Sie sind auf Seite 1von 9

GOVERNMENT OF INDIA

MINISTRY OF ROAD TRANSPORT AND HIGHWAYS


(Project Zone-6)

............. Dated:

TECHNICAL NOTE

1. Name of work : Rehabilitation and Upgradation of Pune - Mulshi -


Mangaon - Mhalsa -Dighi Port and Indapur (NH-66)-Tala
- Mandad - Agardanda -Dighi Port (SH-96 & SH-92). This
section [Section-I(A) : Pune- Shende Patil Wada] starts
from existing km 13+180 in Pune (On Mumbai Banglore
By Pass) & ends at existing km 43+420 in Shenda Patil
Wada in the state of Maharashtra. The project road starts
at design km 1+275 and ends at design km. 31+400 of
Pune Shenda Patil Wada, NH-753F to two lane with
paved shoulder configuration in the state of Maharashtra
through an Engineering, Procurement and Construction
(EPC) mode
2. NH No : NH 753F
3. State and Division : Maharashtra & MSRDC, Mumbai.
4 Estimated cost As submitted by MSRDC As modified by
(Rs. in Lakhs) 21340.99 Ministry
21340.99
5. Length in km : 30.125 30.125
6. Cost / km (Amount : 708.41 708.41
in Rs. Lakhs)
7. Reference : MSRDC/JMD/D-1/NH-160/PR/6053/2016

COMMENTS

1. Scope of work:

A. Rehabilitation and Upgradation of Pune - Mulshi - Mangaon - Mhalsa -Dighi Port and
Indapur (NH-66)-Tala - Mandad - Agardanda -Dighi Port (SH-96 & SH-92). This
section [Section-I(A) : Pune- Shende Patil Wada] starts from existing km 13+180 in
Pune (On Mumbai Banglore By Pass) & ends at existing km 43+420 in Shenda Patil
Wada in the state of Maharashtra. The project road starts at design km 1+275 and
ends at design km. 31+400 of Pune Shenda Patil Wada, NH-753F to two lane with
paved shoulder configuration in the state of Maharashtra through an Engineering,
Procurement and Construction (EPC) mode.
B. Following provisions have been allowed:

(a) Main carriageway-

(i) Crust Composition (Rigid Pavement) (Length=30.125 km)


Design Life-30 years
(Length - 1.275 to 31.400 km)
a. GSB 150 mm thick
b. DLC - 150 mm
c. PQC - 300 mm thick (M-40)

(ii) Length of main carriageway is 30.125 km of comprising of


Concentric Widening - 28.925 km.
Eccentric widening - 1.200 km
Bypass - Nil

Total - 30.125 km

(iii) The above project Section is having Typical Sections in length of


(a) 2 lane c/w in open country /Hilly Terrain - 8.050 km
(b) 4 lane divided carriageway - 1.200 km
(c) 2 Lane Carriageway in built up sections - 2.250 km
(d) 4 Lane Carriageway in built up sections - 16.625 km
(e) Overlay - 2.000 km
Total - 30.125 km
(b) Junction Improvements
Major Junctions - 1 Nos.
o Major junction @ km 13+000

Minor Junction - 43 Nos.

(c) Culverts

Pipe culverts - 68 Nos.


- Reconstruction - 32 Nos.
- Widening - 36 Nos.
- Retained - Nil
- Abandoned - Nil
- New Construction - Nil

Slab/ Box Culverts - 9 Nos.


- Widening & Rehabilitation - Nil
- New Construction - Nil
- Reconstruction - 9
(d) Bridges

Major Bridges - Nil


- Reconstruction - Nil
- Retained - Nil

Minor Bridges - 13 Nos


- Retain Nil
- Reconstruction 5 Nos
o Design Ch. 12+100
o Design Ch. 14+210
o Design Ch. 15+650
o Design Ch. 22+610
o Design Ch. 26+030
- New Construction Nil
- Widening - 8 Nos.
o Design Ch. 2+380
o Design Ch. 3+250
o Design Ch. 5+560
o Design Ch. 13+550
o Design Ch. 18+460
o Design Ch. 19+410
o Design Ch. 23+600
o Design Ch. 31+350

(e) Toll Plaza Nil

(f) Traffic Control Devices, Road Safety Work and Road Furniture as per
provision of manual have also been taken.

(g) Miscellaneous Work-

The provision of slope and shoulder protection, high embankment protection,


utility ducts, RCC cover drains with footpath in built up section have also
been taken.

