If you can't read please download the document
Upload
ledung
View
232
Download
1
Embed Size (px)
Citation preview
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 1
HYDERABAD METROPOLITAN DEVELOPMENT AUTHORITY
Name of Work: Construction of Flyover between Balanagar X roads to
Narsapur X roads, Hyderabad under EPC System
EPC TURNKEY SYSTEM
- Survey, Investigation, Detailed Design and Drawings and Construction of Flyover between Balanagar X roads to Narsapur X roads, Hyderabad under EPC with
standard Viaduct spans and Obligatory spans, Reinforced Soil walls, Crash barriers,
friction slabs, Approach slabs, Dirt walls, pier protection works, Anti-carbonation
painting to the exposed concrete surfaces, Metalizing to all the steel surfaces with sand
blasting, formation of RE wall approaches to the viaduct spans, medians, raised median
wall with MS railing below the viaduct portion, wearing coat and appurtenances in
flyover, appropriate drainage system for flyover connecting to nearest existing drains,
Electrification works, signages, pavement markings , providing and fixing illuminating
studs for flyover etc., complete and under Engineering Procurement and Construction
(EPC) system with 24 Months Defect Liability Period The Entire System Should be
Designed as per MORT&H Specifications and Relevant latest IRC and IS Codes
Notice Inviting Bid N0. HMDA/DEV/CE/06/2017-18, dt.29-05-2017
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 2
REQUEST FOR PROPOSAL
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 3
HYDERABAD METROPOLITAN DEVELOPMENT AUTHORITY
Name of Work: Construction of Flyover between Balanagar X roads to
Narsapur X roads, Hyderabad under EPC System
EPC TURNKEY SYSTEM
- Survey, Investigation, Detailed Design and Drawings and Construction of Construction of Flyover between Balanagar X roads to Narsapur X roads, Hyderabad under EPC
with standard Viaduct spans and obligatory spans, Reinforced Soil walls, crash barriers,
friction slabs, approach slabs, Dirt walls, pier protection works, Anti-carbonation
painting to the exposed concrete surfaces, Metalizing to all the steel surfaces with sand
blasting, formation of RE wall approaches to the viaduct spans, medians, raised median
wall with MS railing below the viaduct portion, wearing coat and appurtenances in
flyover, appropriate drainage system for flyover connecting to nearest existing drains,
electrification works, signages, pavement markings , providing and fixing illuminating
studs for flyover etc., complete and under Engineering Procurement and Construction
(EPC) system with 24 Months Defect Liability Period The Entire System Should be
Designed as per MORT&H Specifications and Relevant latest IRC and IS Codes
CHIEF ENGINEER (HMDA)
(Hyderabad Metropolitan Development Authority)
Block-C, HMDA Complex, Tarnaka,
Hyderabad-500 007
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 4
DISCLAIMER
The information contained in this Request for Proposal document (the RFP) or subsequently
provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf
of the Authority or any of its employees or advisors, is provided to Bidder(s) on the terms and
conditions set out in this RFP and such other terms and conditions subject to which
such information is provided.
This RFP is not an Agreement and is neither an offer nor invitation by the Authority to
the prospective Bidders or any other person. The purpose of this RFP is to provide interested
parties with information that may be useful to them in making their financial offers (BIDs)
pursuant to this RFP. This RFP includes statements, which reflect various assumptions and
assessments arrived at by the Authority in relation to the Project. Such assumptions,
assessments and statements do not purport to contain all the information that each Bidder
may require. This RFP may not be appropriate for all persons, and it is not possible for the
Authority, its employees or advisors to consider the investment objectives, financial situation
and particular needs of each party who reads or uses this RFP. The assumptions, assessments,
statements and information contained in the Bidding Documents, especially the Project
Report, may not be complete, accurate, adequate or correct. Each Bidder should, therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions, assessments, statements and
information contained in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete
or authoritative statement of law. The Authority accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Applicant or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the RFP and any assessment, assumption, statement or
information contained therein or deemed to form part of this RFP or arising in any way for
participation in this BID Stage.
The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP. The Authority may in its absolute discretion, but without being under any
obligation to do so, update, amend or supplement the information, assessment or assumptions
contained in this RFP.
The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint
the Selected Bidder JV or Contractor, as the case may be, for the Project and the Authority
reserves the right to reject all or any of the Bidders or BIDs without assigning any reason
whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission
of its BID including but not limited to preparation, copying, postage, delivery fees,
expenses associated with any demonstrations or presentations which may be required by the
Authority or any other costs incurred in connection with or relating to its BID. All such costs and
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 5
expenses will remain with the Bidder and the Authority shall not be liable in any manner
whatsoever for the same or for any other costs or other expenses incurred by a Bidder in
preparation or submission of the BID, Regardless of the conduct or outcome of the Bidding
Process.
GENERAL INDEX FOR DOCUMENTS
SL.NO. DESCRIPTION VOLUME
THE SCOPE AND DELIVERABLES OF THE SUBJECT WORK
NOTICE INVITING TENDER
01
BIDDING DOCUMENT I
SECTION 1 INSTRUCTION TO BIDDERS
SECTION 2 GENERAL CONDITIONS OF CONTRACT
SECTION 3 SPECIAL CONDITIONS OF THE CONTRACT
02
BIDDING DOCUMENT
II
SECTION 4
SETTING OUT OF WORKS, DESIGN
CRITERIA, OBLIGATORY REQUIREMENTS
AND SPECIFICATIONS
SECTION 5 MATERIALS, PLANT & MACHINERY
SECTION 6 SUPPLEMENTARY SPECIFICATIONS
SECTION 7 SPECIFICATIONS FOR REINFORCED EARTH /
SOIL STRUCTURES
SECTION 8 ELECTRIFICATION WORKS
SECTION 9 LIST OF APPROVED MAKES
03 BIDDING DOCUMENT
III
SECTION 10 FINANCIAL BID
04 BIDDING DOCUMENT
IV
SECTION 11 MODEL FORMS
SECTION 12 DRAWINGS
SECTION 13 GEO-TECHNICAL INVESTIGATION REPORT
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 6
HYDERABAD METROPOLITAN DEVELOPMENT AUTHORITY
Name of the Work: Construction of Flyover between Balanagar X roads to
Narsapur X roads, Hyderabad under EPC System
Hyderabad Metropolitan Development Authority Under the aegis of Municipal Administration &
Urban Development Department (M.A. & U.D) Government of Telangana (GOT) invites
proposals from eligible bidders for the work of Construction of Flyover between
Balanagar X roads to Narsapur X roads, Hyderabad under Engineering
Procurement and Construction (EPC)-Turnkey with 24 Months Defect Liability Period The Entire System Should be Designed as per MORTH Specifications and Relevant latest IRC
and IS Codes and CPHEEO Manuals.
THE SCOPE AND DELIVERABLES OF THE SUBJECT WORK IS GIVEN BELOW:
The Scope of work includes Investigation, Surveying, Design, Preparation of Detailed
Estimates and Execution and Build of the following Deliverables. Salient features are given in
the following table:
The design for all the components shall be got approved by the Department.
I) SCOPE OF THE PROJECT:
Survey, Investigation, Detailed Design and Drawings and Construction of Flyover between
Balanagar X roads to Narsapur X roads, Hyderabad under EPC System at Hyderabad with
standard Viaduct spans and obligatory spans, Reinforced Soil walls, crash barriers, friction slabs,
approach slabs, Dirt walls, pier protection works, Anti-carbonation painting to the exposed concrete
surfaces, Metalizing to all the steel surfaces with sand blasting, formation of RE wall approaches to
the viaduct spans, medians, raised median wall with MS railing below the viaduct portion, wearing
coat and appurtenances in flyover, appropriate drainage system for flyover connecting to nearest
existing drains, electrification works, signages, pavement markings , providing and fixing
illuminating studs for flyover etc., complete and under Engineering Procurement and Construction
(EPC) system with 24 Months Defect Liability Period The Entire System Should be Designed as
per MORT&H Specifications and Relevant latest IRC and IS Codes
SETTING OUT OF WORKS, DESIGN CRITERIA, OBLIGATORY REQUIREMENTS AND
SPECIFICATIONS
1.01 General & Approach to Work Site
The general site particulars are shown in the Drawings enclosed in the Volume IV Tender
Document. The scope of topographic survey for the contractor consist of establishing bench mark
stations, carrying out traverses, topographic survey for provision of flyover viaducts, Approaches,
widening and strengthening for development of surface level roads with footpath, design of
drainage system for the surface level roads and integration of the drainage system to the natural
outfall along with all the connected works.
