Sunteți pe pagina 1din 110

GOVERNMENT OF RAJASTHAN

PUBLIC WORKS DEPARTMENT

Schedule

s for
Procurement of Package No. : RSHIP–ADB-TRANCHE-
2/EPC/02

DEVELOPMENT & MAINTENANCE OF BIDASAR-DUNGARGARH-


KALU SECTION OF SH-93 (LENGTH: FROM KM 0.00 AT
BIDASAR (JUNCTION WITH SH- 20) TO KM 82.200 AT KALU
(JUNCTION WITH SH 6A) AND SADULSHAHAR-SANGARIA-
CHAIYA SECTION OF SH-
76 (LENGTH: FROM KM 0.0 AT SADULSHAHAR TO KM 95.3
AT CHAIYA); TOTAL LENGTH 177.50 KM (APPROX.) IN THE
STATE OF RAJASTHAN ON ENGINEERING, PROCUREMENT &
CONSTRUCTION (EPC) MODE.

JUNE, 2019

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
1
TABLE OF CONTENTS
Particulars Page #
A Site of the Project 6
1. The Site 6
Project Highway-1 7
Annex-I :Site 8
Annex-II : Dates for providing Right of Way 16
Annex-III : Alignment Plans 17
Annex-IV : Environmental Clearances 18
Project Highway-2 19
Annex-I :Site 20
Annex-II : Dates for providing Right of Way 32
Annex-III : Alignment Plans 33
Annex-IV : Environmental Clearances 34
B Development of the Project 35
1. Development of the Project 36
Project Highway-1 37
Annex-I: Description of Project 38
Project Highway-2 51
Annex-I: Description of Project 52
C Project Facilities 71
Project Facilities 72
Project Highway-1 73
Description of Project Facilities 74
Project Highway-2 77
Description of Project Facilities 77
D Specifications and Standards 80
1. Construction 81
2. Design Standards 81
Annex-I Project Highway-1: Specifications and Standards for Construction 82
Annex-I Project Highway-2: Specifications and Standards for Construction 83
E Maintenance Requirements 85
1. Maintenance Requirements 85
2. Repair/rectification of Defects and deficiencies 85
3. Other Defects and deficiencies 85
4. Extension of time limit 85
5. Emergency repairs/restoration 85
6. Daily inspection by the Contractor 85
7. Pre-monsoon Inspection/Post-monsoon Inspection 86
8. Repairs on account of natural calamities 86

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
2
Particulars Page #
Annex-I: Repair/rectification of Defects and deficiencies 87
F Applicable Permits 91
1. Applicable Permits 91
G Form of Bank Guarantee 92
Annex-I: Form of Guarantee for Performance Security 92
Annex-II: Form of Guarantee for Withdrawal of Retention Money 96
Annex-III: Form of Guarantee for Advance payment 99
H Contract Price Weightages 103
Contract Price Weightage: Project Highway-1 104
Contract Price Weightage: Project Highway-2 130
I Drawings 156
1. Drawings 156
2. Additional drawings 156
Annex-I: List of Drawings 157
J Project Completion Schedule 158
1. Project Completion Schedule 158

2. Project Milestone-I 158

3. Project Milestone-II 158

4. Project Milestone-III 158

5. Scheduled Completion Date 158

6. Extension of time 159


K Tests on Completion 160
1. Schedule for Tests 160

2. Tests 160

3. Agency for conducting Tests 161


4. Completion Certificate 161
L Provisional/ Completion Certificate 162
M Payment reduction for non-compliance 165
1. Payment reduction for non-compliance with the Maintenance Requirements 165
2. Percentage reductions in lump sum payments 165
N Selection of Authority’s Engineer 167
1. Selection of Authority‘s Engineer 167
2. Terms of Reference 167
3. Appointment of Government entity as Authority‘s Engineer 167
Annex-I: Terms of Reference for Authority‘s Engineer 168
O Forms of Payment Statements 176
1. Stage Payment Statement for Works 176
2. Monthly Maintenance Payment Statement 176
3. Contractor‘s Claim for Damages 176

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
3
Particulars Page #
P Insurance 177
1. Insurance during Construction Period 177
2. Insurance for Contractor's Defects Liability 177
3. Insurance against injury to persons and damage to property 177
4. Insurance to be in joint names 178
U Environmental Management Plan & Environmental Monitoring Plan 179
Environment Management Plan for Project Highway-1 179
Environment Management Plan for Project Highway-2 218
V SAFETY REQUIREMENTS 285

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
4
SCHEDULE-A

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
5
SCHEDULE- A
(See Clauses 2.1 and 8.1)
SITE OF THE PROJECT
1 The
Site
1.1 Site of the Project shall include Project Highway-1 & 2 a n d t h e i r land,
buildings, structures and road works as described in Annex-Iof this Schedule-A.

1.2 The dates of handing over the Right of Way to the Contractor are specified in
Annex-II of this Schedule-A.
1.3 An inventory of the Site including the land, buildings, structures, road works,
trees and any other immovable property on, or attached to, the Site shall be
prepared jointly by the Authority Representative and the Contractor, and such
inventory shall form part of the memorandum referred to in Clause 8.2.1 of this
Agreement.
1.4 The alignment plans of the Project Highway are specified in Annex-III. In the
case of sections where no modification in the existing alignment of the Project
Highway is contemplated, the alignment plan has not been provided. Alignment
plans have only been given for sections where the existing alignment is
proposed to be upgraded. The proposed profile of the Project Highways shall
be followed by the contractor with minimum FRL as indicated in the alignment
plan. The contractor, however, improve/upgrade the Road Profile as indicated in
Annexure-III based on site / design requirement.
1.5 The status of the environment clearances obtained or awaited is given
in Annex.- IV.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
6
PROJECT HIGHWAY-1:

BIDASAR-DUNGARGARH-KALU (SH-

93)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
7
Annex-I
(Schedule-A)
Project Highway-
1 SIT 1
E
The Site of the Project Highway-1 comprises the section of SH-93 commencing
from Km 0.00 at Bidasar (junction with SH 20) to Km 82.200 at Kalu
(junction with SH 6A) in the State of Rajasthan. The highway has overlap
portion with National Highway (Jaipur Bikaner) for the length of about 1.30
km and this part shall not be the part of Project Highway-1.