(h) Project Facilities-

The provision of project facilities in accordance to requirement of manual


such as
(i) Road Boundary, Km and 200 m stones
(ii) Street lighting in habitation and structure approaches.
(iii) Bus Shelters (9 x 2 Nos).

(i) Safety and Traffic Management during Construction-

The provision of traffic management as per clause 112 of Ministry


specification during construction have also been taken in cost estimates by
providing diversion of 7.00m at Bridge reconstruction locations.

(j) Utility Shifting:

As there are Electricity poles are at some places and water supply line at few
point found in between ROW, a provision of Rs. 640.2 lakh is considered in
estimate for shifting of these utilities.

(k) Land Acquisition:

CE, MSRDC has confirmed that 93.46% of total land required for project
implementation is in possession of Department and status of remaining 6.54
% land acquisition is as under:
Total Land required = 60.25 Ha,
Total Land available =56.31 Ha
Total Land to be acquired= 3.94 Ha,
(i) Private Land= 3.94 Ha.
(ii) Forest Land= Nil

2. The cost estimate is as below:

S. AMOUNT AMOUNT
ITEM OF WORKS
No. (Rs.) (Cr.)
1 ROAD WORKS
i BILL No. 1 - SITE CLEARANCE AND DISMANTLING 14050257.03 1.41
BILL No. 2 - EARTH WORK, EROSION CONTROL AND
ii 108047057.32 10.80
DRAINAGE
BILL No. 3 - SUB-BASES, BASES (NON- BITUMINOUS) AND
iii 145967362.99 14.60
SHOULDERS
iv BILL No. 4 - BITUMINOUS PAVEMENT 8896300.00 0.89
V BILL No. 5 - CEMENT CONCRETE ROAD 852583424.65 85.26
vi BILL No. 6 - NEW JERSEY TYPE MEDIAN 60212764.44 6.02
vii BILL No. 7 - C.C. DRAIN 206721561.37 20.67
viii BILL No. 8 - PAVER BLOCK 164036005.00 16.40
BILL No. 9 - TRAFFIC SIGNS, ROAD MARKINGS AND OTHER
ix 129088061.67 12.91
APPURTENANCES
BILL No.10 - JUNCTION IMPROVEMENT & APPROCHES
x 112554877.68 11.26
IMPROVEMENT
xi BILL No.11 - PLANTATION (HORTICULTURE) WORK 7809400.25 0.78
S. AMOUNT AMOUNT
ITEM OF WORKS
No. (Rs.) (Cr.)
xii BILL No.12 - PROTECTION WORK 103970347.80 10.40
xiii BILL No.13- BUS SHELTER 4599344.00 0.46
AMOUNT - I 1918536764.20 191.85
2 CD-STRUCTURES - BIIL No. 11
i RECONSTRUCTION OF CULVERT 52,754,760.25 5.28
ii WIDENING OF CULVERT 11,733,348.00 1.17
iv RECONSTRUCTION OF MINOR BRIDGE 71,570,138.90 7.16
v WIDENING & REPAIR OF MINOR BRIDGE 79,503,916.30 7.95
AMOUNT - II 215,562,163.45 21.56
(A) COST OF CIVIL WORKS (SUB TOTAL) BASE COST 2,134,098,927.65 213.41
MODIFICATIONS & DEVIATION , IF ANY
SUB TOTAL FOR CIVIL WORKS (A) 2,134,098,928 213.41
COST PER KM FOR CIVIL WORKS 70,841,458 7.08

B Contingencies @ 2.8% 59754769.97 5.98


C TOTAL 2193853697.62 219.39
-
D Agency charges @ 3 % of "C" 65815610.93 6.58
E Quality Control Charges @ 0.25% of "C" 5484634.24 0.55
F Road Safety Audit Charges @ 0.25% of "C" 5484634.24 0.55
G Supervision Consultancy Charges @ 3% of "C" 65815610.93 6.58
H Price Escalation (5% per year as per Phasing) of "A" 170727914.21 17.07
I Post Construction Maintenance Charges 2.5 % of "A" 53352473.19 5.34
CENTAGES 366680877.75 36.67
TOTAL PROJECT COST 2560534575.37 256.05
TOTAL PROJECT COST PER KM 84996998.35 8.50
J Utility Shifting Charges-
a. Electrical works 42681978.55 4.27
b. Water supply works 21340989.28 2.13
C. Land acquisition and R&R cost 57500000.00 5.75
LA ,Utility Shifting EW & EMP Charges 121522967.83 12.15

TOTAL CAPITAL (Sum Of "A"to "j") 2,682,057,543.20 268.21


COST OF PER KM 89,030,955.79 8.90

3. Modifications:

Nil
4. Design specifications including deviations, if any:

All material, design and construction operations for the project are proposed
conforming to the IRC: SP: 73-2015 & deviations as mentioned in Schedule D
to the Manual are proposed to be followed. Manual of Specifications and
Standards for Two-laning of Highways, IRC-58-2011 and Ministry standard
specification Revision-V 2013.