1.02 Topographic Survey, Bench Marks & Setting out of Works
a. The contents of the topographic survey drawing covering topographic details, bench marks and coordinates is for reference. HMDA does not take responsibility about the correctness
of the details in these drawings.
b. Contractor shall carry out detailed topographic survey by carrying out horizontal and vertical traverse followed by capturing of topographic survey details. Contractor shall
establish one Permanent Control Point at the project site connected with at least three
inter-visible points. Contractor shall also establish at least two Bench mark stations in all
the arms of the junctions, with the distance between two bench mark stations not
exceeding 400m. Control Point and Bench mark station shall be in precast RCC Pillar
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 7
with a minimum dimensions with length and width of 150mm and total depth of 600mm
with 400mm standing height above the top of existing road / ground level.
c. Contractor shall conduct horizontal traverse for the project using Total Station of 1 sec least count connecting stations in the form of loop and the traverse closure shall be better
than 1 in 20,000 accuracy and the closure error shall be distributed. In case, the traverse
closure is above 1 in 20,000, the contractor shall redo the traverse until the closure is
within the permissible value of 1 in 20,000 or better. Vertical traverse shall be conducted
using Auto Level from Survey of India benchmark which shall be transferred to the
permanent control point of the project. Vertical data recordings shall be based on double
tertiary measurements of the three cross hair readings of the instrument. The closure error
shall be checked for the permissible limits of 12K in millimeters, where K is the distance
in Km. The error shall be distributed within to all the bench marks in the loop. In case, the
error is more than the permissible limits, then the survey shall be reconducted.
d. Contractor shall be solely responsible for the correctness of the traverses data. The reduced levels shall be painted on all the bench marks.
e. The Contractor shall be responsible for the true and proper setting out of the works and for the correctness of the positions, levels and dimensions and alignments of all parts of the
works and for the provision of all necessary instruments, appliances and labour in
connection therewith. Setting out of piers / abutments / RE wall edges and other obligatory
points / locations as desired by Engineer / Engineers representative shall be secured at
ground with nails and painted the point with circle along with identification. The
Contractor shall give at least 24 hours notice to the Engineer / Engineers Representative
of his intention to set out or give levels.
f. If at any time during the progress of the work or after completion, any error may appear or arise in the positions, levels, dimensions of alignments of any part of the work, the
Contractor shall at his own expenses, rectify such errors to the satisfaction of the Engineer
/ Engineers Representative at no additional cost and time.
g. All duties concerning establishment of a set of bench marks, permanent stations for setting up total stations, centre line pillars, etc. for performing all the functions necessary at the
commencement and during the progress of work till the physical completion of all the
items of the work in his scope, shall be carried out by the Contractor at his own cost.
h. The centre line and edges of the roads & flyover Carriage Ways, and the foundations shall be established by total station and the centre line marks shall be engraved on smoothly
finished masonry or concrete pillars of such dimensions and constructed at such intervals
and places as may be directed by the Engineer / Engineers Representative and shall be
maintained in proper manner throughout the period of construction. The Contractor shall
submit a drawing showing the comprehensive alignment and wall locations within 15
(fifteen) days from the date of signing of agreement.
i. The contractor shall also keep proper record of such permanent Bench marks established denoting therein their correct levels.
j. The work of establishment of all such Bench Marks shall be carried out by only experienced staff of the Contractor with the help of precise instruments suitable for this
type of work. The instruments used shall be checked for their accuracy and for permanent
adjustments before the commencement of the work and also at frequent intervals during
the progress of the work.
k. All such Bench marks established by the Contractor shall be subjected to check and approval of the Engineer / Engineers Representative or his representative as and when
required, and any variations noticed in the work as a result of improper establishment and
maintenance of such Bench Marks shall be rectified at the Contractors risk and expense.
1.03 Design Criteria
The overall layout of the drawing for the proposed Flyover, at-grade level service roads, drains, illumination
etc., within the scope of work, is given in the tender drawings. The contractor shall prepare detailed
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 8
alignment design for horizontal and vertical geometry along with proposed span arrangement as per the
design criteria specified in following sections and shall be got approved by the Engineer-in-charge.
Flyover - Viaduct (Pre-cast Pre-stressed Post Tensioned I-Girders with cast-in-situ RCC deck slab for
standard straight spans and fabricated steel plate girder composite with cast-in-situ RCC deck slab for
obligatory spans and all curved spans except wherever specified otherwise) and approaches with Reinforced
soil walls and works.
Specific Deliverables and Design Criteria for each junction
Deliverables and Design Criteria
Sl. No Parameters Design Criteria
1 Design Speed The design speed shall be minimum 50 km per hour.
2 Cross section elements of
flyover
a Carriageway
Flyover: 6 Lane Flyover crossing Narsapur cross road and
Balanagar X roads shall be 24m width (2*11m carriageway
+1.0m median +2*0.5m crash barrier) and viaduct with the
required obligatory spans to facilitate traffic below the flyover
at junctions and RE wall approaches
Future provision of 2 lane one way loop ramp on either
approaches on the flyover shall be made in the design of
flyover structure at joining portion as shown tender drawings
(One loop for Jeedimetla bound traffic and other loop for
Fathenagar bound traffic).
b
Cross fall 2.5% camber/e as per design.
c Super elevation 4% Maximum.
d Coefficient of lateral friction 0.15 Maximum.
3 Radius of horizontal curves As shown in tender drawings.
4 Longitudinal gradient Gradients shall be as shown in relevant tender drawing.
5 Vertical clearance
5.5m (min.) below the pier cap bottom at obligatory span at
the junctions and also below the bottom of pier cap of
standard spans between the two junctions where the at grade
road is passing below the flyover in viaduct portion as shown
in the relevant tender drawing.
6 Viaduct Portion / Obligatory
Span
Geometry shall be substantially as per the details shown in
relevant standard structural drawings.
a Standard spans PSC I-Girder with cast in situ deck slab as detailed in relevant
structural tender drawings.
b Obligatory spans and curved
spans at junction
Steel composite girder with cast in situ deck slab as per
relevant structural tender drawings.
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 9
Sl. No Parameters Design Criteria
c Wearing course on flyover
Wearing coat over viaduct and approach slab shall be 65mm
thick comprising of 2 layers of 20mm each thick asphaltic
concrete over one layer of 25mm thick mastic asphalt.
7 Approaches to flyover As detailed in relevant tender drawing.
a RE wall in approaches Reinforced soil wall with Geo strips / Geo grids as per design
requirement and shown in relevant tender drawing.
Important highway details
b Pavement Composition for
approaches
Pavement composition for main carriageway and flyover
approaches shall be for a traffic intensity of 30 MSA for
bituminous layers & 60 MSA for granular layers and the
soaked CBR of effective sub-grade shall not be less than 10%.
The minimum pavement composition details for all road
works including approaches of the flyover are as under:
BC - 40mm
DBM - 95mm
WMM - 250mm
GSB - 200mm
Sub Grade- 500mm
1.04 Reference Codes for design
The standards for road geometrics to be adopted in the design of the viaduct and
approaches to flyover shall be as per the relevant codes and specifications.
1.05 General Requirements for the Flyover and road works.
a. The general arrangement of Flyover shall be as indicated in the relevant tender drawings.
b. All the structural elements shall be elegantly harmonized in respect of shapes, sizes, lines and levels.
c. All the lines of the flyover such as, deck line, deck side and bottom lines shall be continuous without any break.
Note: The decision of the Engineer / Engineers Representative shall be final in respect of (b) and
(c) above.
d. The distance between pier centers in viaduct span shall not be less than 30m and for loop ramps span length shall not be less than 14m, except wherever specifically indicated
otherwise in the drawing.
e. Substantial compliance is mandatory except wherever otherwise showed in tender drawing for the geometry detailed in the tender drawings.
f. Abutments shall be located approximately at the same location as shown in the relevant tender drawing.
g. Single Pier structure is mandatory except wherever otherwise showed in tender drawing. Pier shape shall be harmonized with the super structure.
h. The obligatory span connecting approach viaduct spans on either side shall be suitably adjusted & constructed with the approval of Engineer / Engineers Representative.
i. The continuity of the superstructure should be achieved preferably by diaphragm continuity. In case of deviation from it under unavoidable circumstances deck continuity can be
provided with the approval of Engineer / Engineers Representative. Span continuity shall be
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 10
provided as far as possible. For improved riding quality, the number of expansion joints
shall be minimized to the extent possible using single modular expansion joint and/or strip
seal expansion joint.
j. The widening of existing at-grade road including provision of foot path and shall be made in accordance with chainage wise indicative typical cross-sections proposed in the tender
drawing.
k. Strengthening of existing road wherever necessary shall be done after carrying out detailed pavement condition survey and pavement design with the approval of the Engineer in
charge. Report of initial pavement condition survey conducted will be available in the office
HMDA for reference of the bidder for tendering purpose.
l. For mass rock excavation or rock cutting, if it is to be done by diamond rock cut (wiresaw method) as decided by the Engineer, the contractor must submit specification and
methodology to the Engineer/ Engineers Representative for approval before
commencement of work.
m. The viaduct shall be such that the span adjacent to solid ramp portion should have a vertical clearance of minimum 3 m from the soffit of the flyover super structure.
n. Type of obligatory span: For the obligatory spans up to 30 m in straight portion should be considered with PSC girder and the spans more than 30 m in straight should be considered
with steel composite beams and for the curved spans should be considered with steel
composite beams
o. The radius of curves as indicated in the design criteria/indicative drawings shall not be less than that indicated for all viaduct structures. Further any increase in radius from that
indicated in design criteria/ indicative drawings shall not result in any extra land acquisition
requirements.
