piers anti
crash barrier etc. Fusion bonded epoxy anti-corrosive treatment to reinforcement steel is
obligatory.

4.1.2.13 Electrical fittings & fixtures:

Lump sum cost includes provision of 100 dia. HDPE pipes in Anti crash barrier for passing
cables of electricity with suitable mild steel sleeves embedded in Anti crash barrier. All
electrical poles and fitting accessories, taking connection & commissioning electric
illumination as per the specifications shall be provided & executed within lump sum cost of
flyover.

Bidder 012 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.1.2.14 Site office & Furniture:

Contractor shall provide and maintain a furnished site office for the supervisory staff of the
Engineer. It shall have at least 100. Sqm. floor area Air – conditioned site office and shall
include electrical lights, fans, computer point including proper wiring, water supply, drainage,
toilets, tables, chairs, cupboards, telephone (Mobile phones) and shall be constructed at
location directed by the Engineer and maintained for a period upto 6 months beyond date of
completion as certified by Engineer. The site office with all services, furniture, fixtures shall be
property of the contractor. Land for site office, field laboratory etc. is not available with MMRDA
and could not be provided by employer. All Electric & Telephone / Mobile bills will be paid by
the contractor for entire period of contract and up to 6 month beyond completion of works and
both the Electric & Telephone connections will be obtained by him In addition to above are
exclusively furnished site measuring at least 25 sqm floor area for MMRDA staff and Engineer
shall also be provided with above mentioned similar provision.
.
Minimum furniture for site office shall be 6 Godrej make tables of size 0.9 m x 1.5 m, 6 chairs
and 3 Godrej cupboards of 1.92m height, three executive chairs, Ceiling fans & telephone
facility with partition for executive staff of PMC and MMRDA shall be provided by the
contractor. Two PC of configuration comprising (Processor – Intel i7 – 820 QM processor,
Ram – 8GB DDR-3 Ram,23” (1920 x 1080 pixels), 8GB DDR-3 Ram, 2TB Hard disk, DVD
writer, 6-in-1 memory card reader, WLAD 802.11 b/g/n Bluetooth, Wireless keyboard and
mouse, HDMI in / out support, USB, ESATA Ports, JBL speaker and colour desk Jet printer.
Two Nos of A-3 size ink jet colour printer shall also be provided with two years of warranty. No
separate payment shall be provided for the above as the above provisions are incidental to the
work.
Temporary structures such as godown, Air- conditioned site office, field laboratory, labour
camps etc. for proper execution of the project as also an office for the exclusive use of the
Employer, Engineer and the Engineer’s representative shall be constructed by the Contractor
at his own cost and as per the prevailing rules and regulations of the government and local
authority and after obtaining the permission of the concerned authorities. The Employer will not
provide any land for this purpose and the same will have to be arranged by the Contractor. The
temporary structures so constructed shall be dismantled and removed at the Contractor’s cost
within one month from the date of completion of the work. The Contractor shall also arrange an
A/C Vehicle at site for site visit, inspections by the Employer, Engineer and the Engineer’s
representative and shall be available till completion of the project. All vehicle expenses
including registration, Petrol/ Diesel, maintenance, insurance, Driver etc. shall be born by the
contractor. The contractor shall provide site staff one clerk, one computer operator and one
peon to the Employer and cost of salary and other expenses on this staff shall be borne by the
contractor.

Bidder 013 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.1.2.15 Work Plan:


The contractor has to prepare detailed work plan of the works taking into account the
milestones specified in the tender, availability of men, material, and machinery and shuttering
material with him and methodology of construction. A sequence of construction for Flyovers &
Subway work as per client’s requirement (as per Drg No. 848-CHHE-STG-PL-001 of Vol- IV)
for incorporating the same in the work programme shall be as follows

Sr Stage of Time Period


Proposed Works
No. Work (Months)

Construction of a 4-lane vehicular subway at Kamrajnagar


1 1-A 0 to 6 across E.E. Highway (at North of existing Garodia Nagar
subway).
Construction of Flyover No. 3: “A 2-Lane elevated arm from the
2 1-B 0 to 12 existing Chhedanagar flyover connecting SCLR up ramp along
service road of E. E. Highway”.
Construction of Flyover No. 1: “A 3- lane flyover in direction from
3 II 7 to 24
Sion to Thane parallel to the existing flyover”.
Construction of Flyover No. 2 : “A 2-Lane flyover in direction from
4 III 13 to 36
Mankhurd to Thane crossing the existing flyover at level 2”.

Note: Stage –II work shall be started only after completion of Stage I-A work.

4.1.2.16 Other features like traffic control and safety, environmental requirements, problem related
with utility services, public awareness and relationship, clearance from statutory
authorities. Contactor has to control the traffic by providing barricading of work area,
regulate the traffic by engaging guide man, security guards and Marshal to guide and
control the flow of traffic.No separate payment will be made for traffic control &
regulation as same is incidental to work and included in lump-sum cost.

4.1.2.17 Raw materials for construction purposes:


The contractor has to look for sources for procurement of suitable materials for the
construction and shall be accounted for in his quoted price.

4.1.2.18 Casting Yard:


The contractor has to make his own arrangements for construction of casting yards. No
separate payment will be made for casting yard. No land will be arranged /made available
by MMRDA.

4.1.2.19 Schedule of Handing Over.


The site for construction will be handed over to the contractor in phase manner as per
work program as soon as the work order is issued and made clear by local authority.

4.1.2.20 Specific conditions of maintenance.


The defects are to be attended to as soon as information is received from employer,
MMRDA/Consultants by the contractor. If contractor has not attended to the defects
within a period of 15 days as decided by Engineer/owner, the same shall be got done
by the owner at the risk and cost of the contractor without further notice.

Defects in electrical work due to any reason for poles, electric fitting, cables, and all other
accessories like DP boxes, transformer etc., and other equipments/ installations in work
for entire Defect Notification period shall be maintained and repaired / replaced immediately
without any extra cost. No payment will be made by employer for repair / replacement of
Bidder 014 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

electrification work as it is included in lump-sum cost works and individual items of Lumpsum
contract on Bidders own designs.
Defects in electrical work due to any reason including accidents, natural calamities etc for
poles, electric fitting, cables, and all other accessories like DP boxes, transformer etc., and
other equipments / installation in work for entire contract shall be repaired /replaced
immediately. The maximum incidents of such rectification repair and replacement shall be 3
times for each individual component /item /portion of work during defect notification period
without any cost. No payment will be made by employer for repair replacement of
electrification work as it is included in lump-sum cost for works and individual items of
Lumpsum contract on Bidders own designs.

4.1.3 SPECIFIC CONDITIONS FOR FLYOVER WORKS (LUMPSUMP WORKS)

FOR PART-A DESIGN & CONSTRUCTION OF FLYOVER NO.1: “A 3- LANE FLYOVER


IN DIRECTION FROM SION TO THANE PARALLEL TO THE EXISTING FLYOVER”.
Work is to be executed on “Lump sum basis” as specified in the contract and summarized
below for convenience but not limited to

4.1.3.1 Design & construction of 3-lane flyover in direction from Sion to Thane parallel to the existing
flyover of length 680m comprising of part viaduct of PSC Box Girder Superstructure of total
length of 357.50m between the face of dirt walls of which length of 55.50 m. of viaduct
superstructure (Obligatory Span) shall be Steel Girder Super structure. There is option for
constructing viaduct spans on either sides of the obligatory span either in precast prestressed
concrete segment with launching from the top or in structural steel girders. Deck width of
12.00m wide (11.00m + 2 x 0.50 m ANTI CRASH BARRIER). Span arrangement to be same
so as to get pier in front of existing pier. The work also includes pile foundations, substructures,
superstructure, anti crash barrier, solid approach ramps upto end of valley curves on both
sides to be included in lump-sum cost. The work also includes demolition of existing Vehicular
Subway at Garodia nagar (on West side) including disposal of demolished & excavated
materials. The retaining wall of solid approach on the west of Sion side shall be constructed in
RCC which will be common for both for flyover as well as proposed Vehicular underpass of
Phase-II works. The foundation raft of RCC retaining wall and foundation raft of vehicular
subway (Phase-II work) shall be common. Provision of dowels bars shall be made for raft of
vehicular subway of Phase-II work. The dowels shall be protected with an M-10 concrete.

4.1.3.2 Road Top Level:


The existing chhedanagar junction is to be improved which is likely to raise the RTL of the
existing junction; however the vertical clearance at junction and gradients of the proposed
flyover is to be maintained same as that of the existing chhedanagar flyover.

4.1.3.3 Width & cross section of flyover:


The width of flyover and ramps and requirements of carriage way and roadway particulars
shall be as indicated in GAD. These are obligatory requirements.

4.1.3.4 Length of flyover:


The Minimum length of viaduct of flyover is 413 m between inner faces of dirt walls and is
obligatory.

4.1.3.5 Camber & Longitudinal grade:


Minimum camber to be provided to the carriage way shall be as per tender drawings. The
longitudinal grade shall not be steeper than that shown in tender drawings.

Bidder 015 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.1.3.6 Superstructure:
Providing cast-in-situ pre-stressed box girder/precast segment superstructure for viaduct
portion of which length of 55.50 m. of viaduct superstructure (Obligatory Span ST P-4 to ST P-
5) shall be Steel Girder Super structure as shown in the tender drawing. Box girder shall be
cast in situ/ precast segmental, cast in casting yard & launched to position with a suitable
launching system which shall be got approved from MMRDA. Centering from bottom is
permitted with vertical clearance of 4.50m and openings for movement of traffic in obligatory
span as per directions of Traffic Dept.

4.1.3.6 Approaches. REW, Crust on Ramp:

a. Providing RCC Retaining wall on West side of South approach & Reinforced earth
structure on East side of South approach and earth work of approaches upto end of
Valley curves as shown in drawing for flyover.

b. Providing filter media behind concrete panel of R.E.W/ Retaining structure.

c. Providing RCC Anti crash barrier, friction slab, run on slab as per Tender drawing.

PART-B. DESIGN & CONSTRUCTION OF FLYOVER NO. 2 : “A 2 LANE FLYOVER AT


LEVEL-2 IN DIRECTION FROM MANKHURD TO THANE”.

4.1.4 The scope of Part-B work is to be executed on “Lump sum basis” on Bidders own design
as specified in the contract and summarized below for convenience but shall not be
limited to:-

4.1.4.1 Design & construction of flyover in direction from Mankhurd to Thane length 1291.33 m,
comprising of viaduct of steel/ PSC superstructure of length 960.487.m between faces of dirt
walls. The flyover shall be 8.50m wide (2-lane carriage way). The work includes pile
foundations, substructure, superstructure, ant-crash barrier, solid ramps upto end of valley
curves on both sides of flyover to be included in lump sum cost. A Somaiya Nalla crosses
this alignment. The bidder has to make a proposal so as to cross the Nalla without disturbing
the structure at lower level.

4.1.4.2 Substructure
Provision of Portal pier is mandatory for spans from MT-18 to MT-28 i.e. on west side
Service road. Provision of Pier protection is mandatory for spans from MT-12 to MT-31 i.e.
GMLR & on west side Service road. Construction & Gardening of Median of GMLR is
mandatory as shown in GAD.