The land, carriageway and structures comprising the Site are described below.
2 LAND
The Site of the Project Highway-1 comprises the land described in Table A-1 here in
below:
Table A-
1
S.No Existing Chainage (in Km) Total ROW
. From To (in m.)
1 0.00 1.80 19-20
44.900
2 1.80 20-24
( upto NH junction)
46.200 82.200
3 20-24
( from NH junction) ( junction with SH 6A)
3 CARRIAGEWAY
3.1 Carriageway
The present carriageway of the Project Highway -1 is Single / intermediate / two
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
8
lane. The type of the existing pavement is flexible and rigid as per detail given in Table
A-2:

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
9
Table A-2 Width of Main Carriageway
Existing Chainage
S. Lane
Fro To Length (km) Remarks
No Configuration
m (km
1 0.00
(km 24.700
) two lane 24.70 BT
2 )
24.700 25.500 two lane 0.800 CC
3 25.500 25.700 two lane 0.200 BT
4 25.700 25.850 two lane 0.150 CC
5 25.850 43.300 two lane 17.450 BT
6 43.300 43.500 two lane 0.200 CC
7 43.500 44.100 two lane 0.600 BT
8 44.100 44.150 two lane 0.050 CC
9 44.150 44.700 two lane 1.550 BT
10 44.700 44.900 two lane 0.200 CC
46.200 BT
11 44.900 ( four lane 1.300 (not in
junction scope)
12 46.200 46.700
with NH) Intermediate lane 0.500 BT
13 46.700 47.300 two lane 0.60 CC
14 47.300 62.800 single lane 15.500 BT
15 62.800 78.600 Intermediate lane 15.900 BT
16 78.600 82.200 single lane 3.600 BT
BT=Bituminous Pavement, CC = Cement Concrete Pavement
3.2 Carriageway of Service Road
The present width of carriageway of the service road is given in Table A-3.
Table A-3 Width of Service Road
SI. Existing Chainage (km) Side Length Width of
No. From To (LHS,RHS,BOTH) (km) Carriagewa
y
---------NIL---------

4 MAJOR BRIDGES
The Site includes the following Major Bridges:
Table A-4 List of Major Bridges
Type of Structure No. of
Existing
SI. Spans Widt
Chainage
No. Foundation Substructure Superstructure with h
(km)
span (m)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works length
Package No. : ADB Tranche-2/EPC/02
10
---------NIL---------
5 Road over-bridges (ROB)/Road under-Bridges (RUB)
The Site includes the following ROB (road over railway line)/ RUB (road under railway
line):
Table A-5 List of ROB/RUB

Existing Type of Structure No. of ROB/ RUB


SI. Widt
Chainage Spans with
No. Foundation Superstructure h
(km) span length
(m)
---------NIL--------- (m)

6 GRADE SEPARATORS
The Site includes the following grade separators:
Table A-6 List of Grade Separators
SI. No. Existing Type of Structure No. of Spans Width (m)
Chainage with span
(km) Foundation Superstructure length (m)
---------NIL---------

7 MINOR BRIDGES
The Site includes the following minor bridge:
Table A-7 List of Minor Bridge on Main Carriageway
Type of Structure No. of
Existing
Spans with Widt
SI. Chainage
No. Foundation Substructur Superstructure span h
(km) e
length (m) (m)
---------NIL---------

8 RAILWAY LEVEL CROSSINGS


The Site includes the following Railway level crossing:
Table A-8 List of Railway Level Crossing
SI. No. Location (km) Remarks

Ratangarh Bikaner Route.


1 43.150
( LC 224/B1;TVU 26435 date 08/2017)

9 UNDERPASSES (VEHICULAR, NON VEHICULAR)


The Site includes the following underpasses:
Table A-9 Underpasses (Vehicular, Non Vehicular)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
11
No. of Spans
SI. Existing
Type of Structure with span Width (m)
No. Chainage
length
(km)
---------NIL--------- (m)
10 CULVERTS
The Site has the following culverts:
Table A-10 List of Culverts

Span/ opening
SI. No. Existing Chainage Type of Culvert Width (m)
(km) with span

1 8.400 Slab length


1 x (m)
1.50 12
2 13.900 Slab 1 x 1.50 12
3 18.380 Slab 1 x 1.50 12
4 20.200 Slab 1 x 1.50 12
5 20.500 Slab 1 x 1.50 12
6 23.000 Slab 1 x 1.50 12
7 25.700 Slab 1 x 1.50 12
8 29.200 Slab 1 x 1.50 12
9 29.600 Slab 1 x 1.50 12
10 31.800 Slab 1 x 1.50 12
11 38.900 Slab 1 x 1.50 12

11 BUS BAYS
The details of bus bays on the Site are as follows:
Table A-11 List of Bus Bays
Existing Length Left Hand Side
SI. No. Right hand Side
Chainage (m)
(km) ---------NIL---------
12 TRUCK LAY BYES
The details of truck lay byes are as follows:
Table A-12 List of Truck Lay Byes
SI. Existing Length
Left Hand Side Right hand Side
No. Chainage (km) (m)
---------NIL---------

13 ROAD SIDE DRAINS


The details of the roadside drains are as follows: Table A-13 List of Road Side Drains
Location Type
SI.
From Km To km Masonry/cc (Pucca) Earthen (Kutcha)
No.
---------NIL---------

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
12
14 INTERSECTIONS
The existing intersections on the Project Highway-1 are given in Table A-14
Table A-14 List of Intersections
SI. Existing Type of Category of Cross Road
No. Chainage Intersections NH,SH,MDR,ODR,VR
1 0.000 T SH-20
2 10.200 T VR
3 17.300 T VR
4 32.200 T VR
5 39.200 T VR
6 44.900 T NH
7 46.200 Y NH
8 73.900 + VR
9 81.00 + VR
10 82.200 T SH 6A
(NH: National Highway, SH: State Highway, VR: Village Road)

15 BYPASSES
The details of the existing bypass are as follows:
Table A-15 List of Bypass
Name of Chainage Lengt Carriageway
SI.No.
bypass (km) From -- h (in Width (m) Type
(town) --to--- NIL Km)

16 OTHER STRUCTURES
Details of other structures, such as Foot over Bridges (FOB), Subways, toll plazas, canal
crossings etc. are given in Table A-16:
Table A-16 Details of Other Structures

Name of Existing Left Hand Side /


SI. No. Remark
Structure Chainage(km) Right Hand Side
---------NIL---------

17 STRETCHES PASSING THROUGH+ABUTTING FOREST AREA


The Project Highway-1does not pass through or abuts any forest area.
Table A-17 Sections Passing through Abutting Forest

Existing
Length
SI. No Name of the Forest Chainage(km Side (LHS,RHS,BOTH)
Area (km)
)
From To

---------NIL---------

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
13
18 STRETCHES PASSING THROUGH+ABUTTING WILDLIFE AREA
The Project Highway-1 does not pass through or abuts any wildlife area.