1.06 Deleted
1.07 Restrictions on Type of Structures for Viaduct.
The following types of structural arrangements shall not be permitted:
a. A design in which stability of one or more span is endangered due to failure of some other span or spans. However, continuous superstructure on unyielding foundations is
acceptable
b. Superstructures with hinges / half joints / articulations and gap slabs.
c. Structures with transverse pre stressing.
d. Transversely continuous wide deck resting on separate foundations at support locations.
1.08 Description of Work and Obligatory Provisions for Proposals for Flyover.
a) Alignment and location
The alignment, longitudinal sections are as shown in the tender drawings.
b) Layout of Viaduct & Reinforced soil walls.
The geometric designs, structural arrangements, are substantially obligatory. The
layout shall also satisfy the criteria indicated in the enclosed
drawing/supplementary data.
c) Road level on the flyover and roadway particulars
The geometric design, the structural arrangements of components the wearing coats are obligatory and shall
be incorporated without any change unless specifically instructed by the Engineer / Engineers
Representative.
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 11
i) The proposed road particulars and carriageway widths shall be as per tender Drawing.
ii) The vertical profile of the finished surface of deck slab and wearing course shall be in the form of a smooth curve wherever change in gradient occurs. The design of curves (vertical /
horizontal) shall be got approved by the Engineer / Engineers Representative. The structure
shall be designed considering all loads and forces as per IRC Codes.
1.09 Design and Drawings
1.09.1 Design and Drawings shall be developed in conformity with the IRC codes set forth in subsequent
paragraph and as provided in the tender drawing and MORT&H Specifications. In the event, the
Contractor requires any relaxation in design standards due to restricted Right of Way at any section,
the alternative design criteria for such section shall be provided for review of the Engineer.
Immediately after award, the contractor shall:
a) appoint its representative duly authorized who shall head the Contractors design unit and shall be responsible for surveys, investigations, collection of data, and preparation of preliminary
and detailed designs;
b) make its own arrangements for quarrying of materials needed for the Project under and in accordance with the Applicable Laws and Applicable Permits
c) submit to the Engineer a program for the Works, developed using networking techniques giving the following details:
Part I: Contractors organization for the Project, the general methods and arrangements for
design and construction, environmental management plan, Quality Assurance Plan including
design quality plan, traffic management and safety plan covering safety of users and workers
during construction, Contractors key personnel and equipment.
Part II: Program for completion of all stages of construction and Project Milestones of the
Works. The Program shall include:
(i) the order in which the Contractor intends to carry out the Works, including the anticipated
timing of design and stages of Works;
(ii) the periods for reviews and certification by Proof Consultant and approval of the
Engineer
The Contractor shall submit a revised program whenever the previous program is inconsistent
with the actual progress or with the Contractors obligations.
d) The Contractor shall appoint a safety consultant (Safety Consultant) to carry out safety audit at the design stage of the Project Highway in accordance with the Applicable Laws and
Good Industry Practice. The Safety Consultant shall be appointed after proposing to the
Authority a panel of three names of qualified and experienced firms from whom the Authority
may choose one to be the Safety Consultant. Provided, however, that if the panel is not
acceptable to the Authority and the reasons for the same are furnished to the Contractor, the
Contactor shall propose to the Authority a revised panel of three names from the firms
empanelled as safety consultants by the [Ministry of Road Transport and Highways] for
obtaining the consent of the Authority. The Contractor shall also obtain the consent of the
Authority for the key personnel of the Safety Consultant who shall have adequate experience
and qualifications in safety audit of the highway projects.
e) The safety audit pursuant to Clause 1.09.1 (d) above shall be carried out by the Safety Consultant in respect of all such design details that have a bearing on safety of Users as well as
pedestrians involved in or associated with accidents. The recommendations of the Safety
Consultant shall be incorporated in the design of the Project Highway and the Contractor shall
forward to the Authoritys Engineer a certificate to this effect together with the
recommendations of the Safety Consultant. For the avoidance of doubt, the Safety Consultant
to be engaged by the Contractor shall be independent of the design and implementation team of
the Contractor.
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 12
f) The Contractor shall appoint a proof check consultant after proposing to the Engineer a panel of three names of qualified and experienced firms from whom the Engineer may choose one to
be the Proof Consultant. Provided, however, that if the panel is not acceptable to the Authority
and the reasons for the same are furnished to the Contractor, the Contactor shall propose to the
Authority a revised panel of three names from the firms empanelled as proof consultants by the
[Ministry of Road Transport and Highways] for obtaining the consent of the Authority. The
Contractor shall also obtain the consent of the Engineer for two key personnel of the Proof
Consultant who shall have adequate experience and qualifications in bridges/flyovers and
highways respectively.
The Proof Consultant shall evolve a systems approach with the contractor so as to minimize
the time required for final designs and construction drawings; and proof check the detailed
calculations, drawings and designs, which have been prepared by the contractor.
The Contractors obligations with respect to the design and drawings of the Project shall be:
i) To prepare and submit, with reasonable promptness and in such sequence as is consistent with the Project Completion Schedule, three copies each of the design and Drawings, duly certified
by the Proof Consultant, to the Engineer for review.
ii) By submitting the Drawings for review to the Engineer, the Contractor shall be deemed to have represented that it has determined and verified that the design and engineering, including
field construction criteria related thereto, are in conformity with the Scope of the Project, the
Specifications and Standards.
iii) The Contractor shall not be obliged to await for the observations of the Authoritys Engineer on the Drawings submitted pursuant hereto beyond a period of 7 (seven) days for highways
and 15 (fifteen) days for structural components of flyovers and may begin or continue Works
at its own discretion and risk.
iv) If the aforesaid observations of the Engineer indicate that the Drawings are not in conformity with the Scope of the Project or the Specifications and Standards, such Drawings shall be
revised by the Contractor in conformity with the provisions of this Agreement and resubmitted
to the Engineer for review. In the event the Contractor fails to revise and resubmit such
Drawings to the Authoritys Engineer for review as aforesaid, the Engineer may withhold the
payment for the affected works in accordance with the provisions of the contract. If the
Contractor disputes any decision, direction or determination of the Engineer hereunder, the
Dispute shall be resolved in accordance with the Dispute Resolution Procedure;
v) No review and/or observation of the Engineer and/or its failure to review and/or convey its observations on any Drawings shall relieve the Contractor of its obligations and liabilities
under this Agreement in any manner nor shall the Engineer or the Authority be liable for the
same in any manner; and if errors, omissions, ambiguities, inconsistencies, inadequacies or
other Defects are found in the Drawings, they and the construction works, if carried out in
accordance with such erroneous drawings, shall be corrected at the Contractor's cost.
vi) The Contractor shall be responsible for delays in submitting the Drawing caused by reason of delays in surveys and field investigations, and shall not be entitled to seek any relief in that
regard from the Authority.
vii) The Contractor shall ensure that its designers, including any third parties engaged by it, shall have the required experience and capability in accordance with Good Industry Practice and it
shall indemnify the Authority against any damage, expense, liability, loss or claim, which the
Authority might incur, sustain or be subject to arising from any breach of the Contractors
design responsibility and/or warranty set out in this Clause.
g) Any cost or delay in construction arising from review by the Authoritys Engineer shall be borne by the Contractor.
h) Works shall be executed in accordance with the Drawings provided by the Contractor in accordance with the provisions of this Clause 1.09 and the observations of the Authoritys
Engineer thereon as communicated. Such Drawings shall not be amended or altered without
prior written notice to the Authoritys Engineer. If a Party becomes aware of an error or defect
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 13
of a technical nature in the design or Drawings, that Party shall promptly give notice to the
other Party of such error or defect.
i) Along with the request for taking over the works or section (as the case may be), the Contractor shall furnish to the Authority and the Authoritys Engineer a complete set of as-
built Drawings, in 2 (two) hard copies and in micro film form or in such other medium as may
be acceptable to the Authority, reflecting the Project as actually designed, engineered and
constructed, including an as-built survey.
j) Maintenance Manual
No later than 60 (sixty) days prior to the Project Completion Date, the Contractor shall, in
consultation with the Engineer, evolve a maintenance manual (Maintenance Manual) for the
regular and preventive maintenance of the Grade separators including the Project Highway in
conformity with the Specifications and Standards, safety requirements and Good Industry
Practice, and shall provide 5 (five) copies thereof to the Engineer. The Engineer shall review
the Maintenance Manual and communicate its comments to the Contractor for necessary
modifications, if any.