4.1.4.3 Superstructure
Provision of steel girders for 7 obligatory spans from MT-12 to MT-19 and other spans can
be in precast PSC-I girders with R.C.C Deck Slab. Steel plate girders can be fabricated in a
fabrication plant, transported on site and launched to position with a suitable launching
system which shall be got approved from employer. Widening of Deck slab in curve portion
shall be done as per relevant IS/IRC codes at no cost to the employer. Continuous 3/4 span
units for superstructure shall be considered to reduce numbers of expansion joints.
Contractor can opt for a better arrangement if he so desires.

Bidder 016 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.1.4.4 Road Top Level.


While finalizing RTL of the flyover in direction from Mankhurd to Thane (Level-2), the
minimum vertical clearance should be 5.50m from the RTL of the existing chhedanagar
flyover.

4.1.4.5 Width & cross section of flyover.


The width of the flyover and requirements of carriageway and road particulars shall be as
indicated in the GAD. These are obligatory requirements.

4.1.4.6 Length of flyover.


The minimum length of viaduct is 960.487 metre between inner faces of dirt walls and is
obligatory as shown on GAD.

4.1.4.7 Camber & Longitudinal grade


Minimum camber to be provided to the carriageway shall be as per employer’s drawings.
The Longitudinal grade shall not be steeper than that shown on employer drawings.

4.1.4.8 Electrical fittings and fixtures.

Installation 4 Nos. of High Mast at the locations approved from competent authority of
MMRDA/MCGM/ PMC/ Reliance Energy.

PART- C: DESIGN AND CONSTRUCTION OF FLYOVER NO. 3: “A 2 LANE ELEVATED


ARM FROM EXISTING FLYOVER CONNECTING UP-RAMP OF SCLR”.

4.1.5 The scope of Part C work is to be executed on “Lump sum basis on bidders own design, is
specified in the contract and summarized below for convenience but shall not be limited to:

4.1.5.1 Design & construction of elevated arm of 638.00m length with width 8.50m (7.50m carriage
way + 2 x 0.50m ANTI CRASH BARRIER). The work includes pile foundation, substructures,
and superstructures, anti crash barriers, Electrification on lump sum cost.

4.1.5.2 Substructure
Provision of Pier protection is mandatory for piers SC-P1,SC-P13,SC-P 14 & SC-P29 .

4.1.5.3 Superstructure
Provision of structural steel girders for obligatory span (SC-P13 to SC-P14) of 45M for traffic
from Mankhurd to Sion and two end spans of 26.50M each (SC-P27 to SC-P29) as per
employers GAD is obligatory and other spans can be in precast PSC-I girders with R.C.C
Deck Slab. Steel plate girders can be fabricated in a fabrication plant, transported on site and
launched to position with a suitable launching system which shall be got approved from
employer. Continuous 3/4 span units for superstructure shall be considered to reduce
numbers of expansion joints. Contractor can opt for a better arrangement if he so desires.
Gardening of Deck on Both ends is mandatory as shown in GAD.

4.1.5.4 Road Top Level


While finalizing the RTL of elevated arm, the minimum vertical clearance should be 5.50m at
the obligatory span from where traffic from Mankhurd will traverse towards Sion. Min. Vertical
clearance on East side service road from SC-P19 to SC-P29 shall be maintained as shown
in tender drawings.

Bidder 017 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.1.5.5 Width & cross section of elevated arm.


The width of elevated arm, requirement of carriageway and road particulars shall be as
indicated in the GAD these are obligatory requirements.

4.1.5.6 Length of elevated arm.


The minimum length of elevated arm is 637.55m between the existing flyover and up arm of
SCLR and is obligatory as shown on drawing.

4.1.5.7 Camber & Longitudinal grade


Minimum camber to be provided to the carriageway shall be as per employer’s drawings.
The Longitudinal grade shall not be steeper than that shown on employer drawings.

4.1.5.8 Merging & Demerging of Elevated Arm.


Part cantilever slab of the existing SCLR Up ramp shall be demolished as per structural
design for merging of elevated arm, the existing slab be checked for Axle load of 20T and
impact. Cantilever slab portion of the existing Chhedanagar flyover shall be strengthened.

PART-D: DESIGN & CONSTRUCTION OF A 4-LANE VEHICULAR SUBWAY AT


KAMRAJNAGAR ACROSS E.E. HIGHWAY (AT NORTH OF EXISTING GARODIA
NAGAR VEHICULAR SUBWAY).

4.1.6 The scope of Part-D work is to be executed on “Lump sum basis” on bidders own design,
as specified in the contract and summarized below for convenience but shall not be
limited to:-

4.1.6.1 This is a priority work. Design & construction of a 4-lane vehicular subway at
Kamrajnagar across E.E. Highway (at North of existing Garodia Nagar vehicular subway).

The location of proposed subway is between existing FOB and Existing Pedestrain subway
at Ramabai nagar across EE highway and the same is tentative.

The work of construction of vehicular subway shall be taken up on priority basis and
completed within stipulated Milestone-I.

The work includes pile/raft foundations, substructure, superstructure, ant-crash barrier,


solid ramps upto end of valley curves on both sides of subway.

Since the construction work is to be done in phases over EEH, construction of two
sacrificial RES/RCC walls is to be done along the entire length of the subway parallel to EE
Highway. RTL at both ends of the ramp shall be matched with the existing Eastern Express
Highway with DBM & Mechanized Mastic and the same shall be part of Lumpsum
work/cost on Bidders own designs.

For vehicular cell openings of the subway, the contractor has to adopt either precast C.C.
arch or structural steel arch construction technique/ Cast-in-Situ or any other equivalent
technique which will effectively help in completing the subway in 6 months.

If contractor submits any innovative design for subway the same shall be got approved from
IIT- Bombay/ VJTI or as directed by the Engineer in addition to the proof checking by the
consultants appointed by MMRDA. The cost of additional proof checking shall be borne by
the contractor.

Bidder 018 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.1.6.2 Road Top Level.


While finalizing RTL of the cell openings of Vehicular subway, the minimum vertical
clearance should be 3.75 m from the highest RTL of the existing service roads on either side.

4.1.6.3 Width & cross section of Vehicular Subway.

The length & width of the cell openings of Vehicular subway shall be minimum 24.778 m x
37.20 m with two independent carriageway of 7.50 m wide and footpath of 2.0 m on either
side. Other particulars shall be as indicated in the GAD. These are obligatory requirements.

4.1.6.4 Approaches of Vehicular Subway.


The overall minimum length of subway including Ramps is 410 metre and is obligatory. The
approach above & the opening below for Vehicles shall be improved in Rigid Pavement as
shown on GAD.

4.1.6.5 Camber & Longitudinal grade.


Minimum camber to be provided to the carriageway shall be as per GAD. The Longitudinal
grade shall not be steeper than that shown on GAD.

4.1.6.6 Providing Height Gauges.

Height gauges as per the details shown in the drawing to be provided on both sides of the
subway along service roads covering entire width of the subway.

4.1.6.7 Electrical fittings and fixtures.

Providing lighting arrangements within and above the subway as approved from competent
authority of MMRDA/MCGM/ PMC/ Reliance Energy.

Bidder 019 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

PART-E: SCOPE OF ROAD WORK (SLIP ROAD, SERVICE ROAD ETC).

4.2 General
Work is to be executed on “Lumpsum basis on Bidders own designs.” as specified in the
contract and summarized below for convenience but not limited to

i) Construction of road with New Crust in Flexible Pavement.

a) Construction/Improvement of service road form Amar Mahal Junction upto the end of existing
Amarmahal flyover of E.E. Highway on the west.

The service road from Amar Mahal Junction upto the end of existing Amar Mahal flyover
shown as AA’ in GAD for Roadwork (Drg.No.848-CHHE-ROADPLAN-001) is not developed. It
is proposed to construct it in a flexible pavement. It is proposed to excavate the existing road to
the required depth and provide minimum road crust of 250 mm GSB, 200mm WMM, 75mm
DBM and 40 mm thick BC. The length of service road from Amar Mahal junction upto the end
of existing Amar Mahal flyover is about 250 m & avg. width is 7.00 m. The contractor should
maintain this road during project construction period as well as during DNP of 24 months. A
typical cross section for this road showing minimum required road crust is shown in drawing
No. Drg.No.848-CHHE-ROADCS-001.of Vol- IV. The contractor is required to design
pavement section and offer lump sum cost for improvement of service road from Amar Mahal
Junction upto the end of existing Amarmahal flyover of E.E. Highway on the west in financial
bid form. The scope includes collection of data and design thereof as per IRC-37-2012.

b) Construction of Diversion Road on West Side of Service road upto Chhedanagar Junction.

It is proposed to construct a new diversion road shown as BB’ in GAD for Roadwork
(Drg.No.848-CHHE-ROADPLAN-001) on the West side of service road from Chheda Nagar
Police station upto Chheda Nagar Junction. This road will be useful as a diversion road during
construction of flyover no. 1 i.e. 3 Lane flyover from Sion to Thane. The land under this road
belongs to the Collector and MMRDA is yet to get possession of this land from the Collector.
The alignment of proposed diversion road is along low lying area. As per employer
geotechnical investigations the subsoil strata is very weak and same is required to be
strengthen/improved to sustain the projected design traffic by suitable ground improvement. It
is proposed to provide Ground improvement work, earth work in embankment and Subgrade to
the required level and then providing minimum crust of 250mm GSB, 200 mm WMM, 75 mm
DBM and 40 mm B.C. The length of Diversion road is about 300 m and avg width is 10.0 m
The RTL of the proposed diversion road shall be matching with the adjoining service road level
and the contractor should maintain this road during project construction period and DNP of 24
months. A typical cross section for this road showing minimum required road crust is shown in
drawing No. Drg.No.848-CHHE-ROADCS-001 of Vol- IV. The contractor is required to design
pavement section and offer lump sum cost for improvement of Diversion Road on West Side of
Service road upto Chhedanagar Junction on the west in financial bid form. The scope includes
collection of data and design thereof as per IRC-37-2012.

c) Construction/Improvement of service road of E.E Highway on West side from Garodia Nagar
Road to Ramabai Nagar Road Junction.

The service road shown as CC’ in GAD for Roadwork (Drg.No.848-CHHE-ROADPLAN-001)


from E.E Highway on West side from Garodia Nagar Road to Ramabai Nagar Road Junction is
proposed to be constructed in a flexible pavement including construction of Drain & footpath. It
is proposed to excavate the existing road to the required depth and provide minimum road
crust of 250 mm GSB, 200mm WMM, 75mm DBM and 40 mm thick BC. The length of service

Bidder 020 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

road from Garodia Nagar Road to Ramabai Nagar Road Junction is about 700 m & avg. width
is 7.00 m. The contractor should maintain both these roads during project construction period
as well as during DNP of 24 months. A typical cross section for this road showing minimum
required road crust is shown in drawing No.Drg.No.848-CHHE-ROADCS-001 of Vol- IV. The
contractor is required to design pavement section and offer lump sum cost for improvement of
service road of E.E Highway on West side from Garodia Nagar Road to Ramabai Nagar Road
Junction in financial bid form. The scope includes collection of data and design thereof as per
IRC-37-2012.

d) Construction/Improvement (Post Construction) of service road & side drains below proposed
Chhednagar –SCLR flyover.