19 BUILT-UP AREA
The sections of Project Highway-1 passing through built-up areas are given in Table A-
18.
Table A-18 Sections Passing Through Built-up Areas

Existing Chainage (km)


SI. No. Name of Built-up Area Length (m)
From To
1 Bidasar 0.0 1.5 1500

2 Mingsariya 14.700 15.000 300

2 Dharmaas 19.0 20.0 1000


3 Ridi 25.0 27.0 2000
4 Bana 32.5 33.0 500

5 Dungargarh 45.0 46.0 1000

6 Kaluvaas 47.0 48.0 1000

7 Gusainsar Bada 64.4 65.0 600

8 Ladera 69.0 70.0 1000

9 Aadsar 74.0 75.0 1000

10 Kalu 82.0 82.2 200

20 TYPE OF TERRAIN
The types of terrain through which Project Highway-1 passes are given in Table A-19.
Table A-19 Type of Terrain
Existing Chainage
Sl. Existing Typ e
(km) Remarks
No Length (km) Terr of
From To
ain
The road stretch passes mainly
1 0.000 82.20 82.200 Plain
through desert & built-up area.

21 REFERENCING SYSTEM
The relationship between the ―Existing km stone‖ and ―Design Chainage‖ for the Project
Highway-1is given in Table A-20.
Table A-20 Relationship in Referencing System
Existing Corresponding Design
SI. No. Remarks
km stone Chainage(km)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
14
1 0.000 0.017 -

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
15
Existing Corresponding Design
SI. No. Remarks
km stone Chainage(km)
2 1.000 1.025 -
3 2.000 2.020 -
4 3.000 3.038 -
5 4.000 4.060 -
6 5.000 5.065 -
7 6.000 6.072 -
8 7.000 7.078 -
9 8.000 8.084 -
10 9.000 9.088 -
11 10.000 10.093 -
12 11.000 10.984 -
13 12.000 12.066 -
14 13.000 13.050 -
15 14.000 14.056 -
16 15.000 15.058 -
17 16.000 16.060 -
18 17.000 17.062 -
19 18.000 18.062 -
20 19.000 19.075 -
21 20.000 20.080 -
22 21.000 21.086 -
23 22.000 22.092 -
24 23.000 23.100 -
25 24.000 24.100 -
26 25.000 24.916 -
27 26.000 25.920 -
28 27.000 26.884 -
29 28.000 27.885 -
30 29.000 28.888 -
31 30.000 29.980 -
32 31.000 30.890 -
33 32.000 31.890 -
34 33.000 32.920 -
35 34.000 33.890 -
36 35.000 34.860 -
37 36.000 35.895 -

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
16
Existing Corresponding Design
SI. No. Remarks
km stone Chainage(km)
38 37.000 36.895 -
39 38.000 37.900 -
40 39.000 38.905 -
41 40.000 39.905 -
42 41.000 40.905 -
43 42.000 41.910 -
44 43.000 42.900 -
45 44.000 43.765 -
46 45.000 44.686 -
47 45.360 45.047 -
48 49.000 48.400 -
49 50.000 49.400 -
50 51.000 50.400 -
51 52.000 51.400 -
52 53.000 52.400 -
53 54.000 53.400 -
54 55.000 54.400 -
55 56.000 55.400 -
56 57.000 56.396 -
57 58.000 57.390 -
58 59.000 58.389 -
59 60.000 59.387 -
60 61.000 60.387 -
61 62.000 61.387 -
62 63.000 62.387 -
63 64.000 63.383 -
64 65.000 64.382 -
65 66.000 65.382 -
66 67.000 66.384 -
67 68.000 67.384 -
68 69.000 68.380 -
69 70.000 69.375 -
70 71.000 70.375 -
71 72.000 71.375 -
72 73.000 72.375 -
73 74.000 73.375 -

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
17
Existing Corresponding Design
SI. No. Remarks
km stone Chainage(km)
74 75.000 74.372 -
75 76.000 75.370 -
76 77.000 76.467 -
77 78.000 77.550 -
78 79.000 78.680 -
79 80.000 79.567 -
80 81.000 80.867 -
81 82.000 82.050 -

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
18
Annex-II
(Schedule-A)
Project Highway-1

Dates for providing Right of


Way
The Authority shall provide Right of Way to the Contractor on the appointed date except the
additional Right of Way for construction of Toll Plaza for following stretches of the Site which
shall be provided on 180th day from the appointed date. The Authority may shift toll plaza
locations if suitable government land is available nearby on the project highway to avoid private
land acquisition in consultation with the Authority‘s Engineer/ contractor.

Existing Chainage
Proposed
(km)
Sr. No. Additional Remarks
ROW(m)
From To From To

1 13.300 13.600 13.350 13.650 25-40 Toll Plaza-1

2 57.239 57.539 57.850 58.150 25-40 Toll Plaza-2

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
19
Annex - III
(Schedule-A)
Project Highway-1

Alignment Plans
The existing alignment of the Project Highway-1 shall be modified as per the alignment
plan. The alignment plan of the Project Highway-1 is enclosed in PDF with this
document.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
20
Annex - IV
(Schedule-A)
Project Highway-
1

Environment Clearances

As per MOEF notification F. No. 21-270/2008-1A.III (dated 22ndAugust 2013), Environmental


clearance is not required.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
21
PROJECT HIGHWAY-2

SADULSHAHAR-SANGARIA-CHAIYA (SH-

76)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
22
Annex-I
(Schedule-A)
Project Highway-
1 SIT 2
E
The Site of the Single / Intermediate / Two Lane Project Highway comprises
the section of SH76 commencing from Km 0.0 at Sadulshahar to Km 95.3 at
Chaiya section in the State of Rajasthan. The site has an overlap portion with
the SH 99 in Tibbi town for about 1.7 km

The land, carriageway and structures comprising the Site are described below.
2 LAND
The Site of the Project Highway-2 comprises the land described in Table A-1 here in
below:
Table A-1

Existing Chainage (In Km) Total ROW


S.No.
(In m)
From To
1 0 5.00 20 - 24
2 5 15 18 - 22
3 15 24 15 - 20
4 24 36 16 - 20
5 36 42 20 - 24
6 42 45 17 - 20
7 45 70 10 - 17
8 70 95.300 17 - 24

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
23
3 CARRIAGEWAY
3.1 Carriageway
The present carriageway of the Project Highway -2 is intermediate / two
lane. The type of the existing pavement is flexible and rigid as per detail given in
Table A-2:
Table A-2 Width of Main Carriageway
Existing
Chainag Lane Lengt
S. No Remarks
Froe To Configuratio h
m (km n (km)
1 (km
0.00 )
0.600 Four lane 0.600 BT
)
2 0.600 2.900 two lane 2.300 BT
3 2.900 4.900 Intermediate lane 2.000 BT
4 4.900 5.400 two lane 0.500 CC
5 5.400 31.400 Intermediate lane 26.000 BT
6 31.400 33.900 two lane 1.500 CC
7 33.900 52.400 Intermediate lane 19.500 BT
8 52.400 53.300 Intermediate lane 0.900 CC
9 53.300 59.750 Intermediate lane 6.450 BT
10 59.750 60.100 two lane plus 0.350 CC
11 60.100 60.900 Intermediate lane 0.800 CC
12 60.900 69.400 Intermediate lane 8.500 BT
13 69.400 70.300 Intermediate lane 0.900 CC
14 70.300 89.760 Intermediate lane 19.460 BT
15 89.760 90.550 Intermediate lane 0.790 CC
16 90.550 95.300 Intermediate lane 4.750 BT
BT= Bituminous Pavement; CC= Cement Concrete Pavement
3.2 Carriage way of Service Road
The present width of carriageway of the service road is given in Table A-3.
Table A-3 Width of Service
Road
SI. Existing Chainage (km) Side Length Width of
No. From To (LHS,RHS,BOTH) (km) Carriagewa
y
---------NIL---------