1.09.2 Durability:
From durability considerations, the design of grade separators shall take into consideration
the following:
2. Moderate conditions of exposure shall be considered in the design.
3. Ordinary Portland cement, 53 Grade conforming to I.S: 8112
4. The strands to be used for P.S.C. structures shall be of Low relaxation steel conforming to IS: 14268 - 1995, class 2 with minimum breaking strength of 183.7KN per strand
5. Maximum (jack) stressing force in High tensile strands shall be as per cl.7.9.2 of IRC : 112
6. Sheathing ducts used for PSC works shall be HDPE corrugated only
7. The minimum thickness of HDPE sheathing as per manufacturers specifications shall be mentioned
1.09.3 Foundation for piers and abutments
General foundation levels proposed for piers & abutment shall be decided as per the detailed
geotechnical investigations carried out by the contractor and the consequent design data approved
by the Engineer.
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.
The top of pile cap, if pile foundations are proposed, shall be at a depth of minimum 500 mm below
final ground / road level.
1.09.4 Substructure
a) RCC solid piers which are aesthetically treated shall be accepted.
b) 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.
1.09.5 Superstructure
a) Deck slabs
i) Deck slab thickness shall not be less than 200 mm
b) Reinforced concrete Slab
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 14
i) The cross diaphragms shall be a minimum of one number at each support and at ends of cantilever if any.
ii) Finite element method of analysis shall be adopted for arriving at the design forces in curved and also in straight superstructure.
c) Pre stressing Steel
i) The pre stressing cables to be used shall be made using low relaxation KT strands conforming to IS: 14268
ii) Provisional cable: All pre stressed 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 pre
stressing, if they are not required and holes grouted.
iii) Provision of future pre stressing: Specific provision shall be made to permit future addition of un-bonded external tendons (inside the box
section) symmetrically about the bridge center line for post tensioning
force of not less than 10% of the positive and negative moment primary
post tensioning forces.
iv) The maximum permissible jacking force shall not exceed 76.5 percent of
the minimum ultimate tensile strength.
1.09.6 Pre-stressed Concrete Girder and Slab
Concrete girder and slab type superstructure shall satisfy following stipulation:
i) Minimum thickness of slab shall be 200 mm.
ii) Pre stressed concrete girder and slab The minimum thickness of web shall be 250mm.
iii) The minimum thickness of web and soffit slab shall be based on the minimum cover required for the Tendons as per IRC: 112.
iv) All cables shall have minimum cover as prescribed in IRC.
1.09.7 Precast Construction
a) While designing precast elements/structure, aspects of durability and minimum
maintenance shall be kept in view.
b) Precast panel / girders and cast-in-situ slab construction shall be designed as composite construction.
c) Cross pre stressing of deck is not permitted. However, transverse pre stressing of end diaphragms and pier cap is permitted.
d) In precast construction, the performance of joints is especially critical for the integrity of a structural system. The geometric configuration of a joint, in addition to the selection of an
appropriate interface material contributes 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.
e) Proper lifting arrangements shall be arranged by the contractor for handling the precast unit. The components shall be designed for lifting and erection loads and stresses. Lifting
and handling positions should be clearly defined particularly at critical locations.
Indelible, identity, location and orientation marks shall be put on all segments as and when
necessary.
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 15
1.09.7 Bearings below superstructure
In conformance to IRC: 83 (Part-II) for elastomeric bearings and Part [III] for POT- PTFE bearings
and MORT&H specifications.
1.09.8 Expansion joints
Strip Seal and Modular type expansion joint in conformation to IRC SP-69; 2005 and MORT&H
specifications.
II) DELIVERABLES OF THE PROJECT
The IBM Value for the above work is worked out as per Telangana State Schedule of Rates for the
year 2016-17 and as per T.S. Revised Standard Data Books and the values are as shown below:
Period of Completion: 24 Months including Monsoon.
S.
No.
Description Unit Quantit
y
Unit
Rate
Amount in
Lakhs
1 Cost of Flyover (Viaduct)
a) Main Flyover - Standard Span
Design and Construction of 6 lane Flyover with viaduct at
Narsapur X Roads & Balanagar X roads in standard spans and
the work Shall include the foundations, substructure, precast PSC
Post Tensioned girders and cast-in-situ slab in super structure,
POT PTFE bearings ,crash barriers with railing, wearing course,
expansion joint, deck continuity, dirt wall, road markings &
Signages, providing and fixing illuminating studs, central median
wherever required, deck drainage system upto disposal point at
existing storm water drain, Anti carbonation painting to the
exposed concrete surfaces, etc. including cost towards casting
yard and its related activities complete etc., including carting of
surplus excavated material etc., as shown in the drawings and as
per the specifications.
Sqm 15840 28700 4546.08
b) Main Flyover - Obligatory Span
Design and Construction of 6 lane Flyover in viaduct at Narsapur
X Roads & Balanagar X roads with obligatory spans and the
work Shall include the foundations, substructure, structural steel
girders and cast-in-situ slab (composite type) in superstructure,
POT PTFE bearings ,crash barriers with railing, wearing course,
expansion joint, deck continuity, road markings & Signages,
providing and fixing illuminating studs, central median wherever
required, deck drainage system upto disposal point at existing
storm water drain, Anti carbonation painting to the exposed
concrete surfaces, Metallizing to all the steel surfaces with sand
blasting, etc. including cost towards Fabrication yard/work shop
and its related activities complete etc., including carting of surplus
excavated material etc., as shown in the drawings and as per the
specifications.
Sqm 2880 45700 1316.16
2 Approaches of Main flyover
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 16
S.
No.
Description Unit Quantit
y
Unit
Rate
Amount in
Lakhs
Construction of approaches with Reinforced Earth Retaining
Walls using Geo strips/ Geo grids on either side of approaches,
suitable granular filling as per design inclusive of crash barriers
with railing, friction slab etc. The work shall include Retaining
wall along with foundations for the area and the road crust in the
approaches, approach slabs, wearing course on approach slabs,
central median wherever required, drainage system upto disposal
point at existing nearby storm water drain, crash barriers, anti
carbonation painting to the exposed concrete surfaces, road
marking, providing and fixing illuminating studs, road signages,
including carting and disposal of surplus materials etc. complete
as per approved drawings and specifications.
Sqm 7440 8400 624.96
3 Providing LED street lighting for flyover structure with
single/double arm light poles @ 25 m c/c for its illumination etc.
complete as per approved design and specifications.
1 job 95.86
4 Providing, fitting and fixing mild steel railing including painting
complete as per drawing and technical specifications Clause
1208.2 MORD / 1900 & 2703 MORTH above Stone masonry work
in cement mortar 1:4 including pointing with CM 1:3 in
foundation complete as per drawing and technical specifications
Clauses 702, 704, 1202 & 1203 MORD and 1405 MORTH.
including excavation, carting of excavated material, coping etc.,
complete
Rm 1320 7139 94.14
5 Sub Total 6,677.21
6 Survey, Soil Investigation, Design, Proof Checking and Safety consultancy charges @2.5% 166.93
7 Barricading and traffic management and safety during construction @ 0.5% 33.39
8 Seigniorage Charges (0.5%) 33.39
8 Internal Bench Mark Value (in Rupees) (A) including Labour cess @ 1% 6,910.92
9 VAT @ 5% 345.55
10 NAC @ 0.1% 6.91
11 Provision for PMC Consultancy charges @ 3% 207.33
12 Provision for Utility Shifting @ 10% 691.09
13 LS provision for Contingencies, Price escalation/adjustment and tender premium 345.55
14 LS provision for at grade improvement works
Cost of Roads, Kerbs, Footpath, Median, Islands, Cycle track, Utility Duct with Chambers and
Collection Chambers below footpath, storm water drains, culverts etc
1945.65
15 SUB-TOTAL (B) = 3542.08
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 17
S.
No.
Description Unit Quantit
y
Unit
Rate
Amount in
Lakhs
16 TOTAL PROJECT COST [A+B] = 10453.00
in Crores 104.53
The Internal Bench Mark (IBM) is arrived based on the probable quantities indicated in the deliverables with
the rates of cement, steel, and bitumen as below:
The cement, Mild steel, TMT/ HYSD bars, HT steel, structural steel are considered vide letter no.
C.Memo No. 146/Cement & Steel/T2/2016-17 dt.08-05-2017 issued by Engineer-in-Chief (PH),
Government of Telangana.