The service road of E.E Highway shown as DD’ in GAD for Roadwork (Drg.No.848-CHHE-
ROADPLAN-001) on East side below proposed Chhednagar –SCLR connector is proposed to
be constructed in a flexible pavement (Post Construction) including construction of Drain &
footpath. This road stretch shall be taken up only after completion (Post Construction) of
Chhednagar –SCLR connector. It is proposed to excavate the existing road to the required
depth and provide minimum road crust of 250 mm GSB, 200mm WMM, 75mm DBM and 40
mm thick BC. The length of service road from Chhednagar –SCLR connector is about 800 m &
avg. width is 7.50 m. The contractor should maintain this road during project construction
period as well as during DNP of 24 months. A typical cross section for this road showing
minimum required road crust is shown in drawing No. Drg.No.848-CHHE-ROADCS-001 of Vol-
IV. The contractor is required to design pavement section and offer lump sum cost for
improvement of (Post Construction) of service road & side drains below proposed Chhednagar
–SCLR connector in financial bid form. . The scope includes collection of data and design
thereof as per IRC-37-2012.

ii) Construction of Slip Road in Rigid Pavement.

a) Construction of slip road in Rigid Pavement from Amar Mahal Junction upto the end of existing
Amarmahal flyover of E.E. Highway on the west.

The West side slip road of the existing flyover on the North of Amar Mahal junction, shown as
EE’ in GAD for Roadwork (Drg.No.848-CHHE-ROADPLAN-001) gets damaged during every
monsoon. Even though it is repaired, it gets damaged shortly. It is therefore proposed to
construct this slip road from Amar Mahal junction to the end of existing Amarmahal flyover in
RIGID PAVEMENT. It is proposed to divert the traffic along service road during construction of
this slip road in RIGID PAVEMENT. It is proposed to excavate the existing road to the required
level, provide minimum crust of 250mm GSB layer, 200mm WMM layer, 150 mm DLC and 300
mm pavement Quality Concrete in M – 40 concrete. The length of service road from Amar
Mahal junction upto the end of existing Amar Mahal flyover is about 250 m & avg. width is 5.50
m. The contractor should maintain this road during project construction period as well as during
DNP of 60 months (5 years). A typical cross section for this road showing minimum required
road crust is shown in drawing No. Drg.No.848-CHHE-ROADCS-001 of Vol- IV. The contractor
is required to design pavement section and offer lump sum cost for improvement of slip road in
RIGID PAVEMENT from Amar Mahal Junction upto the end of existing Amarmahal flyover of
E.E. Highway on the west in financial bid form. The scope includes collection of data and
design thereof as per IRC-58-2015. The scope also include recasting of all existing C.C.
Panels damaged (within project corridor) during construction period.

Bidder 021 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

iii) Improvement of Slip/Service roads by Over Laying.

a) Improvement of service road & side drains on the west of E. E. Highway from end of existing
Amarmahal flyover upto Garodia Nagar Road.
The Two-lane service road shown as FF’ in GAD for Roadwork (Drg.No.848-CHHE-
ROADPLAN-001) on the west side of EEH from end of existing Amarmahal flyover upto
Garodia Nagar Road is proposed to be improved by bituminous overlay. The overlay surface
will be of bituminous and it is to be improved by milling the existing road surface by 75 mm and
providing Min. 75mm DBM over laid by 40mm thick BC. The work also includes demolishing
the existing drain & footpath and construction of both sides RCC drains, with footpaths. The
length of service road from end of existing Amarmahal flyover upto Garodia Nagar Road is
about 550 m & avg. width is 7.0 m. .The contractor should maintain these roads during project
construction period as well as during DNP of 24 months. A typical cross section for this road
showing minimum required road crust is shown in drawing No. Drg.No.848-CHHE-ROADCS-
001 of Vol- IV The contractor is required to design pavement section and offer lump sum cost
for improvement of service road & side drains on the west of E. E. Highway form end of
existing Amarmahal flyover upto Garodia Nagar Road in financial bid form. The scope includes
collection of data and design thereof as per IRC-81.

b) Improvement of service road of E.E Highway on East side from Garodia Nagar Road to
Ramabai Nagar Road Junction.
The Two-lane service road shown as GG’ in GAD for Roadwork (Drg.No.848-CHHE-
ROADPLAN-001) on the east side of EEH from Garodia Nagar Road to Ramabai Nagar Road
Junction is proposed to be improved by bituminous overlay. The overlay surface will be of
bituminous and it is to be improved by milling the existing road surface by 75 mm and providing
Min. 75mm DBM over laid by 40mm thick BC. The length of service road from from Garodia
Nagar Road to Ramabai Nagar Road Junction is about 550 m & avg. width is 7.0 m. The
contractor should maintain this road during project construction period as well as during DNP
of 24 months. A typical cross section for this road showing minimum required road crust is
shown in drawing No. Drg.No.848-CHHE-ROADCS-001 of Vol- IV The contractor is required to
design pavement section and offer lump sum cost for improvement of service road of E.E
Highway on East side from Garodia Nagar Road to Ramabai Nagar Road Junction in financial
bid form. The scope includes collection of data and design thereof as per IRC-81.

c) Improvement (Pre Construction) of service road below proposed Chhednagar –SCLR


connector.
The service road of E.E Highway shown as HH’ in GAD for Roadwork (Drg.No.848-CHHE-
ROADPLAN-001) on East side below proposed Chhednagar –SCLR connector is proposed to
be improved by bituminous overlay (Pre Construction).This road stretch shall be taken up
before construction (Pre Construction) of Chhednagar –SCLR connector. The overlay surface
will be of bituminous and it is to be improved by milling the existing road surface by 75 mm and
providing Min. 75mm DBM over laid by 40mm thick BC. The length of service road is about
800 m & avg. width is 7.0 m. The contractor should maintain this road during project
construction period as well as during DNP of 24 months. A typical cross section for this road
showing minimum required road crust is is shown in drawing No.Drg.No.848-CHHE-ROADCS-
001 of Vol- IV The contractor is required to design pavement section and offer lump sum cost
for improvement (Pre Construction) of service road below proposed Chhednagar –SCLR
connector in financial bid form. The scope includes collection of data and design thereof as per
IRC-81.

Bidder 022 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

iv) Improvement of Junction in Mechanised Mastic Asphalt.

a) Improvement of Chheda nagar Junction in Mastic Asphalt

It is proposed to improve existing Chheda nagar junction which is at present in paver


blocks/Asphalt in mechanised mastic. The area of junction to be improved is about 7000
Sqm. The work involves removal of existing paver blocks, excavation / milling to the required
grade and level, providing minimum 75 mm DBM with Primer,Tack coat and overlaid with
25mm thick mechanised mastic. The level and grade of the junction should be adjusted in such
a way that minimum headroom/Vertical clearance of 5.50 m obtained below Chhedanagar
junction. The contractor is required to design pavement section and offer lump sum cost for
Improvement of Chheda nagar Junction in Mechanised Mastic Asphalt in financial bid form.
The scope includes collection of data and design. The contractor should maintain this Junction
during project construction period as well as during DNP of 24 months
Over and above, the scope also includes overlaying 18000 Sqm. area of Eastern express
Highway main carriageways ( North + South) with 75 mm Milling+ Tackcoat + 75 mm DBM +
40 mm thick BC.
4.3 Summary of activities included in Lumpsum cost for Road work.

For the sake of convenience some of the activities are summarised as below;-

i) Installation of a steel barricade.


ii) Deployment of Traffic Wardens.
iii) Milling of existing Asphaltic surface by using milling machine including transportation of
milled material including all lead lifts etc complete.
iv) Excavation for drain foundation, and roadway in soft rock, water bound macadam,
wet mix macadam, asphalt mix wearing coat of any type including shoring and etc.
complete.
v) Levelling, watering & rolling the excavated road surface by vibratory roller
vi) Providing earthwork in embankment and in Subgrade of min.500 mm thick for road
with approved materials
vii) Providing Ground improvement work.
viii) Providing granular subbase course.
ix) Providing wet mix macadam.
x) Providing Dry Lean Concrete (Grade M-10).
xi) Providing and applying Primer Coat with bitumen of VG-10 grade at the rate of 0.60
Kg. per Sq.mt. over the prepared bituminous / granular surface.
xii) Providing and applying Tack Coat at the rate of 0.30 Kg. per Sq.mt. over the prepared
bituminous / granular surface.
xiii) Providing and laying 75 mm thick Dense bituminous macadam with bituminous
binder VG-30 (60/70 grade) @ 4.50 % by weight of total.
xiv) P/L premix hot mix Bituminous concrete 40 mm thick with 5.80 % of 30/40 grade
bitumen
xv) Providing pavement quality concrete of M40 including polypropylene fibers, 40 GSM
waterproof paper, fixing M.S. dowel bars of 32mm dia with polythene pipe and mild
steel in tie bars, fixing in position premoulded ashphalt filler12 mm.thick, Cutting of
construction , dummy, transverse, and longitudinal joints, placing 5mm thick
thermocole in dummy & construction joints, Dressing & Sealing of dummy / transverse,
longitudinal & expansion joints with hot rubberised sealing compound and constructing
cement vatas.

Bidder 023 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

xvi) Providing M-15 grade concrete (R.M.C.) for pipe /utilities encasing, drain, cross drain
PCC etc.
xvii) Providing in situ RCC M20 grade (RMC) for side drains rafts, side drains walls, top
slabs.
xviii) Providing in situ RCC M25 grade (RMC) for cross drain side drains rafts walls, top
slabs.
xix) Providing & Cutting bending hooking laying in position and tying Fusion bonded epoxy
HYSD/TOR steel bars for all diameters of reinforcement as per detail drawing for RCC
work.
xx) Providing in situ RCC M35 grade (RMC) for side drains rafts, walls, top slabs
xxi) Providing & laying R.C.C. runner beam in M-40 of size 23cm. x 30cm.
xxii) Demolishing existing masonary,structures,(above & below GL).
xxiii) Removing existing Electric pole,Overhead Gantry,Boards etc.in roadway.
xxiv) Demolishing Reinforced or pavement grade concrete M-20 & above by using modern
machinery (poclain with rock breaker,etc.
xxv) P/L 200 mm dia. R.C.C. hume pipes, NP2 class for drain inlet.
xxvi) Providing and laying IS CC pipes of NP-2 class of 300 mm dia for Ducts.
xxvii) Dewatering by Pump.
xxviii) Removing existing water tables.
xxix) Providing and fixing of CC Water Tables size: 600 x 300 x 80mm, M-40 grade.
xxx) Removing existing kerb stones/Paver blocks.
xxxi) Providing & Fixing 60 mm thick lacquer coated interlocking concrete paver for
footpath
xxxii) Providing and fixing of cement concrete Kerb Stone of size: 500mm width x 325 height
x 165mm thick with one coat of primer and two coats of 1st grade road marking paint in
the yellow/white/black or any shade.
xxxvii. Providing & applying road marking, Arrows, Rumblers, Zebra crossing etc. using
thermoplastic road marking in white / yellow colour with primer coat (Tack coat) on
Asphalt/CC road surface.
xxxiii) Preparing detail drawings and providing Road signage’s boards viz: Mandatory,
Cautionary, Informatory boards, Cat eyes @ 5m c/c, and Bollards etc. for each
roadwork. The drawing for the same shall be got approved from the Engineer/PMC
xxxiv) Removing, Cutting Supplying, providing laying and jointing of existing service
connections lines including cutting of the existing GI pipe line. For 25,32,40,50,65 mm
dia.
xxxv) Maintenance of EEH by overlaying during entire work period of the package as a
whole.
xxxvi) Supplying and fixing 0.90m x 0.45m internal size rectangular D.I. airtight hinged type
(Fibre) cover and frame (weighing minimum 160 kg.)
xxxvii) Providing & fixing 0.60m X 0.50m internal size of rectangular composite resin gully
grating and frame.
xxxviii) Providing and laying M-35 RCC concrete for Gantry foundations-12 Nos
xxxix) Fabricating, supplying and erecting overhead gantry -6 Nos, steel galvanised
structures of 20.5 m span and min. clear height of 6.5 m. using high tensile polygonal
poles MS channels/ flats/ plates/ bolts etc complete.
xl) Providing and fixing pre-cast Central Median divider of R.M.C.M-25 C.C. on Road.
xli) Providing weep holes in Brick masonry/Plain /Reinforced concrete abutment, wing
wall/return wall with 100 mm dia PVC/ AC pipe.
xlii) Removing the paver blocks of any thickness, size & colour from carriage way or
footpath & transporting the same.
xliii) Overlaying of EEH ( North & South ) carriageways for 18000 sqm of area .