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
24
4 MAJOR BRIDGES
The Site includes the following Major Bridges:
Table A-4 List of Major Bridges

No. of
Existing Spans
S. Type of Structure Width (m)
No.
Chainage with span
(km) length

Substructure Superstructure (m)

1 57.821 RCC Wall type piers RCC solid 16 x 9.7 7.5


and abutment slab m

2 79.662 Brick masonry Piers RCC Girders 8 x 7.0 m 3.6


and abutment

5 Road over-bridges (ROB)/Road under-Bridges (RUB)


The Site includes the following ROB (road over railway line)/ RUB (road under
railway line):
Table A-5 List of ROB/RUB

SI. Existing Type of No. of Spans Widt ROB


No. Chainage Structur with span h /
(km) e length (m) (m) RUB
15 X 18.60 plus Rly Two
1 32.00 RCC ROB
span lane

6 GRADE SEPARATORS
The Site includes the following grade separators:
Table A-6 List of Grade Separators
Existing Type of Structure
No. of Spans
SI. No. Chainage Width (m)
Foundation Superstructure with span
(km)
length (m)
---------NIL---------
7 MINOR BRIDGES
The Site includes the following minor bridge:
Table A-7 List of Minor Bridge on Main Carriageway

S. Existing No. Widt


Type of Structure
No. Chainage of h
(Km.) spans (m)
RCC solid slab with Brick Masonry wall type
1 30.249 3 x 5.1m 5.3
abutments and pier
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
25
RCC solid slab with Brick Masonry wall type
2 55.461 1x7.5m 7.8
abutments
RCC solid slab with Brick Masonry wall type
3 57.186 1x8.5 m 9.5
abutments
RCC solid slab with Brick Masonry wall type
4 62.000 1x9.0m 9.5
abutments
RCC solid slab with Brick Masonry wall type
5 69.040 4x3.0m 6.3
abutments and pier
RCC solid slab with Brick Masonry wall type
6 72.750 4x3.0m 8
abutments and pier

8 RAILWAY LEVEL CROSSINGS


The Site includes the following Railway level crossing:
Table A-8 List of Railway Level Crossing
SI. No. Location (km) Remarks

1 61.080 LC no.C-16I /E 2
9 UNDERPASSES (VEHICULAR, NON VEHICULAR)
The Site includes the following underpasses:
Table A-9 Underpasses (Vehicular, Non Vehicular)
SI. Existing Type of No. of Spans with span Widt
No. Chainage Structur length (m) h
(km) Underepass at km 61.080 (2 Box Cell) (m)
10 CULVERTS
The Site has the following culverts:
Table A-10 List of Culverts
Existing
S.No. Type No. of Spans Width (m)
Chainage
1 1.450 RC slab 1X 0.6m 7.4
2 1.867 RC slab 1X 1m 7.4
3 2.223 RC slab 1X 3m 7.4
4 3.386 RC slab 1X 0.8m 8.1
5 4.153 RC slab 1X 1m 7.1
6 4.662 RC slab 1X 0.8m 7.6
7 5.100 RC slab 1x1.5m 7.5
8 5.687 RC slab 1X 0.8m 7.8
9 6.195 RC slab 1X 0.8m 7.1
10 6.708 RC slab 1X 0.8m 7.2
11 8.016 RC slab 1X 1m 7.2
12 8.789 RC slab 1X 0.6m 7.3

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
26
Existing
S.No. Type No. of Spans Width (m)
Chainage
13 9.303 RC slab 1X 0.6m 7.4
14 9.562 RC slab 1X 0.6m 10.1
15 10.231 Hume Pipe 1X 0.6m 9.0
16 10.970 RC slab 1X 0.6m 9.9
17 11.472 RC slab 1X 0.6m 9.8
18 11.723 RC slab 1X 1m 10.5
19 12.077 RC slab 1X 1m 9.8
20 12.219 RC slab 1X 0.8m 9.4
21 12.360 RC slab 1X 4.5m 8.2
22 12.627 RC slab 1X 0.8m 9.9
23 13.200 RC slab 1X 1m 10.2
24 14.015 RC slab 1X 1m 10.0
25 14.572 RC slab 1X 1m 10.0
26 15.421 RC slab 1X 1m 9.7
27 15.707 RC slab 1X 0.8m 9.9
28 16.233 RC slab 1X 1m 10.2
29 16.532 RC slab 1X 0.8m 10.2
30 16.739 RC slab 1X 1m 9.9
31 16.816 RC slab 1X 1m 10.0
32 17.099 RC slab 1X 1m 9.9
33 17.877 RC slab 1X 0.8m 9.9
34 18.212 RC slab 1X 1m 10.0
35 18.372 RC slab 1X 1m 10.3
36 18.792 RC slab 1X 1m 10.0
37 19.923 RC slab 1X 0.8m 10.0
38 20.488 RC slab 1X 1m 10.0
39 20.603 RC slab 1X 1m 9.9
40 21.054 RC slab 1X 1m 7.3
41 21.119 RC slab 1X 0.8m 9.8
42 21.339 RC slab 1X 0.8m 11.7
43 21.716 RC slab 1X 3.5m 10.1
44 21.734 RC slab 1X 0.8m 9.9
45 21.972 RC slab 1X 0.8m 10.1
46 22.189 RC slab 1X 0.8m 11.5
47 22.370 RC slab 1X 0.8m 10.4
48 23.048 RC slab 1X 0.8m 9.9
49 23.262 RC slab 1X 0.8m 10.0
50 24.181 RC slab 1X 0.8m 10.0
51 24.432 RC slab 1X 1m 10.0