Cement Rs. 6,250/ MT
HYSD Steel (Fe 500)
(From Primary producers like TATA, SAIL,
VSP, JINDAL as approved by Ministry of Steel) Rs. 40,500/MT
HYSD Steel (Fe 500)
BIS Approved y Secondary Producers conforming to IS 1786-2008 must have valid license
and well established TMT process of either Thermax,Tempcore, Evcon Turbo &Turboquench
HT Steel (3mm& 4mm) Rs. 54,000/MT & 53,000/ MT
Structural Steel Rs. 40,000/MT
The following prices inclusive of taxes (Rs./Metric tonne) are considered for bituminous materials
((incl. Sales Tax, excise duty, Education Cess & Transportation Charges, w.e.f. 15-03-2017 )for
arriving IBM:
Bitumen VG-30 Rs. -31,241.06 / MT
Emulsion (SS) Rs. - 47,172.00 / MT
Emulsion (RS) Rs. -29,772.36 / MT
Any change in quantities will be paid extra / recovered as the case may be as explained below:
i During Execution of Work, Traffic shall be diverted wherever necessary by barricading and duly providing Traffic Signals as per the Standard Specifications.
ii During Construction Work, care shall be taken so that the existing services such as water supply lines / Electrical Cables / Telephone Cables are not affected. Any damages to the cable / to any
installation shall have to be replaced by the bidder with his own cost to the Original Position.
iii Any Surplus Earth after Refilling and Leveling Site must be carted to the nearest place as directed by the HMDA Officers.
iv The Entire work has a Defect Liability period of 2 years after Completion and Commissioning.
v On Completion, the Bidder Should Submit 6 Sets of (As-built) Completion Drawings.
vi The bidder shall quote the tender taking into consideration of the facts mentioned in the tender document considering the status of land acquisition and the site shall be made available to the
Contractor for execution as per the availability of site. The contractor shall make arrangements for
execution of the work and program the construction of flyover to suit the site conditions.
The Bidder shall take up the Construction of the above components in the Land Provided by
HMDA. Hence the Bidder has to take up the Survey and Designing of the work accordingly. All
Necessary Permissions / Clearances / Approvals are to be Processed and Obtained by the Firm
Only. As a User Agency this Department will initiate the Proposals in respect of above.
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 18
vii If any change is warranted in the physical dimensions/ properties/ Specifications of the items of scope and deliverables due to change in designs, drawings and plans or site requirement, and if
these variations are not covered under (viii) below, the payment will be made as per the SSR 2016-
17 depending on the applicability.
viii Any quantity of the items excess over the scope of work will be paid extra and any quantity less than the scope of work will be deducted as per the departmental assessment made in arriving the
Internal Bench Mark (IBM) / as per rates arrived at for different items from AnnexureI depending
on the applicability on prorata basis. Authorized deletion of entire item/sub item of the deliverables,
in case of any item(s)/sub item(s) not being grounded / executed / completed for any unforeseen
circumstances, will be done as per the departmental assessment made in arriving the Internal
Bench Mark (IBM) / as per rates arrived at for different items from AnnexureI depending on the
applicability on prorata basis. On account of such authorized deletions, there shall not be any
claims whatsoever by the contractor.
ix For the purpose of arriving at variations in areas of viaducts (Standard as well as Obligatory) and RE Wall Approaches in Flyovers, the width shall be measured from outer to outer of Crash Barriers
and length of via duct shall be measured from outer to outer faces of dirt walls over the abutments.
However, the ratio of carriage way width to total width shall not be decreased.
x Deleted
xi Deleted
xii The payments to the quantities of the items of the scope and deliverables of the work shall be made in proportion to their execution based on the percentage of respective components in the IBM value
of the work, subject to the other conditions envisaged in the agreement and executive instructions
from time to time.
xiii The Price adjustment will be applicable as per the Government orders issued vide G.O.Ms.No.1, Dt. : 25-02-2012 of Finance (Works & Projects-F7) department.
xiv Bidder shall carefully plan the location of standard span piers, obligatory span piers etc., complete and all the construction works without disturbing / damaging the existing religious structures such
as temples, masjids, churches, dargahs, chillas, grave yards etc., and the work shall be carried out
with least disturbance to the traffic.
xv Detailed Work program shall be prepared based on the site conditions, land availability at the time of execution etc., and shall be got approved before execution of work at site.
NOTE:
1. The IBM includes overhead charges and contractors profit as per T.S Revised standard data book for analysis of rates.
2. As the overhead charges include the Site accommodation, setting up plant, access road, water supply, electricity and general site arrangements, Office furniture, equipment and communications,
Expenditure on Corporate office of contractor, site supervision, Documentation and as built
drawings, Mobilisation/ de-mobilisation of resources, Labour camps with minimum amenities and
transportation to work sites, Light vehicles for site supervision including administrative and
managerial requirements, Laboratory equipment and quality control including field and laboratory
testing, Minor T & P and survey instruments and setting outworks, including verification of line,
dimensions, trial pits and bore holes, where required, Watch and ward, Traffic management during
construction, Expenditure on safeguarding environment, Sundries, Financing Expenditure, Sales/
Turn overtax , Work Insurance/ compensation etc., no reimbursement for these will be made
separately.
3. The Contractor has to take Policies and certificates of insurance for whole scope of work for the total contract value or IBM whichever is more and they shall be delivered to the Chief Engineer,
HMDA at the time of concluding Agreement. Failing to comply with the above, the Engineer-in-
Charge shall take insurance policy at the cost of Contractor duly deducting the premium from the
Contractor bills.
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 19
4. If the contractor fails to employ technical persons, the work will be suspended or department will engage technical persons and recover the cost thereof from the contractor along with penalty.
5. All the PCC/RCC to be used in the work shall be of design mix only for M10 and above grades. RCC shall be made use of batching plant, transit mixer and concrete pump and PCC shall be of
machine mixing only.
6. The Bitumen to be used shall be of 60/70 grade i.e. VG-30.
7. Deleted
8. The IBM is arrived based on the night concreting for foundation, pier and cast-in-situ slab for the viaduct portion of flyover or for foundations. In case of day time concreting for the above elements
of flyover, the contractor at site shall maintain a record of day time concrete works for the above
elements of flyover and Client / clients representative shall verify and approve the same and the
payment will be deducted @ Rs. 20.00 per cum of concrete of such day time concreting quantity.
(III) The Eligibility Criteria for the Above EPC Tender is as
Follows;-
Note 1): All the eligibility criteria shall be satisfied by the Bidder. Joint Ventures (JV) shall
not be considered.
Note 2): The Companies who have either applied for or have been got approved for
Corporate Debt Restructuring (CDR) are not allowed to participate in the tender.
Period of Completion: 24 Months including Monsoon
Civil Contractors / Contracting firms having Registration with Government of Telangana/Andhra
Pradesh in appropriate eligible class as per the G.O.Ms.No.94, I & CAD (PW-COD) Dept., dt: 1.7.2003,
G.O.Ms.No.66, I & CAD (PW-COD) Dept., dt: 20.04.2015 or Civil Contractors /Contracting firms having
registration with Government of India and Government of India undertakings or other state governments and
other state government undertakings in India are eligible.
Qualification Requirements for opening Price Bid:
a) The Bidder should have satisfactorily completed the following on EPC Turnkey Basis in urban areas/Highways involving Engineering, Procurement & Construction, inclusive of all
the associated Works which is opened to Traffic during the last 10 Years and of combined
value not less than Rs. 17.28 Cr as a prime contractor in the same name and style in any one
of the financial years during the last ten financial years and updated by giving 10% simple
weightage per year to bring them to 2016-2017.
i) Maximum of FIVE similar nature of works such as Flyover / Elevated structure / Bridge of minimum 2/3 lane carriageway of combined length not less than 2.73 lane
km of which atleast 70% of length should have been with precast PSC girder
technology and should have completed at least one obligatory span or standard
span with composite beam technology with Pile foundation experience in any one
of the similar project.
Note :
1) The Bidder should enclose experience certificates in support of above criteria Issued by the
Engineer In - charge of the State / Central Government Departments / Undertakings not below
the rank of Executive Engineer or Equivalent and countersigned by the next higher authority
not below the Rank of SE / Next higher authority / Head Of the Department. The Experience
Certificates shall be in English.
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 20
2) Further, the experience certificates should clearly indicate the date of commencement of
work, date of completion, Financial Year Wise Breakup of the values of similar works done and
physical quantities/ Items executed.
3) In evaluating the past experience of a JV for a Project, experience will only be
considered if the firm was lead partner in the experience and Sub contractors /GPA holders
experience shall not be taken into account.
b) Liquid asset / credit facilities / Solvency certificates:
The bidder should produce liquid asset / credit facilities / Solvency certificates from any Indian
Nationalized / Scheduled Banks of value not less than Rs. 8.64 Crores.