Bidder 024 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.4 Design parameters and Design Elements (Summarized).

The flyovers and the Vehicular Subway have been proposed considering their need and
importance for future traffic demand. Due consideration will have also to be given to the
anticipated surrounding development along these links with due weightage for land,
social, environment, aesthetic & economic issues. Standards for design of various
components and for the flyover and Vehicular Subway have been developed
accordingly.

PART-A DESIGN & CONSTRUCTION OF FLYOVER NO. 1: “A 3- LANE FLYOVER IN


DIRECTION FROM SION TO THANE PARALLEL TO THE EXISTING FLYOVER”.

 Total minimum length of flyover : 680 m.


 Total length of viaduct : 413 m.
 Obligatory span (In structural steel) at Chheda Nagar : 55.50 m.
Junction
 Min. Clear carriageway width 3 lane i.e 11m
 Min. Width of viaduct (3 lane + 2 x 0.50m Anti crash : 12 m.
barrier)
 Min. Vertical clearance at obligatory spans across : 5.50m from RTL
road crossing
 Run on slab : RCC Min. 2.50m
 Approaches : RES with RCC Panels Min.
180 mm thick + RCC
retaining walls on west side
 Min. Crust on Approach : Refer Clause No. 4.1.2.10

PART-B. DESIGN & CONSTRUCTION OF FLYOVER NO. 2: “A 2- LANE FLYOVER AT LEVEL-


2 IN DIRECTION FROM MANKHURD TO THANE”.

 Total minimum length of flyover : 1291.00 m.


 Total length of Viaduct : 960.487 m.
 Obligatory spans (In structural steel) at Chheda : 37.50 m +40.00m +40.00m+,
53.00m+61.00 m+40.00m
Nagar Junction
& 35.00m
 Min. Clear carriageway width : 2 lane i.e 7.50m
 Width of viaduct (2 lane + 2 x 0.50 m Anti crash : 8.50 m.
barrier)
 Min. Vertical clearance at obligatory spans across : 5.50m from existing Flyover
road crossing RTL
 Run on slab : RCC Min. 2.50m
 Approaches : RCC Panels Min. 180 mm
thick
 Min. Crust on Approach : Refer Clause No. 4.1.2.10

Bidder 025 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

PART C. DESIGN AND CONSTRUCTION OF FLYOVER NO. 3: “A 2- LANE ELEVATED ARM


FROM EXISTING FLYOVER CONNECTING UP-RAMP OF SCLR”

 Total length of arm : 638.00m.


 Obligatory span (In structural steel) : 45.00m.
 Min. Clear carriageway width : 2 lane i.e 7.50m
 Width of elevated arm (2 lane + 2 x 0.50m Anti : 8.50 m.
Crash Barrier)
 Min. Vertical clearance at obligatory spans across : 5.50m from RTL
road crossing in structural steel

PART D: DESIGN & CONSTRUCTION OF A 4-LANE VEHICULAR SUBWAY AT


KAMRAJNAGAR ACROSS E.E. HIGHWAY (AT NORTH OF EXISTING GARODIA
NAGAR (VEHICULAR SUBWAY).

 Total minimum length of Vehicular Subway : 410 m.


 Min. Width of Subway on EEH : 37.20 m
 Min. Clear carriageway width : 2x 2 lane i.e 2 x 7.50m
 Min. Footpath Width : 2 x 2.0 m
 Min Median Width : 2.0 m
 Min. Vertical clearance opening : 3.75 m from service road
RTL
 Run on slab : RCC Min. 2.50m
 Approaches : RES with RCC Panels Min.
180 mm thick
 Min. Crust on Approach : Refer Clause No. 4.1.2.10

4.5 Electrification:
Electrification works of Flyovers, Elevated arm, Flyover Ramps,& Vehicular Subway shall be
as approved from competent authority of MMRDA/MCGM/ PMC/ Reliance Energy.
.

Bidder 026 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

SECTION- II
DESIGN DATA

Bidder 027 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

PART-A DESIGN & CONSTRUCTION OF FLYOVER NO-1: “A 3- LANE FLYOVER IN


DIRECTION FROM SION TO THANE PARALLEL TO THE EXISTING FLYOVER”.

Main carriageway & Ramps:-


1) Carriageway width : 11m
2) Seismic effects
a) Seismic Zone Zone III
b) Importance factor : 1.20
3) Design speed of vehicles : 80 kmph

4) Longitudinal Gradient : As shown in Tender Drawing.

5) Super elevation (max) : 4%

6) Exposure Condition : Severe

7) Temperature range : 12° to 42°

8) Minimum vertical clearance for traffic : Same as that of the existing chhedanagar flyover

9) Live Load : For 3 lanes 1 lane of IRC class 70R loading &
1 lane of IRC class A or 3 lanes of IRC class A
loading which ever produce worst effect.
10) Bearing type : POT/PTFE

11) Expansion Joints : Strip seal/ Modular type

12) Wearing course over Deck : 3mm Asphaltic membrane, + 59mm DBM
+25mm Mastic Asphalt.
13) Foundation Type : Pile foundations & open foundations (The min.
dia of piles shall be as per relevant IRC)
14) a) Founding Level of piles. : Avg 14m below GL at Thane side & Avg 11m
below GL at Sion Side excluding Socketing in
hard rock for a depth of minimum 1 dia. of pile
below these levels.

b) Open Foundation : Upto 4m below GL.


15) Camber for flyover : Min. 2.5%
16) Painting to Sub & Super structure

a) For Substructures, Super structure : Two coats each of 100 microns DFT (Total
(PSC Viaduct) & Ramps 200 microns) of Aliphatic Acrylate based
solvented waterproof, anti-fungal coating
system or any other equivalent coating system
as per latest SP 10 and as approved by the
Engineer

b) For Super structure (Structural Steel) : Acrylic Paint having thickness


Acrylic Aliphatic coat-75 microns
Epoxy MIO (Mid coat)-100 microns
Primer Coat of Zinc Silicate (Base coat)-
35 microns. as per latest IRC-24 and as
approved by the Engineer

Bidder 028 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

PART-B. DESIGN & CONSTRUCTION OF FLYOVER NO-2: “A 2- LANE FLYOVER AT LEVEL-


2 IN DIRECTION FROM MANKHURD TO THANE”.

Main carriageway & Ramps:-


1) Carriageway width : 7.50m

2) Seismic effects
a) Seismic Zone Zone III
b) Importance factor : 1.20
3) Design speed of vehicles : 60 kmph
4) Longitudinal Gradient : As shown in Tender Drawing.
5) Super elevation (max) : 4%
6) Exposure Condition : Severe
7) Temperature range : 12° to 42°
8) Minimum vertical clearance for traffic : 5.50m above RTL of existing flyover.
9) Live Load : 1 lane of IRC class 70R loading or 2 lanes
of IRC class A loading which ever produce
worst effect.
10) Bearing type : POT/PTFE
11) Expansion Joints : Strip seal/ Modular type
12) Wearing course over Deck : 3mm Asphaltic membrane, + 59mm DBM
+25mm Mastic Asphalt.
13) Foundation Type : Pile foundations & open foundations. (The
min. dia of piles shall be as per relevant IRC)

14) a) Founding Level of piles. : Avg 14m below GL at Thane Side and Avg
14m below GL on Mankhurd side excluding
Socketing in hard rock for a depth of
minimum 1 dia. of pile below these levels.

Upto 4m below GL.


b) Open Foundation :
15) Camber for flyover : Min. 2.5%

16) Painting to Sub & Super structure


Two coats each of 100 microns DFT (Total
a) For Substructures, Super structure : 200 microns) of Aliphatic Acrylate based
(PSC Viaduct) & Ramps solvented waterproof, anti-fungal coating
system or any other equivalent coating
system as per latest SP 10 and as approved
by the Engineer.

b) For Super structure (Structural Steel) : Acrylic Paint having thickness


Acrylic Aliphatic coat-75 microns
Epoxy MIO (Mid coat)-100 microns
Primer Coat of Zinc Silicate (Base coat)-
35 microns. as per latest IRC-24 and as
approved by the Engineer

Bidder 029 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

PART C. DESIGN AND CONSTRUCTION OF FLYOVER NO-3: “A 2- LANE ELEVATED ARM FROM
EXISTING FLYOVER CONNECTING UP-RAMP OF SCLR”.

Main carriageway
1) Carriageway width : 7.50m
2) Seismic effects
a) Seismic Zone Zone III
b) Importance factor : 1.20
3) Design speed of vehicles : 60 kmph
4) Super elevation (max) : 4%
5) Horizontal curves design speed : 60Kmph
6) Exposure Condition : Severe
7) Temperature range : 12° to 42°
8) Minimum vertical clearance for traffic : 5.50m from the RTL.
9) Live Load : 1 lane of IRC class 70R loading or 2 lanes
of IRC class A loading which ever produce
worst effect.
10) Bearing type : POT/PTFE
11) Expansion Joints : Strip seal/ Modular type
12) Wearing course : 3mm Asphaltic membrane, + 59mm DBM
+25mm Mastic Asphalt.
13) Foundation Type : Pile foundations & open foundations. (The min.
dia of piles shall be as per relevant IRC).

14) a) Founding Level of piles. : Avg 14m below GL on Thane side and Avg
11m below GL on Sion side excluding
Socketing in hard rock for a depth of
minimum 1 dia. of pile below these levels.
:
b) Open Foundation Upto 4m below GL.
15) Painting to Sub & Super structure

a) For Substructures, Super structure ( :


Viaduct) Two coats each of 100 microns DFT (Total
200 microns) of Aliphatic Acrylate based
solvented waterproof, anti-fungal coating
system or any other equivalent coating
system as per latest SP 10 and as approved
by the Engineer.

b) For Super structure (Structural : Acrylic Paint having thickness


Steel) Acrylic Aliphatic coat-75 microns
Epoxy MIO (Mid coat)-100 microns
Primer Coat of Zinc Silicate (Base coat)-
35 microns. as per latest IRC-24 and as
approved by the Engineer

Bidder 030 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

PART D: DESIGN & CONSTRUCTION OF A 4-LANE VEHICULAR SUBWAY AT


KAMRAJNAGAR ACROSS E.E. HIGHWAY (AT NORTH OF EXISTING GARODIA
NAGAR (VEHICULAR SUBWAY).

1) Carriageway width : 2x 7.50m


2) Seismic effects
a) Seismic Zone Zone III
b) Importance factor : 1.20
3) Design speed of vehicles on EEH : 80 kmph
4) Super elevation (max) : 4%
5) Horizontal curves design speed : 60Kmph
6) Exposure Condition : Severe
7) Temperature range : 12° to 42°
8) Minimum vertical clearance for traffic : 3.75 M from Service Road RTL
9) Live Load for Single carriageway : 2 lane of IRC class 70R loading +1 lane of IRC
class A or 5 lanes of IRC class A loading which
ever produce worst effect.