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
27
Existing
S.No. Type No. of Spans Width (m)
Chainage
52 24.944 RC slab 1X 1m 10.2
53 25.312 RC slab 1X 1m 10.0
54 26.450 RC slab 1X 0.8m 10.1
55 26.869 RC slab 1X 0.8m 9.5
56 27.225 RC slab 1X 1m 8.2
57 27.446 RC slab 1X 0.8m 9.9
58 27.579 RC slab 1X 0.8m 9.9
59 27.785 RC slab 1X 0.8m 9.9
60 28.096 RC slab 1X 0.8m 9.9
61 29.130 RC slab 1X 0.8m 9.9
62 29.237 RC slab 1X 1m 9.9
63 29.648 RC slab 1X 0.8m 9.9
64 29.808 RC slab 1X 0.8m 9.2
65 29.861 RC slab 1X 0.8m 10.1
66 37.756 RC slab 1X 0.8m 9.9
67 38.013 RC slab 1X 0.8m 9.9
68 38.270 RC slab 1X 1.35m 10.3
69 38.526 RC slab 1X 0.8m 10.3
70 39.292 RC slab 1X 1m 8.1
71 40.510 RC slab 1X 1m 8.1
72 40.956 RC slab 1X 0.8m 10.1
73 41.652 RC slab 1X 0.8m 7.6
74 42.261 RC slab 1X 1m 7.6
75 43.292 RC slab 1X 1m 9.6
76 43.423 RC slab 1X 1m 6.5
77 43.937 RC slab 1X 0.8m 10.4
78 44.456 RC slab 1X 0.8m 10.4
79 44.936 RC slab 1X 3m 10.4
80 45.349 RC slab 1X 0.8m 10.4
81 45.493 RC slab 1X 1m 9.0
82 46.106 RC slab 1X 0.8m 6.1
83 46.864 RC slab 1X 1m 6.4
84 47.957 RC slab 1X 0.8m 9.0
85 48.214 RC slab 1X 1m 12.6
86 48.310 RC slab 1X 1m 6.5
87 48.601 RC slab 1X 0.8m 12.8
88 50.860 RC slab 1X 3.5m 6.5
89 51.520 RC slab 1X 0.8m 10.4
90 52.020 RC slab 1X 0.8m 8.9

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
28
Existing
S.No. Type No. of Spans Width (m)
Chainage
91 52.524 RC slab 1X 1m 9.2
92 59.850 RC slab 1X 1m 6.5
93 60.853 RC slab 1X 0.8m 9.0
94 61.192 RC slab 1X 0.8m 6.8
95 61.473 RC slab 1X 0.8m 6.5
96 61.585 Hume Pipe 1X 0.6m 9.4
97 61.765 RC slab 1X 0.8m 9.8
98 61.823 RC slab 1X 0.8m 8.9
99 62.086 RC slab 1X 0.8m 8.9
100 62.239 RC slab 1X 1m 9.7
101 62.669 RC slab 1X 1m 9.7
102 62.842 RC slab 1X 0.8m 9.7
103 63.840 RC slab 1X 0.8m 9.8
104 64.598 RC slab 1X 0.8m 8.0
105 65.100 RC slab 1X 0.8m 8.0
106 65.604 RC slab 1X 1m 8.0
107 65.935 RC slab 1X 0.5m 9.5
108 66.250 RC slab 1X 1m 9.5
109 66.874 RC slab 1X 1m 8.5
110 68.123 RC slab 1X 0.8m 9.0
111 68.855 RC slab 1X 0.8m 9.0
112 69.357 RC slab 1X 0.8m 10.0
113 69.530 RC slab 1X 0.8m 9.2
114 70.565 RC slab 1X 3m 9.2
115 71.070 RC slab 1X 1m 9.0
116 71.570 RC slab 1X 1m 8.8
117 71.910 RC slab 1X 0.8m 8.8
118 72.840 RC slab 1X 1m 12.3
119 74.637 RC slab 1X 0.8m 8.0
120 76.466 RC slab 1X 0.8m 8.0
121 77.132 RC slab 1X 0.8m 8.6
122 79.422 RC slab 1X 1m 9.0
123 79.854 RC slab 1X 1m 10.1
124 80.154 RC slab 1X 1m 10.1
125 80.180 RC slab 1X 0.8m 9.5
126 80.541 RC slab 1X 0.8m 10.1
127 80.929 RC slab 1X 0.8m 9.7
128 81.177 RC slab 1X 0.8m 9.6
129 81.217 RC slab 1X 0.8m 9.2

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
29
Existing
S.No. Type No. of Spans Width (m)
Chainage
130 81.432 RC slab 1X 1m 10.8
131 81.683 RC slab 1X 1m 9.5
132 81.934 RC slab 1X 1m 9.5
133 82.687 RC slab 1X 1m 9.5
134 82.937 RC slab 1X 0.8m 9.6
135 83.191 RC slab 1X 1m 10.1
136 83.443 RC slab 1X 1m 6.6
137 83.694 RC slab 1X 1m 9.5
138 84.798 RC slab 1X 1m 9.4
139 85.050 RC slab 1X 1m 8.3
140 85.200 RC slab 1X 1m 10.6
141 85.552 RC slab 1X 1m 9.7
142 85.720 RC slab 1X 1m 9.7
143 85.746 RC slab 1X 2.5m 9.4
144 85.762 RC slab 1X 1m 9.6
145 86.012 RC slab 1X 1m 8.0
146 86.173 RC slab 1X 1m 9.9
147 86.640 RC slab 1X 1m 7.7
148 87.661 RC slab 1X 0.8m 7.3
149 88.402 RC slab 1X 1 m 9.3
150 88.600 RC slab 1X 5m 7.3
151 89.024 RC slab 1X 0.8m 9.2
152 89.315 RC slab 1X 2.5m 9.0
153 89.320 RC slab 1X 1m 7.5
154 90.093 RC slab 1X 0.8m 7.3
155 90.557 RC slab 1X 0.8m 7.3
156 91.073 RC slab 1X 2.0m 8.2
157 92.070 RC slab 1X 0.8m 9.6
158 92.320 RC slab 1X 0.8m 6.3
11 BUS BAYS
The details of bus bays on the Site are as follows:
Table A-11 List of Bus Bays
Existing Length Left Right
S.No.
Chainage (m) Hand hand
(km) ---------NIL--------- Side Side

12 TRUCK LAY BYES


The details of truck lay byes are as follows:

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
30
Table A-12 List of Truck Lay Byes
SI. Existing Length Left Hand Right hand
No. Chainage (km) (m) Side Side
---------NIL---------

13 ROAD SIDE DRAINS


The details of the roadside drains are as follows:
Table A-13 List of Road Side Drains
Location Type
SI.
Masonry/cc
No. From Km To km Earthen (Kutcha)
(Pucca)
---------NIL---------

14 INTERSECTIONS
Besides other intersections, the existing important intersections on the Project Highway-
2 are enumerated in Table A-14
Table A-14 List of Intersections
S No Chainage Junction Remarks
Type

1 Km 0.0 + Start of the project (Sadul Shahar)

2 Km 2.900 + Junction of SH-7A, Abohar Road

3 Km 13.200 T Rasuwala Mandir

4 Km 30.320 T -

5 Km 30.900 T Towards Abohar

6 Km 31.765 + Sangaria (town Road)


SH-7 (Chautala-Nagarana) Mega
7 Km 32.300 +
Highway jn (Sangria)
8 Km 40.300 Y -

9 Km 54.600 + Chandurvali village

10 Km 55.100 + Shri Hanuman Mandir

11 Km 65.200 T Towards 5ggr

12 Km 73.187 + -

13 Km 95.294 T End of the project(Chaiya)

(NH: National Highway, SH: State Highway, VR: Village Road)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
31
15 BYPASSES
The details of the existing bypass are as follows:
Table A-15 List of Bypass