The audited balance sheet for the last ten financial years certified by a Chartered Accountant shall
be submitted and must demonstrate the soundness of the applicants financial position, showing
long-term profitability (including an estimated financial projection for the next two financial years).
Where necessary, the Employer will make inquiries with the Applicants bankers.
c) Bid Capacity:
Assessed available Bid capacity as per formula (2AN-B) should be greater than Internal Bench
Mark (IBM) value assessed by the HMDA.
The current bid capacity should be more than the Internal Bench Mark (IBM) value of the work.
A= Maximum Value of Civil Engineering works executed in any one financial year during the last
ten financial years i.e Years 2006-07 to 2015-2016 updated by giving 10% simple weightage per
year to bring them to 2016-2017 price level duly certified by the statutory auditor taking into
account the completed as well as works in progress.
N= Number of years prescribed for completion of the works for which tenders are invited.
B=Value of existing commitments and ongoing works to be completed during the period of
completion of the project for which tenders are invited. The value of works for which Tenders are
submitted [awarded / likely to be awarded) will also be considered as existing commitments
(updated to 2016-17 price level).
d) The Bidder should furnish the availability (either owned or leased) of following minimum key and critical equipment required for the work.
Essential Plants and Equipments: The bidder shall give a declaration on Rs.100/- Non
Judicial Stamp Paper stating that he will deploy the following critical equipment (by owning
or leasing or hiring) along with spare provisions to have Uninterrupted Execution of the
Work.
S.
No.
Type of Plant / Equipment As per the
Requirement
1 Dozer
2 Hydraulic excavators
3 Tippers, Tractor and trolley
4 Motor Graders
5 Vibratory Road Rollers
6 Wet Mix Macadam Plant
7 Mixing and spreading Equipment for Wet Mix Macadam
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 21
S.
No.
Type of Plant / Equipment As per the
Requirement
8 Batch Mix Hot Mix Plant
9 Paver Finishers with Hydrostatic sensor control
10 Concrete Mixers
11 Automated Concrete Batching Plants(Micro Processor Controlled) 30 cum capacity
12 Tower crane for Launching girders
13 Gantry Crane 100 T capacity
14 Pre-stressing equipment(Jacks & pumps)
15 Long bedded trailor for carrying the girders
16 Generator
Total Station Survey equipment
17 Auto Level (Levelling Equipment)
18 Mobile Lab Facility equipped with Binding Extractor, Seive Set, Sand Equivalent
Apparatus, Viscometer(Saybolt Furol),Measuring Cylinder, Baker etc.,
19 Needle Vibrator/Shutter Vibrator
20 Grouting Machines with Agitators
21 Hydraulic Jacks
22 Reinforcement Cutting & Bending Machine
23 Air Compressors
24 Jack Hammers
25 Rock breaker
26 Dewatering pumps
27 Water Tanker
28 Goliath Crane 20 T capacity
29 Transit Mixer 6 cum capacity
30 Concrete pump
31 Hydraulic Piling Rig equipment
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 22
f) Personnel Capabilities Technical Personnel deployment:
The bidder should furnish availability of following technical personal with adequate experience at
each site: The following are the minimum key personnel required for one site. However, Contractor
has to deploy adequate number of professionals required for the job in consultation with Engineer
in Charge/ HMDA. In any case, at each site where the work is under execution the following
minimum personal shall be deployed
S.No Designation Qualification Nos
Required
1 Project manager
Graduate Engineer with minimum experience of 10 years
in the construction of urban flyovers, bridges, ROB &
experience in pre-cast construction for minimum 3 years
1
2 Sr. Bridge design
Engineer
Graduate Engineer having experience of 10 years in design
of bridge/flyover structures 1
3 Bridge design
Engineer
Graduate Engineer having experience of 5 years in design
of bridge/flyover structures 1
4 Highway design
Engineer
Graduate Engineer having experience of 10 years in
design of urban highway 1
5 Safety Consultant As per item 1.09.1 (d) of the scope of the project. 1 firm
6 Proof Check
consultant As per item 1.09.1 (f) of the scope of the project. 1firm
7 MEP Engineer Graduate / Diploma Engineers with minimum experience
of 5 years relevant experience 1
8 Quality Control
Engineer
Graduate / Diploma Engineers with minimum experience
of 5 years relevant experience 2
9 Structural Engineer Graduate / Diploma Engineers with minimum experience
of 5 years relevant experience 1
Pavement Specialist
Graduate / Diploma Engineers with minimum experience
of 5 years relevant experience 1
10 Planning Engineer
Graduate / Diploma Engineers with minimum experience
of 5 years in the construction of urban flyovers, bridges,
ROB & exposure to precast construction methods 1
11 Survey Engineer
Graduate / Diploma Engineers with minimum experience
of 5 years in the construction of urban flyovers, bridges,
ROB & exposure to precast construction methods 2
12 Geotechnical
Engineer
Graduate / Diploma Engineers with minimum experience
of 5 years in the construction of urban flyovers, bridges,
ROB & exposure to precast construction methods 1
13 Quantity Engineer
Graduate / Diploma Engineers with minimum experience
of 5 years in the construction of urban flyovers, bridges,
ROB & exposure to precast construction methods 1
14 AutoCAD Operator
Graduate / Diploma Engineers with minimum experience
of 5 years in the construction of urban flyovers, bridges,
ROB & exposure to precast construction methods 1
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 23
S.No Designation Qualification Nos
Required
15 Site Engineers:
Graduate / Diploma Engineers with minimum experience
of 5 years in the construction of urban flyovers, bridges,
ROB & exposure to precast construction methods
2
If the above personnel are not provided by the contractor during the execution of work, the penalty
@ Rs. 1000/- (Rupees one thousand) per day for each personnel shall be imposed. The key
personnel are to be engaged by the contractor w.e.f. stipulated date of start till the actual
completion of work.
a) The bidders should furnish the particulars of quality control testing Lab owned, or tie up with established quality control testing laboratories.
b) The bidder should furnish copies of the PAN Card and submission of Income Tax `returns along with proof of receipt.
c) The bidder should furnish the VAT Registration Certificate and Latest VAT Clearance certificate.
d) Deleted
Note : the bidder shall ensure the submissions as per the tender document and on failure
of submissions , the bid may be liable for rejection
Specifications for Design and Codes to be followed
The highway and structural design for the project work shall conform to the criteria laid down in the latest
editions of the following codes of Practice and Standard Specifications published upto three months prior to
the last date of issue of tender form and subject to the departures stipulated in these tender documents.
MORT&H specifications for Road and Bridge Works (Fifth Revision) published by Indian Roads Congress,
New Delhi in 2013 along with subsequent amendments on behalf of Govt. of India, Ministry of Surface
Transport.
IRC standard specifications and code of practice for Road Bridges - with amendments issued upto the date
of issue of this notice
a) The various codes of practice in general to be followed are as:
1) IRC: 2-1968 Route Marker Signs for National Highways (First Revision)
2) IRC:3-1983 Dimensions & Weights of Road Design Vehicles (First Revision) 3) IRC: 5-1998 Standard Specifications and Code of Practice for Road Bridges, Section I
General Features of Design (Seventh Revision).
4) IRC: 6-2014 Standard Specifications and Code of Practice for Road
Bridges, Section-II Loads and Stresses (Revised Edition)
5) IRC: 7-1971 Recommended Practice for Numbering Bridges and Culverts (First Revision)
6) IRC: 8-1980 Type Designs for Highway Kilometer Stones (Second Revision)
7) IRC:10-1961 Recommended Practice for Borrow pits for Road Embankments
Constructed by Manual Operation
8) IRC: 11-2015 Recommended Practice for the Design and Layout of Cycle Tracks (First
Revision)
9) IRC:15-2011 Standard Specifications and Code of Practice for Construction of Concrete Roads (Fourth Revision)
10) IRC:16-2008 Standard Specifications and Code of Practice for Prime and Tack Coat (Second Revision)
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 24
11) IRC:18-2000 Design Criteria for Prestressed Concrete Road Bridges (Post-Tensioned Concrete) (Third Revision)
12) Deleted 13) IRC: 22-2015 Standard Specifications and Code of Practice for Road Bridges, Section VI
Composite Construction (Limit States Design) (Third Revision)
14) IRC: 24-2010 Standard Specifications and Code of Practice for Road Bridges, Steel Road
Bridges (Limit State Method) Third Revision.