10) Expansion Joints : Strip seal/ Modular type


11) Wearing course on EEH. : PQC-M-40.
12) Foundation Type : Pile foundations / Open foundations. (The min.
dia of piles shall be as per relevant IRC).

13) a) Founding Level of piles. : Avg 14m below GL on Thane side excluding
Socketing in hard rock for a depth of minimum 1
dia. of pile below these levels.

:
b) Open Foundation Upto 4m below GL.

14) Painting to Sub & Super structure

a) For Substructures, Super structure : Two coats each of 100 microns DFT (Total
(Subway Box) & Ramps 200 microns) of Aliphatic Acrylate based
solvented waterproof, anti-fungal coating
system or any other equivalent coating
system as per latest SP 10 and as approved
by the Engineer.

Bidder 031 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

SECTION- III
DESIGN CRITERIA

Bidder 032 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

DESIGN CRITERIA FOR STRUCTURES

1.0 GENERAL REQUIREMENTS:


In order that the tenderer’s proposal qualifies for acceptance it shall generally fulfill the
following requirements:-
1.1 It shall ensure soundness of the structure, durability and architectural beauty as a
whole in harmony with the surroundings.
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. If called upon, tenderer
shall furnish any additional information necessary for appreciation and comparison with
other alternative proposals received from other tenderers.
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 tender.
1.5 The superstructure shall have minimum number of expansion joints for better riding
surface. The spacing of expansion joints shall not be closer than 80 m. except
obligatory span. The Expansion Joints shown in drawings (Vol-IV) except for Obligatory
spans are indicative. However, tender requirement for Expansion joints for spacing
more than 80m to be followed.

2.0 RESTRICTIONS ON TYPES OF STRUCTURES

The following types of structures /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 Abutment resting on approach embankments.
2.3 Superstructure with hinges / half joints / articulations and gap slabs.
2.4 R. C. C. superstructures with spans more than 20 m c/c of piers.
2.5 A design in which stability of one or more spans is endangered due to failure of some
other span or spans.
2.6 Spill through type abutment.
2.7 Transversely continuous wide deck resting on separate foundations.
2.8 Deck slab with transverse prestressing.
2.9 PCC footing supporting on RCC piers.
2.10 Hollow/Cellular Piers/Foundations.

Bidder 033 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

3.0 SPECIFICATIONS FOR DESIGN AND CODES TO BE FOLLOWED

3.1 The design of all structural components shall conform to the criteria laid down in the
latest edition of the codes of IRC / IS published up to one month prior to last date of
receipt of tender.
3.2 For any item not covered by (a) above, MoRTH specifications for road & bridge works
(Fifth Revision) published by IRC, New Delhi in 2013 along with subsequent
amendments on behalf of Govt. of India, Ministry of Surface Transport shall be used.
3.3 For items not covered by any of standards & specifications as stated above as well as
sound engineering practice, provision of relevant codes of other countries shall be
referred. However, in this regard, decision of the Engineer / Engineer’s Representative
shall be final & binding.

Order of precedence in case of conflicts


In case of conflicts between the different parts of the tender, the following order of precedence
shall prevail.
a) Scope, Deliverables & Design Criteria as specified in the Tender.
b) Tender Drawings.
c) Special conditions of contract.
d) General conditions of contract.
e) MoRTH / IRC specifications.
f) Standard codes of practice.

4.0 DESCRIPTION OF WORK AND OBLIGATORY PROVISIONS FOR PROPOSALS

4.1 The general arrangement of flyovers / Underpass shall be as indicated in the relevant
tender drawings.
4.2 All the structural elements shall be elegantly harmonized in respect of shapes, sizes,
lines & levels.
4.3 Abutments shall be located approximately at the same locations as shown in the
relevant tender drawing.
4.4 Single pier structure is mandatory except wherever otherwise shown in tender drawing.
4.5 Longitudinal gradients shall not be steeper than those shown in tender drawing.
4.6 Overall length of flyovers and viaducts shall not be less than that shown in tender
drawings.
4.7 Horizontal & Vertical clearance at obligatory locations shall be as per tender drawings.
4.8 The radius of curves as indicated in the design criteria / indicative drawings shall not be
less than that indicated for all viaduct structures.
4.9 Discontinuous kerbs shall be taken at least 15.0m beyond the centre of valley curve at
both ends.
4.10 Supplementary data for design shall be as per design data.

Bidder 034 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

4.11 Roadway particulars & carriageway widths shall be as per documents / tender
drawings.
4.12 The Vertical geometry of the finished surface of roads 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. The design of curves shall comply relevant IRC codes/ guidelines.
The design speed on curves shall be as stipulated in design data.

5.0 DESIGN LOADS


5.1 Live Loads
The live load shall be as per IRC 6-2014. In additional combination of IRC loading
along with congestion factor shall be considered. The congestion factor over design
axle load shall be taken as per Table – 3 of IRC 6-2014.
5.2 All structure shall be checked for additional relaying of wearing coat weight of 200
kg/sqm for the purpose of design.
5.3 Seismic Force
All structure shall be designed for appropriate seismic forces as per provisions of IRC
6:2014. Importance Factor (I) will be considered as 1.2 and damping as 5%.

6.0 FOUNDATIONS
6.1 The founding levels shown in relevant tender drawings are tentative & for guidelines of
contractor. The contractor shall ensure the strata by taking bores at each foundation
location. Price variation (Extra / Rebate) regarding change in founding level will be paid
to the contractor.
6.2 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 shall form part of
the contract. The cost of these test and interpretation of the results shall be included in
the tendered amount. No payment will be made separately for boring and testing of soil
or rock.
6.3 For bidding and for the purpose of tender drawing, general foundation levels proposed
for the piers & abutments shall not be higher than those proposed in the Departmental
Drawings. Where pier positions differ from the Departmental Drawings, the foundation
levels shall be interpolated for the purpose of this clause.
6.4 While checking the stresses at the base of foundations, it shall be ensured that under
worst combination of forces there are no uplift pressures except when founded on hard
rock.
6.5 The top of pile cap shall be at a depth of minimum 500mm below final ground / road
levels.
6.6 Only end bearing bored cast-in-situ piles drilled with rotary rig will be accepted.
6.7 Design with single row of piles per substructure shall not be accepted. Annular piles
filled or not filled shall not be permitted.
6.8 MS liner of 6mm thick (minimum) for piles shall be provided upto refusal level.

Bidder 035 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

6.9 Soil Properties


In absence of actual field data the properties of back fill shall be considered for design
purpose as below.
i) Dry Density of Soil – 1.80 T/Cum
ii) Saturated Density of Soil – 2.00 T/Cum
iii) Φ = 300, δ = 200
iv) C = 0

7.0 SUBSTRUCTURES
7.1 RCC solid piers which are aesthetically treated shall be accepted.
7.2 Scope for accessibility for inspection of bearings and arrangement for lifting of the
superstructure for future replacement of bearings shall be provided for in the design of
substructure and superstructure. The positions of flat jacks shall be distinctly marked
on the drawing.
7.3 Details of shape, finish, colour consistent for all flyovers / underpass shall be submitted
by the contractor in three different alternatives for approval of employer. Employer will
select one of them, with or without modifications which will be binding to the contractor
without any additional financial implications.
7.4 The height of pedestal shall not be more than 500mm including thickness of bearings.

8.0 SUPERSTRUCTURES
8.1 Deck slab thickness shall not be less than 240mm & not less than 200mm at the tip of
cantilever, irrespective of the provisions elsewhere. The cantilever projection of slab in
transverse direction shall be as per relevant IRC code, Continuity in Deck slab is
allowed, stage construction of deck slab is not allowed.
8.2 RCC Slab / Girder
i) The cross diaphragms shall be a minimum of one number at each support and at
ends of longitudinal cantilever if any.
ii) Finite element method of analysis shall be adopted for arriving at the design
forces in curved superstructure only.
.
8.3 Prestressed Concrete Girder & Slab/ Box Girder.
i) In the absence of rigorous analysis for torsional and distortional moments and
forces due to warping torsion at ends, the design live load moments and shear
force in the longitudinal direction shall be increased by 20% and transverse
reinforcement by 5% in case of Box type of Superstructure.
ii) All prestressed concrete members shall have spare cables laid to the profiles as
per approved drawing. The number of spare strands shall be at least 5% of the
strands required as per design, subject to a minimum of one cable per girder/web.
These cables shall be permitted to be removed fully or partly after the final stage of
prestressing, if they are not required and holes grouted.

Bidder 036 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

iii) Specific provision shall be made to permit future addition of un-bonded external
tendons (PSC Blisters inside the box section etc) symmetrically about the bridge
centerline for post tensioning force of not less than 20% of the positive and
negative moment primary post tensioning forces. Detailed arrangements for
external prestressing and design calculations shall be given & got approved from
the Engineer. A onsite demonstration of the same shall be arranged by the
contractor at casting yard level.
iv) The maximum permissible jacking force shall not exceed 76.5 percent of the
theoretical ultimate tensile strength of HTS.
8.4 Precast Construction
i) While designing precast elements/structure, aspects of durability and minimum
maintenance shall be kept in view.
ii) Precast panel / girders and cast-in-situ slab construction shall be designed as
composite construction.
iii) Cross prestressing of deck is not permitted. However, transverse prestressing of
end diaphragms is permitted.
iv) In precast construction, the performance of joints is especially critical for the
integrity of a structural system. The geometric configurations of a joint, in addition
to the selection of an appropriate interface material contribute to the proper short-
term and long-term performance of the structure. The design of joints shall allow for
movements due to shrinkage, thermal effects and possible differential settlements.
8.5 Steel Superstructure
i) Minimum thickness of deck slab shall be 240mm & not less than 200mm at the tip
of cantilever.
ii) Detailed design & drawing of steel superstructure shall be as per relevant IRC /
IRS / IS codes.
iii) Fabrication / Shop drawings shall be prepared based on design drawings & got
approved from Engineer before start of actual fabrication work.
iv) As far as possible field / site welding shall be avoided. In unavoidable
circumstances, approval for the same shall be taken from Engineer.
v) Erection stresses on steel structure shall be as per IRC 6-2014.
vi) The effect of Precamber & deflection shall be worked out & provided during
fabrication of steel superstructure.
9.0 BEARINGS
9.1 In conformance to IRC:83 (Part II) for elastomeric bearings and IRC:83 (Part III) for
POT-PTFE bearings and MoRTH specifications.
9.2 Cut / Segmental roller bearings shall not be permitted.
9.3 The bearings shall be easily accessible for inspection.

Bidder 037 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

10.0 EXPANSION JOINT TYPE:


The expansion joints shall conform to MoRTH 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. Only strip seal / modular strip seal
joints shall be permitted.

11.0 RAILINGS / PARAPETS:


Crash barrier and median kerb having a typical cross section as shown in tender drawing.

12.0 WATER SPOUTS:


Water spouts as per MORTH type design no. SD/303 shall be provided. However, the diameter
of GI pipe shall be 150mm. These shall be spaced at not more than 3.0m C/C. Details of water
spout shall be as indicated as per Volume – IV.