Name of Chainage Lengt Carriageway


SI.No.
bypass (km) From -- h (in Width (m) Type
(town) --to--- NIL Km)
16 OTHER STRUCTURES
Details of other structures, such as Foot over Bridges (FOB), Subways, toll plazas, canal
crossings etc. are given in Table A-16:
Table A-16 Details of Other Structures

Name of Existing Left Hand Side


SI. No. Remark
Structur Chainage(km / Right Hand
e ) Side
---------NIL---------
17 STRETCHES PASSING THROUGH+ABUTTING FOREST AREA
The Project Highway-1does not pass through or abuts any forest area.
Table A-17 Sections Passing through Abutting Forest

Existing
Name of Side Length
SI. No Chainage(km
the Forest (LHS,RHS,BOTH) (km)
)
From To
Area
---------NIL---------

18 STRETCHES PASSING THROUGH+ABUTTING WILDLIFE AREA


The Project Highway-1 does not pass through or abuts any wildlife area.
19 BUILT-UP AREA
The sections of Project Highway-1 passing through built-up areas are given in Table A-
18.
Table A-18 Sections Passing Through Built-up Areas
Chainage in Km
S.No. Villa ge Name
From To

1 0 1.700 Sadu lshahar

2 7.080 7.580 Amargarh

3 18.480 18.780 ChakHiraSinghwala

4 30.730 31.700 Sangaria

5 43.120 44.320 Saliwa laVillage

6 53.290 54.160 Tandoorwali

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
32
7 60.150 62.120 Tibbi

8 70.810 71.810 SilwalaKhurd

9 81.060 81.860 DabaliKhurd

10 88.560 88.960 MirjiwaliMere

11 90.860 91.650 Bhompura

12 95 95.300 Chaiya

20 TYPE OF TERRAIN
The types of terrain through which Project Highway-1 passes are given in Table A-19.
Table A-19 Type of Terrain

Existing Chainage
Sl. Existing
(km) Type of Terrain Rem arks
No Length (km)
From To

1 0.000 95.300 95.300 Plain/Rolling -

21 REFERENCING SYSTEM
The relationship between the ―Existing km stone‖ and ―Design Chainage‖ for the Project
Highway-1is given in Table A-20.
Table A-20 Relationship in Referencing System
S. No. Existing Km. Stone Design Chainage in Km
1 0 0.000
2 1 0.763
3 2 1.799
4 3 2.834
5 4 3.834
6 5 4.834
7 6 5.834
8 7 6.826
9 8 7.817
10 9 8.818
11 10 9.905
12 11 10.923
13 12 11.922
14 13 12.913
15 14 13.95
16 15 14.948
17 16 15.975
18 17 16.973
19 18 17.973
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
33
S. No. Existing Km. Stone Design Chainage in Km
20 19 18.973
21 20 19.974
22 21 20.976
23 22 21.979
24 23 22.982
25 24 23.985
26 25 24.96
27 26 25.99
28 27 26.99
29 28 27.991
30 29 28.994
31 30 30.000
32 31 31.04
33 32 32.08
34 33 33.12
35 34 34.16
36 35 35.2
37 36 36.24
38 37 37.28
39 38 38.32
40 39 39.322
41 40 40.321
42 41 41.324
43 42 42.313
44 43 43.332
45 44 44.333
46 45 45.333
47 46 46.334
48 47 47.322
49 48 48.323
50 49 49.265
51 50 50.283
52 51 51.283
53 52 52.286
54 53 53.29
55 54 54.267
56 55 55.158
57 56 56.158
58 57 57.158
59 58 58.155
60 59 59.151
61 60 60.148
62 61 61.503
63 62 62.488
64 63 63.487

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
34
S. No. Existing Km. Stone Design Chainage in Km
65 64 64.491
66 65 65.495
67 66 66.495
68 67 67.495
69 68 68.497
70 69 69.451
71 70 70.406
72 71 71.36
73 72 72.314
74 73 73.269
75 74 74.347
76 75 75.346
77 76 76.346
78 77 77.35
79 78 78.352
80 79 79.346
81 80 80.386
82 81 81.426
83 82 82.427
84 83 83.373
85 84 84.318
86 85 85.32
87 86 86.274
88 87 87.229
89 88 88.32
90 89 89.274
91 90 90.229
92 91 91.317
93 92 92.317
94 93 93.317
95 94 94.316
96 95 95.316

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
35
Annex-II

(Schedule-A)
Project Highway-
2

Dates for providing Right of


Way
The Authority shall provide Right of Way to the Contractor on the appointed date except
the additional Right of Way for construction of Toll Plaza for following stretches of the
Site which shall be provided on 180th day from the appointed date. The Authority may
shift these locations if suitable government land is available nearby on the project
highway to avoid private land acquisition in consultation with the Authority‘s Engineer/
contractor.

Design Chainage (km) Proposed


Sr. No. Additiona Remarks
From To l
ROW(m)
1 20.250 20.550 25-40 Toll Plaza-1

2 76.150 76.450 25-40 Toll Plaza-2

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
36
Annex - III
(Schedule-A)
Project Highway-
2

Alignment Plans
The existing alignment of the Project Highway-2 shall be modified as per the alignment
plan. The alignment plan of the Project Highway-2 is enclosed in PDF with this
document.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
37
Annex - IV
(Schedule-A)
Project Highway-
2

Environment
Clearances

As per MOEF notification F. No. 21-270/2008-1A.III (dated 22ndAugust


2013), Environmental clearance is not required.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
38
SCHEDULE-B
DEVELOPMENT OF THE PROJECT

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
39
SCHEDULE- B

(See Clause 2.1)


DEVELOPMENT OF THE PROJECT
1 Development of the Project
Development of the Project shall include design and construction of Project
Highway-1 & Project Highway-2 as described in this Schedule-B and
Schedule- C.
2 Rehabilitation and augmentation
Rehabilitation and augmentation shall include Two Laning /Two lane plus paved
shoulders/ Four Laning and strengthening of the Project Highways, as described
in respective Annex-I of this Schedule-B and Schedule-C.
3 Specifications and Standards
The Project Highways shall be designed and constructed in conformity with the
Specifications and Standards specified in Annex-I of Schedule-D and stipulations in
Schedule-U.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. : ADB Tranche-2/EPC/02
40
PROJECT HIGHWAY-1:

BIDASAR-DUNGARGARH-KALU (SH-93)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
39
Annex – I
(Schedule – B)
Project Highway-
1
Description of Project
1 DEVELOPMENT OF THE EXISTING HIGHWAY
1.1 The Project Highway-1 shall follow the existing alignment unless otherwise
specified by the Authority and shown in the alignment plans specified in the
Annex III of Schedule-A. Geometric deficiencies, if any, in the existing horizontal
and vertical profiles shall be corrected as per the prescribed standards for plain
terrain to the extent land is available.
1.2 WIDTH OF CARRIAGEWAY
1.2.1 The carriageway shall be 7.0m wide except the following stretches in which the width of
carriageway shall be as given in Table B-1 hereunder:
Table B-1 Width of Carriageway
Design Chainage (km) Carriageway
S.No Length Width
From To (including
paved
1 0.00 1.500 1.500 10 m
shoulders)

2 19.00 20.00 1.00 10 m


3 25.000 27.000 2.000 10 m
4 32.500 33.000 0.500 10 m
5 44.000 44.900 0.900 10 m
6 46.700 48.000 1.300 10 m
7 64.400 65.000 0.500 10 m
8 69.000 70.000 1.000 10 m
9 74.000 75.000 1.000 10 m
10 82.000 82.200 0.200 10 m
1.2.2 Except as otherwise provided in this Agreement, width of the carriageway and cross-
sectional features shall confirm to paragraph 1.1 & 1.2.1 above.
2 GEOMETRIC DESIGN AND GENERAL FEATURES
2.1 General
Geometric design and general features of the Project Highway-1shall be in accordance
with Section 2 of the Manual.
2.2 Design Speed
The ruling design speed shall be 100 kmph and the minimum design speed shall be 80
kmph.
2.3 Improvement of the existing Road geometrics
In the following sections, where improvement of the existing road geometrics to
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
40
the prescribed standards is not possible, the existing road geometrics shall be
improved to

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
41
the extent possible within the given right of way and proper road signs and
safety measures shall be provided:

Table B-2 List of


Sections
Stretch of Design
Type of
SI. No. Chainage Re marks
deficiency
From Km To Km
1. 24 26 sharp curve Ridi Vi llage
2.4 Right of Way
Details of the Right of Way are given in Annex II of Schedule-A.
2.5 Type of Shoulders
(a) The shoulders width shall be 2.5 meter width on either side of main carriageway and
the width remaining beyond paved shoulders shall be provided with interlocking
paver block upto the roadside drain to be constructed in built up sections.
(b) In open country shoulders in 2.5m width on either side shall be provided which shall
be covered with 150mm thick compacted layer of granular material.
(c) Design and specifications of paved shoulders and granular material shall conform to
the requirements specified in paragraphs 5.9.9 and 5.9.10 of the Manual.

2.6 Lateral and vertical clearances at underpasses


Table B-3

Location
SI. No. (chainage) Span/opening Remarks
(m)
(from
km to km)
---------Not Applicable---------
2.7 Lateral and vertical clearances at overpasses
Table B-4

Location
SI. Span/opening (m) Remarks
No. (chainage)
(from km to ---------Not Applicable---------
2.8 km)
Service roads
Service roads shall be constructed at the locations and for the lengths indicated below:
Table B-5

SI. No. Location of Right hand side Length (km)


service road (RHS)/Left hand side of service
(LHS)/ or Both road
---------Not Applicable---------

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
42
2.9 Grade Separated Structures
Grade separated structures shall be provided as per paragraph 2.14 of the Manual. The
requisite particulars are given below:
Table B-6

Number and length


Location Length Approac Remarks,
SI. No. of spans
of (m) h if any
(m)
structure gradient
---------Not Applicable---------
2.10 Cattle and Pedestrian Underpass /Overpass
Cattle and pedestrian underpass/ overpass shall be constructed as follows:
Table B-7

SI. No. Location Type of crossing

---------Not Applicable---------
2.11 Bypasses/ New Alignments
The details of bypasses and new alignments to be provided in Project Highway-1 are
given in Appendix B-I.
2.12 Typical Cross-Sections of the Project Highway
The typical cross sections to be used for the Project Highway-1 are detailed in Appendix
B-II.
3 INTERSECTIONS AND GRADE SEPARATORS
In accordance with the Para 3.1.1 & 3.1.2 of the Manual, all existing
intersections, which are deficient with respect to minimum requirements shall be
improved to the prescribed standards within the available land. Properly
designed intersections shall be provided at all the locations and of the types and
features given in the tables below:
(a)At-grade Intersections
Table B-8

SI. No. Location of intersection Type of intersection Other features

As listed out in Schedule A and others as per site condition


(b) Grade Separated Intersection with/without Ramps
Table B-9

Salient Minimum length of Road to be carried


SI. No. Location
feature viaduct to be over/ under structures
s provided
---------NIL--------- be the

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
43
4 ROAD EMBANKMENT AND CUT SECTION
4.1 Widening and improvement of the existing road embankment/cuttings and construction
of new road embankment/ cuttings shall conform to the Specifications and Standards
given in section 4 of the Manual and the specified cross sectional details. Deficiencies in
the plan and profile of the existing road shall be corrected by providing profile corrective
courses or otherwise.
4.2 The road embankment shall be designed in accordance with section 4.2 of the Manual.
5 PAVEMENT DESIGN
5.1 Pavement design shall be carried out in accordance with Section 5 of the Manual.
5.2 Type of Pavement
Type of pavement shall be flexible pavements, except for the sections given in Table B-
11, wherein the type of pavement shall be as specified therein. The stretches of existing
distressed CC pavement shall also be provided with flexible pavement with adequate
drainage arrangements. Further the pavement type at all Toll Plazas including tapering
zone shall be Rigid.
Table B-11 Type of Pavement

Design Chainage Type of

S.No (km) Length (km) Pavemen


From To t
---------NIL---------
5.3 Design Requirements
(a) Design Period and strategy
Flexible pavements for new pavement or for widening and strengthening of the existing
pavement shall be designed for a minimum design period of 15 years. Rigid pavements
shall be designed for a minimum design period of 30 years. Stage construction is not
permitted.
(b) Design Traffic
Notwithstanding anything to the contrary contained in this Agreement or the Manual,
the Contractor shall design the pavement for minimum design traffic of 20 million
standard axles in the sections from chainage 0.00- 50.000 and 10 million standard
axles for the remaining section.
5.4 Reconstruction of Stretches
The highway sections requires to be reconstructed on account of profile correction or
otherwise, for which Contractor is encouraged to utilize the existing road material
obtained from excavation for profile correction with its due reprocessing complying with
the specifications and standards and applicable laws. The minimum length of sections

identified for reconstruction are given in Table B-12, however these sections may be
varied in consultation with the Authority‘s Engineer as per design consideration and
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
44
such variance shall not be considered as change of scope.
Table B-12