15) IRC:25-1967 Type Designs for Boundary Stones
16) IRC:26-1967 Type Design for 200-Metre Stones
17) IRC:27-2009 Specifications for Bituminous Macadam (First Revision) 18) IRC:29-1988 Specification for Bituminous Concrete (Asphaltic Concrete) for Road
Pavement (First Revision)
19) IRC:30-1968 Standard Letters and Numerals of Different Heights for Use on Highway Signs
20) IRC:31-1969 Route Marker Signs for State Routes
21) IRC:32-1969 Standard for Vertical and Horizontal Clearances of Overhead Electric Power and
Tele communication Lines as Related to Roads
22) IRC:33-1969 Standard Procedure for Evaluation and Condition Surveys of Stabilised Soil Roads
23) IRC:34-2011 Recommendations for Road Construction in Areas Affected by Water Logging, Flooding and/or Salts Infestation (First Revision)
24) IRC: 35-2015 Code of Practice for Road Marking (second Revision)
25) IRC:36-2010 Recommended Practice for Construction of Earth Embankments and Sub-Grade
for Road Works (First Revision)
26) IRC: 37-2012 Tentative Guidelines for the design of flexible pavement
27) IRC: 38-2002 Guidelines for design of horizontal curves
28) IRC:39-1986 Standards for Road-Rail Level Crossings (First Revision) 29) IRC:42-1972 Proforma for Record of Test Values of Locally Available Pavement Construction
Materials
30) IRC:43-1972 Recommended Practice for Tools, Equipment and Appliances for Concrete Pavement Construction
31) IRC:44-2008 Guidelines for Cement Concrete Mix Design for Pavements (Second Revision)
32) IRC:45-1972 Recommendations for Estimating the Resistance of Soil Below the Maximum Scour Level in the Design of Well Foundations of Bridges
33) IRC:46-1972 A Policy on Roadside Advertisements (First Revision) 34) IRC:49-1973 Recommended Practice for the Pulverization of Black Cotton Soils for Lime
Stabilisation
35) IRC:50-1973 Recommended Design Criteria for the Use of Cement Modified Soil in Road Construction
36) IRC:51-1992 Guidelines for the Use of Soil Lime Mixes in Road Construction (First Revision)
37) IRC:52-2001 Recommendations About the Alignment Survey and Geometric Design of Hill Roads (Second Revision)
38) IRC:53-2012 Road Accident Forms A-1 and 4 (Second Revision) 39) IRC:54-1974 Lateral and Vertical Clearances at Underpasses for Vehicular Traffic
40) IRC:57-2006 Recommended Practice for Sealing of Joints in Concrete Pavements (First
Revision)
41) IRC:58-2011 Guidelines for the Design of Plain Jointed Rigid Pavements for
Highways (Third Revision)
42) IRC:60-1976 Tentative Guidelines for the Use of Lime- Fly Ash Concrete as Pavement
Base or Sub-Base
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 25
43) IRC:61-1976 Tentative Guidelines for the Construction of Cement Concrete Pavements in Hot Weather
44) IRC:62-1976 Guidelines for Control of Access of Highways
45) IRC:63-1976 Tentative Guidelines for the Use of Low Grade Aggregates and Soil Aggregates Mixtures in Road Pavement Construction
46) IRC: 65-1976 Recommended Practice for Traffic Rotaries
47) IRC: 67-2012 Code of practice for road signs (Third revision)
48) IRC:68-1976 Tentative Guidelines on Cement-Fly Ash Concrete for Rigid Pavement Construction
49) IRC:69-1977 Space Standards for Roads in Urban Areas
50) IRC:70-1977 Guidelines on Regulation and Control of Mixed Traffic in Urban Areas
51) IRC:71-1977 Recommended Practice for Preparation of Notations 52) IRC:72-1978 Recommended Practice for Use and Upkeep of Equipment, Tools and
Appliances for Bituminous Pavement Construction
53) IRC: 73-1990 Geometric design standards for Rural Highways
54) IRC:74-1979 Tentative Guidelines for Lean-Cement Concrete and Lean- Cement Fly Ash
Concrete as a Pavement Base or Sub- Base
55) IRC:75-1979 Guidelines for the Design of High Embankments 56) IRC: 78- Standard Specifications and Code of Practice for Road Bridges, Section VII-
Foundations and Substructures (Revised Edition)
57) IRC:79-1981 Recommended Practice for Road Delineators
58) IRC:81-1997 Guidelines for Strengthening of Flexible Road Pavements Using Benkelman
Beam Deflection Technique (First Revision)
59) IRC:82-1982 Code of Practice for Maintenance of Bituminous Surfaces of Highways
60) IRC: 83 (Part I) 2015 Standard Specifications and Code of Practice for Road Bridges,
Section IX Bearings, Part I : Roller & Rocker Bearings (Second Revision)
61) IRC: 83 (Part II) 2015 Standard Specifications and Code of Practice for Road Bridges,
Section IX Bearings (Elastomeric Bearings), Part II (First Revision)
62) IRC: 83 (Part III) 2002 Standard Specifications and Code of Practice for Road Bridges,
Section IX Bearings, Part III: POT, POT-CUM- PTFE, PIN and Metallic Guide Bearings
63) IRC:83-2014 (Part IV) Standard Specifications and Code of Practice for Road Bridges, Section IX Bearings (Spherical and Cylindrical)
64) IRC:84-1983 Code of Practice for Curing of Cement Concrete Pavements 65) IRC:85-2015 Recommended Practice for Accelerated Strength Testing & Evaluation of
Concrete (First Revision)
66) IRC: 86-1983 Geometric design standards for Urban Roads in plains
67) IRC:87-2011 Guidelines for Formwork, Falsework and Temporary Structures (First Revision)
68) IRC:88-1984 Recommended Practice for Lime Flyash Stabilised Soil Base/Sub-Base in Pavement Construction
69) IRC:89-1997 Guidelines for Design and Construction of River Training & Control Works for Road Bridges (First Revision)
70) IRC:90-2010 Guidelines of Selection, Operation and Maintenance of Bituminous Hot Mix Plant (First Revision)
71) IRC: 92-1985 Guideline for the design of interchanges in urban areas
72) IRC: 93-1985 Guidelines on Design and Installation of Road Traffic Signals
73) IRC:94-1986 Specification for Dense Bituminous Macadam
74) IRC: 98-2011 Guidelines on Accomodation of Utility Services on Roads in Urban Areas
(Second Revision)
75) IRC: 99-1988 Tentative Guidelines on Provision of Speed Breakers for Control of Vehicular
Speeds on Minor Roads
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 26
76) IRC: 103-2012 Guidelines for Pedestrian Facilities (First Revision)
77) IRC:106-1990 Guidelines for Capacity of Urban Roads in Plain Areas
78) IRC:107-2013 Specifications for Bitumen Mastic Wearing Courses (First Revision)
79) IRC:108-2015 Guidelines for Traffic Forecast on Highways (First Revision)
80) IRC:109-2015 Guidelines for Wet Mix Macadam (First Revision)
81) IRC: 111-2009 Specification for dense graded bituminous mixes
82) IRC: 112-2011 Code of Practice for Concrete Road Bridges (November-2011)
83) IRC:113-2013 Guidelines for the Design and Construction of Geosynthetic Reinforced Embankments on Soft Subsoils
84) IRC:115-2014 Guidelines for Structural Evaluation and Strengthening of Flexible Road
Pavements Using Falling Weight Deflectometer (FWD) Technique
85) IRC: 116-2014 Specification for readymade bituminous pothole patching mix using cut-back
bitumen
86) IRC:117-2015 Guidelines for the Structural Evaluation of Rigid Pavement Falling Weight Deflectometer
87) IRC:118-2015 Guidelines for Design and Construction of Continuously Reinforced Concrete Pavement (CRCP)
88) IRC: 119-2015 Guidelines for Traffic Safety Barriers
89) IRC:SP:4-1966 Bridge Loading Round the World
90) IRC: SP: 6 P (1) 1964 Handbook for Structural Engineers
91) IRC:SP:11-1984 Handbook of Quality Control for Construction of Roads and Runways
(Second Revision)
92) IRC:SP:12-1973 Tentative Recommendations on the Provision of Parking Spaces for Urban
Areas
93) IRC: SP: 13-2004 Guidelines for the Design of Small Bridges and Culverts (First Revision)
94) IRC:SP:14-1973 A Manual for the Applications of the Critical Path Method to Highway Projects in India
95) IRC:SP:16-2004 Guidelines for Surface Evenness of Highway Pavements (First Revision) 96) IRC:SP:17-1977 Recommendations About Overlays on Cement Concrete Pavements 97) IRC:SP:18-1978 Manual for Highway Bridge Maintenance Inspection 98) IRC:SP:19-2001 Manual for Survey, Investigation and Preparation of Road Projects (Second
Revision)
99) IRC: SP: 21-2009 Guidelines on landscaping and tree plantation
100) IRC:SP:22-1980 Recommendation for the Sizes for each Type of Road Making Machinery to Cater to the General Demand of Road Works
101) IRC: SP: 23-1983 Vertical curves for highways