13.0 WEARING COAT:


A wearing coat of uniform thickness shall be provided for riding surface. It shall consist of
59mm thick Dense Bituminous Macadam covered by 25 mm thick mastic asphalt in addition to
3mm thick Asphaltic Membrane as a water proofing layer over the deck slab.

14.0 ANTICORROSIVE TREATMENT TO CONCRETE AND REINFORCEMENT:


Anticorrosive treatment for all concrete & reinforcement shall be based on relevant IRC
provision expect as below.
14.1 All exposed surface of concrete for viaduct (expect steel superstructure) & Ramp (RE
Panels) shall be painted with Anti-carbonate acrylic paint.
14.2 Mild steel liner to piles shall have one coat of zinc-rich epoxy primer and two coats of
coal tar epoxy.
14.3 Part of substructure & foundation below GL in contact with earth – one coat of primer
as above and two coats of coal tar epoxy.
14.4 Anti-corrosive treatment to reinforced steel shall be of Fusion Bounded Epoxy Coating
(FBEC) type as specified. The anchorage / bond length in case of FBEC bars shall be
increased by as per provision specified in IRC codes.
14.5 For Steel Superstructure – Acrylic Aliphatic Coat – 75 microns, Epoxy MIO (Mid Coat)
– 100 microns & Primer Coat of Zinc Silicate (Bas Coat) – 35 microns
14.6 Enamel paint for all kerbs / Anti crash barrier / Pier protection as per approved
aesthetic colour in 3 coats and as directed by the engineer.
Entire structure shall be given anti corrosive protective paint, which shall be got tested from
approved laboratory and shall be of approved quality, colour and shade.

Bidder 038 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

15.0 PROOF CHECKING OF INNOVATIVE DESIGN & LOAD TEST FOR INNOVATIVE DESIGN.
15.1 In case a structure or a component of structures proposed by the Contractor, in the
opinion of the Engineer is of unusual nature, then the Engineer shall have the right to
call upon the Contractor to get it proof checked from IIT-Bombay/VJTI etc in additional
to the normal proof checking by consultants appointed by MMRDA, fees of additional
proof checking shall be borne by the contractor. Contractor also to carryout model
and/or load testing of the structure or component to prove its suitability. The cost of
such test shall be borne by the Employer if the test results are satisfactory. In case the
test results are not satisfactory, the cost of testing shall be entirely borne by the
Contractor.
15.2 Any defect noticed in the structure or any damage done to the Bridge at the time of
testing which affects or is likely to affect the strength of the Bridge shall be rectified by
Contractor at his own cost by remedial measures or replacement as approved by the
Engineer.

16.0 ELECTRICAL WORK / STREET LIGHTING AND LANDSCAPING:


The scope under the present Contract covers providing and fixing following items as per
International practice conforming to relevant Indian Standards. Items to be finalized under
lump sum cost.
16.1 Junction boxes, pullout boxes.
16.2 Sleeves, base plate and anchor bolt for fixing electrical poles.
16.3 Provide 110 mm φ Double Wall Corrugated (DWC) pipe of PE with IS mark, one in
each crash barrier for entire length of Elevated Road interchange and up to nearest
junction box.
16.4 Providing 110 mm φ Double Wall Corrugated (DWC) pipe of PE with IS mark 4 Nos. in
median for entire length of Elevated Road interchange and up to nearest junction box.
16.5 All the material shall be new and confirm to latest IS Specification and shall be
procured from approved manufacturer only.
16.6 Providing and fixing galvanized hexagonal electrical poles along with complete fixtures
and lights of appropriate lux as per IRC standards throughout the length on flyover and
road below the flyover.
16.7 Lighting above & below the flyover shall be carried out with appropriate fitting and
illumination.
16.8 The Contractor shall carry out and complete the said work (including labour, material,
appliances, equipment etc.) under this contract in every respect in conformity with
current rules & regulations of local electricity authority, Indian Standards Institution and
with the directions and to the satisfaction of the Engineer Representative.

Bidder 039 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

17.0 PROCEDURE FOR CHECKING DETAILED CALCULATIONS AND WORKING DRAWINGS:


17.1 Within 15 days of the receipt of work order, the Contractor shall submit a program of
submission of designs. The program of submission of designs of various components
should be consistent with the program of work prepared by the Contractor and
approved by the Engineer.
17.2 The design consultant shall have the latest official version of the software being used
for design and the same shall be made available for scrutiny of design to the Engineer
if demanded.
17.3 Detailed design calculations and working drawings of all the component parts of the
Bridge shall be submitted well in advance of the execution, in accordance with the
above program. Two sets of such design calculations and three sets of drawings
accompanied by complete information and sufficient data shall be submitted to the
Engineer for checking the design calculations. The designs and drawings for various
components 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. After awarding of work the contractor should submit a note giving his design
approach and construction scheme conforming to the requirements which should be
approved by the authorities so as to avoid the possibility of major changes being
required in the design at a later stage.
17.4 Drawings and designs shall be in metric units. Calculations shall be neat and clear and
supplemented by full explanatory notes and sketches wherever required. The
drawings of initial submissions and final approval shall be stenciled and in 420 mm x
297 mm size only. It is entirely the responsibility of the Contractor to submit the design
in good time to enable the Engineer 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.
17.5 Nine sets of approved working drawings along with one soft copy in the form of
Compact Disk and four sets of approved design calculations shall then be supplied by
the Contractor which will be formally authenticated by the Engineer. These drawings
shall be submitted in plastic folders for each set and calculations in plastic files & bag.
17.6 After completion of each stage of work, three sets of record plans based on the work
as actually executed on site, shall be supplied by the Contractor, to the Engineer.
17.7 Approval to drawings and designs and design calculations by the Engineer shall not in
any way relieve the Contractor of his responsibility for the correctness, soundness and
structural stability and safety of the structure.
17.8 The approved drawings and the design calculations of the Bridge shall be the property
of the Employer.
Bidder 040 MMRDA
Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

17.9 The Contractor’s designer or Consultant shall attend all the design review meeting
conducted by Employer Personnel from time to time, without any extra cost.

18.0 DOCUMENTATION, INSTRUMENTATION:


The following items are deemed to be included in the tender cost.
18.1 All final drawings and Compact Disc of all approved drawings and tracing films of “as
built” drawings and calculations shall be supplied by the Contractor in triplicate.
18.2 Three copies of DVD of 180 minute duration each of the Bridge covering the different
phases of construction from start to finish shall be supplied by the Contractor.
18.3 A “Maintenance Manual” describing access arrangements, important obligatory
precautions from the point of view of structural safety, and procedure for minor and
major repairs of each component of the Bridge, renewals of finishes and periodical
treatment shall be supplied in ten copies and on Compact Disc/ DVD by the Contractor.
18.4 A “Quality Assurance Manual” covering designs and drawings, mix design, materials,
testing, soil and rock properties, statistical quality control, etc. shall be prepared by the
Contractor well before starting the work.
18.5 A “Project Report” 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.
18.6 The Contractor shall install fixtures and fastenings provided by the department for
housing any instrumentation that may be useful for Employer at his cost.

DESIGN CRITERIA FOR ROADWORKS:

i) For Construction of road with New Crust in Flexible Pavement.


The contractor is required to design pavement section as per IRC-37-2012. The scope
includes collection & Analysis of data (Traffic count, Axle load, Trial pits, Testing of Soil etc)
and Pavement design thereof.

ii) For Construction of Slip Road in Rigid Pavement.


The contractor is required to design pavement section as per IRC-58-2015. The scope
includes collection & Analysis of data (Traffic count, Axle load, Trial pits, Testing of Soil etc)
and Pavement design thereof.

iii) For Improvement of Slip/Service roads by Over Laying. & Improvement of Junction in
Mechanised Mastic Asphalt.

The contractor is required to design pavement section as per IRC-81. The scope includes
collection & Analysis of data (Traffic count, Axle load, Benkelmen Beam Test,Trial pits, Testing
of Soil etc) and Pavement design thereof.

Bidder 041 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

SECTION - IV
DETAILS OF UTILITIES

Bidder 042 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

DETAILS OF UTILITIES/ CONSTRAINTS

Details of utilities passing through the junction & project corridor will have to be mapped by
the contractor. Some of the utilities are likely to cause hindrance of the foundations. These utilities
are needed to be relocated or diverted before taking up the piling/ foundation work. These
operations need to be done consultation with utility providers.
Contractor is advised to use his own practices of tracing out or locating these utilities below
the ground at no cost to the employer.

1. MCGM’s 3000mm dia. Bombay III water main.

2. MCGM’s 2400mm dia. Bombay II water main.

3. MCGM’s 2500mm dia. sewer tunnel.

4. MCGM’s 1800mm dia. micro tunnel water main.

5. Bharat Petroleum’s fuel line 450mm dia.

6. H.T cables of M/s TATA Power Co.

7. HT/LT underground lines, electric poles.

8. Telecom & optical Fiber cables.

9. MGL’s Gas Pipe Line.

10. Street Light cables M/s Reliance Energy

11. Somaiyya Nalla. (Constraint)

12. Storm Water Drains of PWD and MCGM.

Contractor shall obtain necessary permits/ approvals from the respective utility providers
well in advance of starting of shifting work and under supervision of the utility owner.. The shifting
works shall be carried out through the authorized sub- contractors of utility providers without causing
inconvenience to the utility users at large and under supervision of the utility owner.

Bidder 043 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

SECTION -V

TESTS, & TESTING REQUIREMENTS

Bidder 044 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

TESTS & TESTING REQUIREMENTS

A mock up of a Substructure to prove the desired aesthetics is achieved shall be prepared and
maintained at the location selected by the Employer. The same shall be demolished if required at the
cost of Contractor.

Tests and Testing Requirements has envisaged under GCC shall comprise of

1) Regular testing of all materials / works as per the provisions given in the respective
specifications and or the frequency laid down therein or at the frequency accepted as per
International practice shall be carried out.

2) After completion test shall broadly cover

Testing and Performance of the completed works shall be as per the provisions given in
different IS, BIS and MORT&H standards as well related Foreign International standards.

The broad tests to be carried out are listed below:

A) Testing Road works


i) Materials
ii) Road Ground improvement works

B) Test of materials

i) Testing of Cement
ii) Testing of aggregates
iii) Testing of concrete
a) Tests of fresh concrete
b) Tests on hardened concrete
c) Flexure test
iv) Test on High performance Concrete (HPC)
a) Tests on cement
b) Testing of reinforcement-HYSD and Low relaxation strands
v) Testing of Material for filling in embankment
vi) Testing of Sand.
vii) Testing of water.
viii) Testing of admixtures.
ix) Testing of Prestressing strands.
x) Testing of Flyash
xi) Testing of steel plates
xii) Tests on welding electrodes
xiii) Tests on welded joints
xiv) Testing of studs and bolts
xv) Testing structural steel (for steel girders)
xvi) Testing of Acrylic Aliphatic coat,Epoxy MIO (Mid coat) & Primer Coat of Zinc Silicate.
xvii) Testing of Aliphatic Acrylate based solvented waterproof, anti-fungal coating
(Anticarbonation paint).
xviii) Testing of FBEC.

Bidder 045 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

B) Tests on expansion joint materials.


i) Routine Test – as per latest version of IRC:SP:69
ii) Acceptance Test - as per latest version of IRC:SP:69

C) Tests on POT-PTFE bearings.

i) Routine Test for Material – as per latest version of IRC:83 (Part III)
ii) Inspection Test of finished Bearing - as per latest version of IRC:83 (Part –III)

D) Testing of Piles

i) Initial load test for vertical load - 3 Nos (Cyclic load test only)
ii) Routine load test for vertical load as per IRC/IS.
iii) Integrity tests on all piles.