5. Specifications

5.1 Traffic management during construction: -Traffic management should be


done as per clause 112 of Ministry's specification, during the construction
period it may be insured that the traffic is regulated in conformity to
Ministry's guidelines stipulated in clause No. 8.2.3 'Manual for construction
and supervision of bituminous work.".
5.2 The nomenclature and clause numbers of the items shall be specified as per
MORTH specification for Road and Bridge work 2013 (5th revision) and all
the works shall be executed strictly as per Ministry's specifications/
Ministry's circular/ guidelines issued from time to time.

6. Contract Documents:

6.1 Single stage two-cover bidding is to be adopted as per instructions conveyed


vide Ministry's letter no. RW / NH-37010 /4 /2010 / PIC dated 27.05.14 and
other amendment issued till date.
6.2 RFP and draft contract documents may be adopted as per the draft Model
RFP and EPC documents \ approved by the Ministry after making project
specific changes as well as amendments circulated by Ministry vide circular
No. RWINH-3701 0/4/201 O/PIC-EAP(Printing) dated 05.10.2015.
6.3 Construction period for this work shall not be more than 24 months including
the rainy period. Defects liability period and maintenance period shall be 4
years as specified in the amendments to Model EPC Document issued vide
Ministry's letter no. RW/NH-37010 /4/2010/PIC dated 15.01.14.

7. Invitation of tenders and award of works:

7.1 The time limit for awarding of this work is 6 months from the date of sanction
and should be strictly followed as per the instructions communicated to all
State PWD/ MSRDC vides this Ministry's letter no. RW/NH-15015/29
/2001-PL dated 05.07.2001 and compliance reported to the Ministry. If the
work is not awarded within the stipulated time, it may lead to de-sanction of
the work unless Ministry's prior approval to extension of the time limit is
obtained.
7.2 CE, M.S.R.D.C. will intimate this Ministry about award of
contract/commencement of work immediately as per instructions contained
in this Ministry's letter no. RW/NH-11060/1/98-(DO-I) dated 05.11.1998.
7.3 E procurement must be adhered to while inviting tender for the work.
7.4 The tenders for the work shall be invited on EPC mode as per guidelines
issued by this Ministry vide circular letter No.RW/NH-24035/4/2008-P &
M/PIC dated 21.05.2011 in addition to guidelines issued by this Ministry vide
circular Letter No. RW/NH-11024/3/99-US (D-1) DATED 9.3.2000, No.
RW/NH-24035/4/2008-P&M dtd. 21.05.2010 and No.NH-
12037/67/2010/LWE dated 2.8.2010. The work shall be awarded as per
guidelines issued by the Ministry vide letter No.NH-15015/29/2001-PL dated
05.07.01.

7.5 While accepting tenders that the overall cost of estimate at tender rates
including contingencies, work charge establishment and agency charges does
not exceed by more than 5% of sanctioned cost.

7.6 Excess in tender cost is caused only be routine factors such as increase in cost
of labour or material.

7.7 Excess due to change of scope or enlargement / reduction of work or


specifications as already approved in the sanctioned estimate would require
prior approval of Ministry.

8. General

8.1 The provision of Project contingencies, Quality control, W.C. Establishment


and agency charges should be utilized as per Ministry's circular letter no. NH-
15017/17(2)/2016-P&M dated 16.06.2016. For any other item, which is not
covered in the above circular necessary approval of Ministry (in principle)
with the recommendation of Concerned RO should be taken before execution.
However, sub-estimate for the same should be got approved from Concerned
RO, before execution.

8.2 The estimates for carrying out the activities under the provision of
contingencies including change in scope of work will be approved by
Ministry on assurance/certification by Authority's Engineer/CE (NH), PWD
Department that the amount provided against contingencies is available and
the same has not been indirectly utilized by accepting higher tender rates.
Authority's Engineer/ENC/CE (NH), PWD Department shall also certify that
approval of estimates to be charged to contingencies will not cause revision of
the sanctioned estimate.