102) IRC:SP:24-1984 Guidelines on the Choice and Planning of Appropriate Technology in Road Construction
103) IRC:SP:27-1984 Report Containing Recommendations of IRC Regional Workshops on
Highway Safety
104) IRC:SP:29-1994 Directory of Indgenous Manufacturers of Road/ Bridge Construction Machinery & Important Bridge Components (First Revision)
105) IRC: SP: 31-1992 New Traffic Signs
106) IRC:SP:32-1988 Road Safety for Children (5-12 Years old)
107) IRC:SP:33-1989 Guidelines on Supplemental Measures for Design, Detailing &
Durability of Important Bridge Structures
108) IRC: SP: 35-1990 Guidelines for Inspection and Maintenance of Bridges
109) IRC: SP: 37-2010 Guidelines for Evaluation of Load carrying capacity of Bridges
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 27
110) IRC: SP: 40-1993 Guidelines on Techniques for strengthening and Rehabilitation of
Bridges
111) IRC: SP: 41-1994 Guidelines for design of at-grade intersections in rural and urban areas
112) IRC:SP:42-2014 Guidelines on Road Drainage (First Revision)
113) IRC:SP:43-1994 Guidelines on Low-Cost Traffic Management Technique for Urban Areas
114) IRC: SP: 44-1996 Highway Safety Code
115) IRC: SP: 47-1998 Guidelines on Quality Systems for Road Bridges (Plain, Reinforced,
Pre-Stressed and Composite Concrete)
116) IRC:SP:49-2014 Guidelines for the Use of Dry Lean Concrete as Sub-base for Rigid
Pavement (First Revision)
117) IRC: SP: 50-2013 Guidelines on Urban Drainage
118) IRC: SP: 51-2015 Guidelines of Load Testing of Bridges
119) IRC: SP: 52-1999 Bridge Inspectors Reference Manual
120) IRC:SP:53-2010 Guidelines on Use of Modified Bitumen in Road Construction
(Second Revision)
121) IRC:SP:54-2000 Project Preparation Manual for Bridges
122) IRC: SP: 55-2014 Guidelines on traffic management in work zones (First Revision)
123) IRC: SP: 56-2011 Guidelines for Steel Pedestrian Bridges (First Revision)
124) IRC: SP: 57-2000 Guidelines for Quality Systems for Road Construction
125) IRC:SP:59-2002 Guidelines for Use of Geotextiles in Road Pavements and Associated Works
126) IRC:SP:63-2004 Guidelines for the Use of Interlocking Concrete Block Pavement
127) IRC:SP:64-2005 Guidelines for the Analysis and Design of Cast-in-Place Voided Slab
Superstructure
128) IRC: SP: 65- 2005 Guidelines for Design and Construction of Segmental Bridges
129) IRC: SP: 66-July 2005 Guidelines for the Design of Continuous Bridges.
130) IRC:SP:67-2005 Guidelines for Use of External and Unbonded Prestressing
Tendons in Bridge Structures
131) IRC: SP: 69-2011 Guidelines & Specifications of Expansion Joints (1st revision)
132) IRC: SP: 70-2005 Guidelines for the use of High Performance Concrete in Bridges.
133) IRC:SP:71-2006 Guidelines for Design and Construction of Pretensioned Girder of
Bridges
134) IRC:SP:73-2007 Manual of Standards & Specifications for Two Laning of State Highways
on B.O.T. Basis
135) IRC:SP:75-2008 Guidelines for Retrofitting of Steel Bridges by Prestressing
136) IRC:SP:80-2008 Guidelines for Corrosion Prevention, Monitoring and Remedial
Measures for Concrete Bridge Structures
137) IRC: SP: 84-2014 Manual for Specification and Standards for Four laning of Highways
through Public Private Partnership
138) IRC: SP: 85-2010 Guidelines for Variable Message Signs
139) IRC:SP-86-2010 Guidelines for Selection, Operation and Maintenance of Paver Finishers 140) IRC: SP: 87-2013 Manual for Specification and Standards for Six laning of Highways
through Public Private Partnership
141) IRC: SP: 88-2010 Manual on Road Safety Audit
142) IRC: SP: 90-2010 Manual for Grate Separators and Elevated Structures
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 28
143) IRC:SP-91-2010 Guidelines for Road Tunnels 144) IRC:SP-97-2013 Guidelines on Compaction Equipment for Roads Works 145) IRC:SP-99-2013 Manual of Specifications and Standards for Expressways 146) IRC: SP: 102-2014 Design and construction of reinforced soil walls
147) IRC:SP-104-2015 Guidelines for Fabrication and Erection of Steel Bridges
148) IS: 456:2000 Code of Practice for Plain and Reinforced Concrete(fourth Feb 2011)
149) IS: 800: 2007 General Construction in Steel Code of Practice (Third Revision) First
reprint JUNE 2009
150) IS: 875 1987 Design loads for buildings and structures
i. Part -1 Dead loads Unit weights of building materials and stored materials.
ii. Part -2 Imposed Loads
iii. Part -3 Wind load
iv. Part -4 Earthquake load
151) IS: 900-2007 Code of Practice for Installation and Maintenance of Induction Motors
152) IS:1080:1985 Code of Practice for Design and Construction of Shallow Foundations in
Soils (Other than Raft and Shell) Dec 2011 (second revision)
153) IS: 1786 2008 - High Strength deformed steel bars and wires for concrete reinforcement.
154) IS: 1796-1995 Specification for high yield strength deformed steel bars
155) IS: 1888:1982 Method of Load Test on soils (second revision) Dec 2011
156) IS: 1892:1979 Code of Practice for Subsurface Investigation for Foundations Dec 2011
(First Revision)
157) IS: 1893 2002 - Criteria for Earthquake resistant design of structures 2 copies
158) IS: 1904:1986 Code of Practice for Design and Construction of Foundations in Soils:
General Requirements (third revision) May 2010
159) IS: 2062-2011 Hot rolled low, medium and high tensile structural steel
160) IS: 2502 1963 - Code of practice for bending and fixing of bars for concrete
reinforcement.
161) IS: 2911-2010 Design and Construction of Pile Foundations
a. Part -1/Section-1 : Driven Cast In-situ Concrete Piles, Second Revision
b. Part -1/Section-2 : Bored cast in-situ piles, Second Revision
c. Part -1/Section-3 : Driven Precast Concrete Piles, Second Revision
d. Part -1/Section-4: Precast Concrete Piles in Prebored Holes
e. Part -4: Load test on piles, First Revision
162) IS: 2950(Part 1): 1981 Code of Practice for determination of bearing capacity of shallow
foundations Doc 2011(First revision)
163) IS: 3757 - 1985 Specification for High strength structural bolts.
164) IS: 4000 1992 - High strength bolts in steel structures ( First Revision )
165) IS: 6403:1981 Code of Practice for Determination of Bearing Capacity of Shallow
Foundations Dec 2011 (First Revision)
166) IS: 6623 2004 High strength structural nuts ( Second revision)
167) IS: 6649 1985 - Hardened and tempered washers for high strength structural bolts and
nuts
168) IS: 8009(Part 1): 1976 Code of Practice for Calculation of Settlements of Foundations:
Part 1 Shallow foundations Subjected to Symmetrical Static Vertical loads Nov 2013
169) IS: 13920-1993 Ductile detailing of reinforced concrete structures subjected to seismic
forces
Construction of Flyover between Balanagar x road to
Narsapur x road, Hyderabad under EPC System Page 29
170) IS: 14268 1995- Uncoated stress relieved low relaxation seven Ply strand for Pre-
stressed concrete Specification 2 copies
171) Indian Railway Standard Code of Practice for the design of steel or wrought iron bridges
172) AASHTO LRFD Bridge Design Specification issued by American Association of State
Highway and Transportation Officials
173) ACI Specifications and codes of practices
174) ASBI Standards for design of segmental bridges
The latest revision of the above codes shall be followed.
b) Any IRC Standard specifications and codes of practice or criteria for road bridges and
ROBs other than a above, but published three months prior to last date of the issue of
tender form.
c) For any item not covered by a & b above, MORT&H specifications for Road and Bridge
Works (Fifth Revision) published by Indian Roads Congress, New Delhi in 2013 along
with subsequent amendments on behalf of Govt. of India, Ministry of Surface Transport
shall be used.
d) For items not covered by any of the a, b & c above standards and specifications,
provisions of I.S. codes of practice.
e) For any item not covered by a, b, c, d above, the relevant parameters from B.S. Codes of
Practice shall be complied
f) For items not covered by any of the above Standards and Specifications, Sound Engineering practice and provisions of relevant Codes of other Countries shall be referred.
However, in this regard decision of the Engineer / Engineers Representative shall be final
and binding.
Order of precedence in case of conflicts
In case of conflicts between the differen