E) Completed span of Super structure (Load Testing)

Frequency of Testing for each flyover shall be as follows

- Testing of Super structure spans- 2 nos (Static Load Test)


(one for obligatory span and one for continuous spans)
- Piles- initial load test – 1 No (Cyclic load test for each dia)
- Routine test – as per IRC/IS
- Expansion joints – 2 nos (Water tightness test)
- Bearings – As per MoRT&H specifications

Bidder 046 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

FIELD LABORATORY

Providing and maintaining adequately equipped field laboratory as required for site control on
the quality of material and works. It shall have minimum 50 sqm area for the entire project. The
field laboratory shall be located as directed by the Engineer. It shall be provided with amenities
like water supply, electric supply etc. and also tank for curing cubes nearby.

EQUIPMENTS FOR FIELD LABORATORY


The laboratory equipment shall be provided in the field laboratory to be established by the Contractor
and equipments shall be as per Table No. 100-2 (List of Laboratory equipments) of Section 100 of
MoRT&H-2013 (Fifth Revision).

Note : Any other equipment if required for conducting test shall also be made available by the
contractor.

Bidder 047 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

SECTION VI

LETTER OF TENDER, FORM OF BID SECURITY AND FORM OF BID

Bidder 048 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

Letter Accompanying the Tender

NAME OF CONTRACT: IMPROVEMENT OF CHHEDANAGAR JUNCTION, GHATKOPAR (E), ON


EASTERN EXPRESS HIGHWAY.

To,
The Chief Engineer,
Metropolitan Region Development Authority (MMRDA)
5th Floor, MMRDA Building,
Bandra-Kurla Complex
Bandra (East) Mumbai-400 051.

Dear Sir,

We have examined the Conditions of Contract, Engineer’s Requirements and Addenda Nos ____ for
the above name Works. We have examined, understood and checked these documents and have
ascertained that they contain no error or other defects. We accordingly offer to design, execute and
complete the Works and remedy any defects therein, in conformity with such documents and our
enclosed Tender (including this letter) for the prices set out in our Tender.

We agree to abide by this Tender until 180 days from the date of last day specific for receipt of the
testing and it shall remain binding upon us and may be accepted at any time before that date.

If this offer is accepted, we will provide the specified Performance Security, commence the Works
within 7 days from the date of work order, and complete the Works in accordance with the above
named documents within the specified Time of Completion. We guarantee that the Works will then
conform with the Performance Guarantees included in this Tender.

We understand that you are not bound to accept the lowest or any tender you may receive.

Signature______________ in the capacity of _____________________________________

Duly authorised to sign tenders for and on behalf of_________________________________

Address:______________________________________________________________

Date:_________________

Bidder 049 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

Form of Bid

NAME OF CONTRACT: IMPROVEMENT OF CHHEDANAGAR JUNCTION, GHATKOPAR (E), ON


EASTERN EXPRESS HIGHWAY.

To:
The Chief Engineer,
Mumbai Metropolitan Region Development Authority (MMRDA)
5th Floor, MMRDA Building,
Bandra-Kurla Complex
Bandra (East) Mumbai-400 051.
Gentlemen:

1. In accordance with the Conditions of Contract, Specification, Drawings, and Schedule of


Variation and Addenda Nos. _____ for the execution of the above-named Works, we, the
undersigned, offer to carry out Engineering, Procurement & Design & Construction and install
such Works and remedy any defects therein in conformity with the Conditions of Contract,
Particular Conditions, Appendix to Tender Specifications, Drawings, Billing Schedule,
Provisional Sums, Variation and Addenda for the sum of Rs. ____________ [insert amounts
in numbers and words] [as specified in the Appendix to Tender or such other sums as may be
ascertained in accordance with the conditions].
2. We acknowledge that the Appendix to Tender forms part of our Bid.
3. We undertake, if our Bid is accepted, to commence the Works as soon as is reasonably
possible after the receipt of the Employer’s notice to commence, and to complete the whole of
the Works comprised in the Contract within the time stated in the Appendix to Tender.
4. We agree to abide by this Tender until 180 days and further extension of validity period and it
shall remain binding upon us and may be accepted at any time before that date.
5. Unless and until a formal Agreement is prepared and executed, this Bid together with your
written acceptance thereof shall constitute a binding Contract between us.
6. We undertake that in competing for (and if the award is made to us in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
"Prevention of Corruption Act 1988".
7. We understand that you are not bound to accept the lowest or any bid you may receive.
8. We certify/confirm that we comply with the eligibility requirements as per ITB Clause 3 of the
bidding documents.
9. We confirm and certify that we have not paid and/ or will not pay any commission to any agent
relating to this bid.
10. We attach herewith our current income tax clearance certificate*.
Dated this day of 20

Signature______________________ in the capacity of______


duly authorized to sign bids for and on behalf of
[in block capitals or typed]
Address:
Witness:
Address:
Occupation

• This is applicable for all bidders from India.

Bidder 050 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

SECTION -VII

BILLING SCHEDULES & SCHEDULE OF VARIATION

Bidder 051 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

BILLING SCHEDULE
PART-A : DESIGN & CONSTRUCTION OF FLYOVER NO. 1: “A 3- LANE FLYOVER IN DIRECTION
FROM SION TO THANE PARALLEL TO THE EXISTING FLYOVER”
LUMP SUM BASIS ON BIDDERS OWN DESIGN.
The Bidder shall submit a detailed billing schedule for interim payments for the work executed along
with his tender. The billing schedule shall be subjected to the following overall limitations:
Cost of Component: 16.52 % of the Contract Price.
Particulars Specified limit % Quoted by
(percentage of Bidder
Contract price)
(1) On completion and or approval of following items
(i) Survey, Geotechnical investigations, utility diversion plan. 0.50 Fixed
(ii) Marking alignment / setting out plan, Design and working
1.50 Fixed
Drawings for road and structural work.
(iii) Construction of Site office and Laboratory at site 0.60 Fixed
(iii) Barricading & Traffic diversion / management plan with
0.30 Fixed
approval from Traffic Police / Branch in Mumbai.
(2) Site clearance including tree cutting, removal of electric poles,
signals and signage, demolition of existing CC pavement,
0.30 to 0.40
footpath, side drains, etc as indicated by Engineer’s
Representative..
(3) Foundation
(i) Pile foundations including Testing of Test piles and 16.0 to 17.0
submission of report of testing.
(ii) Pile caps. 13.0 to 14.0
(4) Sub Structures
(i) Piers and Abutments 2.0 to 3.0
(ii) Pier caps 2.0 to 3.0
(5) Super Structure
PSC Cast-in-situ Box Girder / Segmental Girder
(i) Staging and shuttering 1.0 to 2.0
(ii) Concreting (Soffit, Diaphragms & Webs) 16.0 to 17.0
(iii) Pre stressing and grouting 7.0 to 8.0
Steel Girders
(i) Procurement of structural steel for steel girders in the 8.0 to 9.0
fabrication yard.
(ii) Fabrication of structural steel for steel girders in the 4.0 to 5.0
fabrication yard.
(iii) Shifting and Launching of steel girders in position. 7.0 to 8.0
(iv) Deck Slabs (Total for Bridge) 3.0 to 4.0

Bidder 052 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

Particulars Specified limit % Quoted by


(percentage of Bidder
Contract price)
(6) Fixed items
(i) Bearings 0.50 to 0.60
(ii) Expansion Joints 0.50 to 0.60
(iii) RCC Anti Crash Barriers & Run-on-slab & kerb 1.50 to 2.0
(iv) Painting all components of structures 1.0 to 2.0
(v) Deck wearing coat 3.0 to 4.0
(vii) Down take pipes, chambers, providing and laying 600 dia. 0.20 to 0.30
NP 2 pipes and connecting to main drain by providing and
laying 1200 dia. NP4 pipes.
(viii) Carrying out Load Test of superstructures 0.20 to 0.30
(7) Retaining structure for approach ramp including fill material
and pavement.
(i) Casting of REW panels and fixing in position and providing 0.80 to 1.00
and laying Geogrid
(ii) Removing unsuitable/slushy, granular, layer and earth 0.30 to 0.40
work for embankment..
(iii) Subgrade soil layer of material. 0.70 to 0.80
(iv) Pavement Crust (GSB, WMM) 0.60 to 0.70
(v) DLC and PQC 3.0 to 4.0
(8) Street lighting with electrical works including tubular poles, 1.0 to 1.50
Cables, Charging up etc

(9) Provisional items comprising of landscaping, median etc. 1.50 to 2.0

(10) Providing Road signage’s boards, Thermoplastic paints, Cat 0.15 to 0.20
eyes etc.
(11) Submission of 1 set of soft copy of all “As – Build” drawings 1.0 to 1.50
and 2 sets of hard copy of the same
Total

Bidder 053 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

BILLING SCHEDULE
PART-B : DESIGN & CONSTRUCTION OF FLYOVER NO. 2: “A 2-LANE FLYOVER AT LEVEL2
IN DIRECTION FROM MANKHURD TO THANE”.

LUMP SUM BASIS ON BIDDERS OWN DESIGN.

The Bidder shall submit a detailed billing schedule for interim payments for the work executed along
with his tender. The billing schedule shall be subjected to the following overall limitations:
Cost of Component: 36.96 % of the Contract Price.
Particulars Specified limit % Quoted by
(percentage of Bidder
Contract price)
(1) On completion and or approval of following items
(i) Survey, Geotechnical investigations, utility diversion plan. 0.50 Fixed
(ii) Marking alignment / setting out plan, Design and working
1.50 Fixed
Drawings for road and structural work.
(iii) Barricading & Traffic diversion / management plan with
0.30 Fixed
approval from Traffic Police / Branch in Mumbai.
(2) Site clearance including tree cutting, removal of electric
poles, signals and signage, demolition of existing CC
0.30 Fixed
pavement, footpath, side drains, etc as indicated by
Engineer’s Representative..
(3) Foundation
(i) Pile foundations including Testing of Test piles and 18.0 to 20.0
submission of report of testing.
(ii) Pile caps 10.0 to 12.0
(4) Sub Structures
(i) Piers , Abutments and Portal columns 3.0 to 5.0
(ii) Pier caps and Portal beams. 2.0 to 4.0
(5) Super Structure
PSC “I” Girders
(i) Pre-casting PSC-I girders in the casting yard including 10.0 to 12.0
pre stressing grouting etc.
(ii) Launching of PSC ‘I’ girders in position. 16.0 to 18.0
Steel Girders
(i) Procurement of structural steel for steel girders in the 10.0 to 12.0
fabrication yard.
(ii) Fabrication of structural steel for steel girders in the 3.0 to 5.0
fabrication yard.
(iii) Shifting and Launching of steel girders in position. 7.0 to 8.0
(iv) Deck Slabs (Total for Bridge) 2.0 to 3.0
(6) Fixed items