8.3 Collection of material on the roadside should be so planned that it should


commensurate with the physical progress of work and the collected material
should not cause any hindrance to the traffic. It must be ensured that the
contractor arranges for separate land for storage of road construction material
and machinery and these shall not be allowed to be stacked on roadside.
8.4 No work beyond the scope of the sanctioned estimate leading to increase in
the scope of the work or change in specification should be undertaken
without obtaining prior written approval of the Ministry. In case, the estimate
needs revision due to change in rates/tender rates for any reasons, the revised
estimate shall be submitted immediately for Ministry's approval. No
expenditure beyond permissible In this connection, this Ministry's letter No.
RW/NHIII/Coord/32/84 dated 19.5.84 and NH-11026/2/99-US (DI) dated
29.10.2001 may be referred.

8.5 In order to ensure that there is no slippage in achieving the targets, the
progress may be closely monitored by ENC/CE (NH), R86B Departmental
quarterly status report be furnished to the Ministry in the prescribed
proforma.

8.6 During the course of execution, the traffic may be regulated in accordance
with guidelines laid down vide Ministry's letter no. NHIII-33 (126)/72 dated
20.03.1973 and letter No.RW/NH-11060/1/1998-D.O.1 dated 07.10.1987.
Smooth flow of the traffic may be ensured by providing adequate traffic
control devices in accordance with stipulation of IRC: SP: 55:2001 "Guidelines
on Safety in construction Zone".

8.7 It is observed that simultaneous working at large number of work fronts in


long stretches is causing severe inconvenience to traffic during construction.
Therefore, it is suggested that fronts may not be operated in more than 3 km
length simultaneously, without completing the bituminous surfacing in the
stretches where excavation/granular layers are carried out. Suitable
provisions in the contract shall be incorporated for proper traffic
management.

8.8 The display boards on development activities of the work shall be made as
per guidelines issued vide Ministry's letter no. RW/NH-33044/ 10/2002-S&R
(R) dated 26th May, 2003. The cost of the same will be met out of the
provision of contingencies allowed in the estimate.

8.9 Provision for quality control @ 0.25% has been allowed. The work is to be
carried out in accordance with the "Hand Book of Quality control for
construction of Roads and Runways (Second Revision)-IRC SP:11-1988",
observing strict quality control instructions contained in the Ministry's letter
No.NH-III/P/I/83 dated 19 April 1984 and permanent records maintained
thereof.
8.10 The independent quality control tests of all items from any of the accredited
laboratories as per IRC: SP:94-2011 shall be carried out from the quality
control provision in estimate to ensure the quality of work.
8.11 Neither the work nor any item of work shall be split into small parts for
awarding the work to a number of contractors. In this regard, instructions
issued in this Ministry's letter No. NH-III/P/25/84 dated 4/8/1984 may be
referred
8.12 Guidelines for Road Safety vide Ministry's letter No. RW/ NH-
33072/04/2004-S86R(R) dated 27.04.2012 shall be followed wherever
applicable.

9. Cost of work:

9.1 The estimate is based on rates of SOR Pune Circle based on year 2016-17 and
applicable to 2016-17. It is presumed that CE, M.S.R.D.C. while forwarding
the proposal has satisfied himself about the adequacy and workability of the
rates of various items of work and that rates adopted in the estimate are latest
and no revision of the rates has occurred till date.

9.2 The lead for the carriage of different materials as proposed in the estimate has
been allowed for estimate purpose only. However, while calling tenders the
sources may not be indicated. The contractor shall be responsible to procure
the material conforming to specification of the work. No provision of extra lead
during execution of the work shall be allowed.

9.3 In view of the above comments, the cost of the estimate amounts to Rs. 268.21
Crores including 3% agency charges.

10. Targets:

Following physical and financial targets shall be strictly adhered to subject to the
availability of funds:

Cumulative progress
Financial (Rs. in Crores)
Year
Milestone
Physical Construction Maintenance Total

2016-17 Preliminary
2017-18 Milestone I 40% 105.15 0 105.15
2018-19 Milestone II 100% 262.87 0 262.87
2019-20 Milestone III 100% 0 0.53 263.40
2020-21 Maintenance 100% 0 1.07 264.47
2021-22 Maintenance 100% 0 1.60 266.07
2022-23 Maintenance 100% 0 2.13 268.21

(Santosh Kr. Arya)


Executive Engineer (P-6)
For Director General (RD) & SS

Das könnte Ihnen auch gefallen