Bidder 054 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

Particulars Specified limit % Quoted by


(percentage of Bidder
Contract price)
(i) Bearings 0. 50 to 1.0
(ii) Expansion Joints 0.5 to 0.7
(iii) RCC Anti Crash Barriers & Run-on-slab & kerb 1.50 to 2.0
(iv) Painting all components of structures 1.0 to 2.0
(v) Deck wearing coat 3.00 to 4.0
(vi) Down take pipes, chambers, providing and laying 600 0.10 to 0.50
dia. NP 2 pipes and connecting to main drain by
providing and laying 1200 dia. NP4 pipes.
(vii) Carrying out Load Test of superstructures 0.10 to 0.50
(7) Retaining structure for approach ramp including fill material
and pavement.
(i) Casting of REW panels and fixing in position and 0.50 to 0.60
providing and laying Geogrid
(ii) Removing unsuitable/slushy, granular, layer and earth 0.25 to 0.40
work for embankment..
(iii) Subgrade soil layer of material. 0.60 to 0.80
(iv) Pavement Crust (GSB, WMM) 0.50 to 0.60
(v) DLC and PQC 3.0 to 4.0
(8) Street lighting with electrical works including tubular poles, 1.0 to 2.0
High mast, and providing signals etc
(9) Provisional items comprising of landscaping, median, 1.50 to 2.0
Signals etc.
(10) Providing Road signage’s boards, Thermoplastic paints, 0.15 to 0.20
Cat eyes etc.
(11) Submission of 1 set of soft copy of all “As – Build” drawings 1.0 to 2.0
and 2 sets of hard copy of the same
Total

Bidder 055 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

BILLING SCHEDULE
PART-C: DESIGN & CONSTRUCTION OF FLYOVER NO. 3: “A 2-LANE ELEVATED ARM
FROM THE EXISTING FLYOVER CONNECTING TO UP RAMP OF SCLR”.
LUMP SUM BASIS ON BIDDERS OWN DESIGN.
The Bidder shall submit a detailed billing schedule for interim payments for the work executed along
with his tender. The billing schedule shall be subjected to the following overall limitations:
Cost of Component:16.26 % of the Contract Price.
Particulars Specified limit % Quoted by
(percentage of Bidder
Contract price)
(1) On completion and or approval of following items
(i) Survey, Geotechnical investigations, utility diversion
0.50 Fixed
plan.
(ii) Marking alignment / setting out plan, Design and working
Drawings for road and structural work. 1.50 Fixed

(iii) Barricading & Traffic diversion / management plan with 0.30 Fixed
approval from Traffic Police / Branch in Mumbai.
(2) Site clearance including tree cutting, removal of electric 0.30 Fixed
poles, signals and signage, demolition of existing CC
pavement, footpath, side drains, etc as indicated by
Engineer’s Representative and preparation for ground
improvements/ground improvement work.
(3) Foundation
(i) Pile foundations including Testing of Test piles and 16.0 to 17.0
submission of report of testing.
(ii) Pile caps 10.0 to 12.0
(4) Sub Structures

(i) Piers 4.0 to 5.0


(ii) Pier caps 4.0 to 5.0
(5) Super Structure
PSC “I” Girders
(i) Pre-casting PSC-I girders in the casting yard including 10.0 to 11.0
pre stressing grouting etc.

(ii) Launching of PSC ‘I’ girders in position. 4.0 to 5.0

(iii) Deck Slabs 9.0 to 10.0

Steel Girders
(i) Procurement of structural steel for steel girders in the 10.0 to12.0
fabrication yard.
(ii) Fabrication of structural steel for steel girders in the 5.0 to 6.0
fabrication yard.

Bidder 056 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

Particulars Specified limit % Quoted by


(percentage of Bidder
Contract price)
(iii) Shifting and l Launching of steel girders in position. 6.0 to 7.0
(6) Fixed items
(i) Bearings 0.50 to 1.0
(ii) Expansion Joints 5.0 to 6.0
(iii) RCC Anti Crash Barriers + Run on slab + kerb 1.5 to 2.0
(iv) Painting all components of structures 0.30 to 0.40
(v) Deck wearing coat 0.30 to 0.40
(vi) Down take pipes, chambers, providing and laying 600 0.40 to 0.50
dia. NP 2 pipes and connecting to main drain by
providing and laying 1200 dia. NP4 pipes
(vii) Carrying out Load Test of superstructures (1 No.) 0.20 to 0.30
(7) Bituminous wearing coat of, DBM and Mastic including tack 1.50 to 2.0
coat
(8) Street lighting with electrical works including tubular poles, 1.0 to 1.50
High mast, and providing signals etc
(9) Provisional items comprising of landscaping, median, 1.50 to 2.0
Signals etc.
(10) Providing Road signage’s boards, Thermoplastic paints, 0.15 to 0.20
Cat eyes etc.
(11) Submission of 1 set of soft copy of all “As – Build” drawings 1.0 to 1.50
and 2 sets of hard copy of the same
Total

Bidder 057 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

PART-D: DESIGN & CONSTRUCTION OF A 4-LANE VEHICULAR SUBWAY AT


KAMRAJNAGAR ACROSS E.E. HIGHWAY (AT NORTH OF EXISTING GARODIA
NAGAR VEHICULAR SUBWAY).

LUMP SUM BASIS ON BIDDERS OWN DESIGN.


The Bidder shall submit a detailed billing schedule for interim payments for the work executed along
with his tender. The billing schedule shall be subjected to the following overall limitations

Cost of Component: 9.90 % of the Contract Price.

Particulars Specified limit % Quoted by


(percentage of Bidder
Contract price)
(1) On completion and or approval of following items
(i) Survey, Geotechnical investigations, utility plan. 0.50 Fixed
(ii) Marking alignment / setting out plan, Design and working
Drawings for ramp and structural work. 1.50 Fixed

(iii) Barricading & Traffic diversion / management plan with 0.30 Fixed
approval from Traffic Police / Branch in Mumbai.
(2) Site clearance including tree cutting, removal of electric 0.30 Fixed
poles, signals and signage, demolition of existing CC
pavement, footpath, side drains, etc as indicated by
Engineer’s Representative and preparation for ground
improvements/ground improvement work.
(3) Foundation
(i) Open /Pile foundations including Testing of Test piles and 15.0 to 17.0
submission of report of testing.
(ii) Open/Pile caps 16.0 to 18.0
(4) Sub Structures
(i) Piers 10.0 to 11.0
(ii) Pier caps 10.0 to 11.0
(5) Super Structure
C.C Precast Arch/Other equivalent
(i) Pre-casting of C.C Arch in the casting yard 19.0 to 20.0
(ii) Launching of C.C Precast Arch in position. 13.0 to 14.0
(6) Retaining structure for approach ramp including fill material
and pavement.
(i) Casting of REW panels and fixing in position and 0.60 to 0.80
providing and laying Geogrid
(ii) Removing unsuitable/slushy, granular, layer and earth 0.80 to 1.0
work for embankment..
(iii) Subgrade soil layer of material. 1.0 to 1.25
(iv) Pavement Crust (GSB, WMM) 1.0 to 2.0

Bidder 058 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

Particulars Specified limit % Quoted by


(percentage of Bidder
Contract price)
(v) DLC and PQC 4.0 to 5.0
(7) RCC Anti Crash Barriers + Run on slab + kerb 1.50 to 2.0
(i) Painting all components of structures 0.40 to 0.50
(ii) Down take pipes, chambers, providing and laying 600 1.0 to 1.50
dia. NP 2 pipes and connecting to main drain by
providing and laying 1200 dia. NP4 pipes
(8) Provisional items comprising of utility services, signals, 1.0 to 1.50
street lighting, landscaping, median, Height Guages etc.
(9) Submission of 1 set of soft copy of all “As – Build” drawings 0.20 to -0.30
and 2 sets of hard copy of the same
(10) Street lighting with electrical works including tubular poles, 1.50 to 2.0
High mast, and providing signals etc
Total

Bidder 059 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

PART-E : CONSTRUCTION & IMPROVEMENT OF SLIP/SERVICE ROADS IN RIGID PAVEMENT,


BITUMINOUS OVERLAY ,MASTIC ASPHLAT AND OTHER MISCELLANEOUS WORKS

LUMP SUM BASIS ON BIDDERS OWN DESIGN.

The Bidder shall submit a detailed billing schedule for interim payments for the work executed along
with his tender. The billing schedule shall be subjected to the following overall limitations

Cost of Component: 20.36 % of the Contract Price.

Item
Description Unit % of Work
No.

1 Construction of road with new crust in Flexible pavement. Sqm. 0.86

2 Construction of Slip road in Rigid Pavement. Sqm. 5.00

3 Improvement of Slip/Service road in overlay. Sqm. 13.20

4 Improvement of Chhedanagar junction in mechanized mastic. Sqm. 1.30

20.36 %

NOTE : Payment will be made on approval of the Engineer/Employer for various completed items.
Payment will be made on pro-rata basis.

Bidder 060 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

SUMMARY OF FINANCIAL OFFER QUOTED BY THE BIDDER


RATES QUOTED FOR LUMPSUM WORKS (PART-A, B, C, D & E)
(To be submitted in Financial Envelope of e-Tender.)

Amount
Sections Description of work Unit
in Figures in words

PART-A Design & construction of Flyover No.-1 : Lump Sum


“A 3- lane flyover in direction from Sion to Thane
parallel to the existing flyover”.

PART-B Design & construction of Flyover No.-2 : Lump Sum


“A 2-Lane flyover in direction from Mankhurd to
Thane crossing the existing flyover at level 2”.

PART-C Design & construction of Flyover No.3: “A 2- Lump Sum


Lane elevated arm from the existing flyover
connecting SCLR up ramp with portal frame
structure along service road of E. E. Highway”.

PART-D Design & Construction of a 4-lane vehicular Lump Sum


subway at Kamrajnagar across E.E. Highway
(at North of existing Garodia Nagar vehicular
subway).

PART-E i) Construction of road with new crust in Lump Sum


Flexible pavement.

ii) Construction of Slip road in Rigid Pavement. Lump Sum

iii) Improvement of Slip / Service road in asphalt Lump Sum


overlay.

iv) Improvement of Chhedanagar junction in Lump Sum


mechanized mastic.

Total Amount Rs.

Bidder 061 MMRDA


Improvement of Chheda Nagar Junction, Ghatkopar (East), on Eastern Express Highway. Vol.-II

VARIATIONS.

Preamble:
During the Course of execution notwithstanding the provision in Clause.13 of GCC. Employer
/Contractor in the interest of completion of work may be required to execute, the items of work not fully
covered by the Contractor Design. The anticipated items of work which may be required to vary are in
schedule of varation.
Extra work likely to crop up is included in Schedule of Variation Section. The rates are for completed
item of work and are to be executed as per approved drawings.

1. Rates for items arising out of reduction in scope of Contractor’s proposal / part of proposal shall
be 100% of the rate of increase in work, when a certain item / component is cropped up.

2. Any item not covered in the above mentioned Schedule of variation section will be evaluated on
basis the following in the order of priorities as follows :

• SSR 2017-2018 of PWD, Government of Maharashtra or latest as available.


• Unified Schedule Rates of MCGM 2013 or latest as available.
• Market Rates.

The Bidder shall submit his account of actual expenses in such cases duly countersigned
periodically in the form and manner directed by Engineers representative.

3. The work required to be executed over and above scope considered under Contract provision
shall only be considered for payment as per Schedule of Variation.

4. Rebate in case of deletion of any item / component in full or part which is replaced or substituted
by another item / component due to requirements of the client shall be 100% of the rate of extra
work for the item deleted partially / fully.

5. The work required to be executed over and above scope considered under tender provision and
approved proposal will only be considered for payment as per Schedule of Variation.

6. Excavation of pit to ascertain utilities prior to piling will not be paid for.

Bidder 062 MMRDA

You might also like