Design Chainage(Km)
S.No. Length in Km Remarks
From To

1 1.500 2.000 1.500

2 2.000 8.000 6.000

3 13.030 14.640 1.610

4 15.800 16.450 0.650

5 16.470 16.920 0.180

6 24.300 24.500 0.200

7 27.730 27.930 0.200

8 33.920 34.200 0.280

9 38.980 39.380 0.400

10 40.500 41.150 0.650

11 41.780 42.350 0.570

12 42.600 43.120 0.610

13 50.000 51.100 1.100

14 52.100 53.280 1.180

15 53.400 54.000 0.600

16 54.400 54.900 0.500

16 56.000 64.00 8.000

17 65.000 66.000 1.000

18 68.280 69.000 0.720

19 70.000 74.000 4.000

20 77.780 78.300 0.520

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
45
6 ROADSIDE DRAINAGE
Efficient drainage system including surface and subsurface drains shall be provided for
entire stretch of the Project Highway-1 in accordance with Section 6 of the Manual. This
includes CC drains in built-up sections as well as unlined drain along highway which
shall be got approved from Authority‘s Engineer. The paver blocks shall be provided in
area available between the pavement edge and CC drains in built-up sections.
7 DESIGN OF STRUCTURES
7.1 General
(a) All bridges, culverts and structures shall be designed and constructed in accordance
with section 7 of the Manual and shall conform to the cross sectional features and other
details specified therein.
(b) Width of the carriageway of new bridges and structures shall extend to full width of
the Bridge / Structure.
(c) The following structures shall be provided with footpaths:
Table B-14

Sl. No. Location at km Remarks

Nil

(d) All bridges shall be high-level bridges.


(e) The following structures shall be designed to carry utility services specified in table
below:
Table B-15
Sl. No. Bridge at km Utility service to be carried Remarks

Nil

(f) Cross-section of the new culverts and bridges at deck level for the Project Highway shall
conform to the typical cross-sections given in section 7 of the Manual.
7.2 Culverts
(a) Overall width of all culverts shall be equal to the roadway width of the approaches.
(b) Reconstruction of existing culverts:
The existing culverts at the following locations shall be re-constructed as new culverts:
Table B-16
Culvert location
Type of Span Arrangement Remarks,
S.No (Design
Structur (m) No. x Span (m) if any*
Chainage) (km)
e
NIL

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
46
(c) Widening of existing culverts
All existing culverts which are not to be reconstructed shall be widened to the roadway
width of the Project Highway-1 as per the typical cross section given in section 7 of the
Manual. Repairs and strengthening of existing structures where required shall be carried
out.

Table B-17

Culvert location
Existing
Existing Design Propose Repairs to
Sl. No. Structur
Chainage Chainage d Width be carried
e
(Km) (Km) Type Width (m) out

NIL

(d) Additional new pipe culverts shall be constructed for the design flow but shall have
openings as given in the table below:
Table B-18
Culvert location
Sl No. Span/Opening (m)
Design Chainage
1 (Km)
4.800 1 x 1200 mm dia.

2 13.200 1 x 1200 mm dia.

3 42.600 1 x 1200 mm dia.

4 49.100 1 x 1200 mm dia.

5 56.200 1 x 1200 mm dia.

6 79.500 1 x 1200 mm dia.

Note: 1: In addition to above, if new culverts are required or existing are to be


reconstructed owing to profile design or other design consideration, the same shall be
constructed/provided in consultation with Authority‘s Engineer and shall not be
considered as Change of Scope.

(e) Repairs/replacements of railing/parapets, flooring and protection works of the existing


culverts shall be undertaken as follows:
Table B-19

Sl. Location at km
No. Design Type of repair required

Chainage
Cleaning, repair/replacement of damaged railings and
1 8.400
parapets, floor etc.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
47
2 13.900 Cleaning, repair/replacement of damaged railings and
parapets, floor etc.

Cleaning, repair/replacement of damaged railings and


3 18.380
parapets, floor etc.
Cleaning, repair/replacement of damaged railings and
4 20.200
parapets, floor etc.
Cleaning, repair/replacement of damaged railings and
5 20.500
parapets, floor etc.
Cleaning, repair/replacement of damaged railings and
6 23.000
parapets, floor etc.
Cleaning, repair/replacement of damaged railings and
7 25.700
parapets, floor etc.
Cleaning, repair/replacement of damaged railings and
8 29.200
parapets, floor etc.
Cleaning, repair/replacement of damaged railings and
9 29.600
parapets, floor etc.
Cleaning, repair/replacement of damaged railings and
10 31.800
parapets, floor etc.
Cleaning, repair/replacement of damaged railings and
11 38.900
parapets, floor etc.
Floor protection works shall be, as specified in the relevant IRC Codes and
Specifications and Standards.
(f) New Culverts at the location of Intersections
All roads approaching / intersecting the Project Highway-1 shall be provided with a
minimum of single row 900mm dia. NP-4 pipe culvert as per site requirement in
consultation with Authority Engineer to ensure adequate road side drainage all along
the Project Highway-1.
7.3 Bridges
7.3.1 Existing bridges to be re- constructed/widened
(i) The existing bridges at the following locations shall be re-constructed as new Structures:
Table B-20

Adequacy or otherwise
Bridge Salient details
Sl. No. of the existing Remarks
location of existing
waterway, vertical
(Km) bridge
clearance, etc.
---------NIL---------

(ii) The following narrow bridges shall be widened:

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
48
Table B-21

Sl. Location Existing Extent of Cross-section at deck level


No. (Km) width widening for widening
(m) (m)
---------NIL---------
(a) Additional new bridges
New bridges at the following locations on the Project Highway-1shall are constructed.
GADs for the new bridges are attached in the drawings folder.
Table B-22

Sl. No. Location (Km) Linear Water Way (m) Remarks, if any

NIL
(b) The railings of existing bridges shall be replaced by crash barriers at the following
locations:
Table B-23

Sl. No. Location at Km Remarks

---------NIL---------

(c) Repairs/replacements of railing/parapets of the existing bridge shall be undertaken as


follows:
Table B-24
Existing Design Side
Name Details of
Sl. No. Chainage Chainag (LHS/RHS
of Repair/
(Km) e(Km) /
Bridge Rehabilitation
NIL Both)

(d) Drainage system for bridge decks


An effective drainage system for bridge decks shall be provided as specified
in paragraph 7.21 of the Manual.
7.4 Rail-road bridges
(a) Design, construction and detailing of ROB/RUB shall be as specified in section 7 of the
Manual.
(b) Road over-bridges
Contractor is not required to construct Road over-bridges (road over rail) under
this Project.
Table B-25

Sl. Location of Level crossing Length of


No. (chainage Km) bridge (m)

---------NIL---------

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
49
(c) Road under-bridges
Contractor is not required to construct Road under-bridges (road under railway line)
under this Project.
Table B-26

Location of Level Number and length of


Sl. No.
crossing (chainage span (m)
Km) ---------NIL---------
7.5 Grade Separated Structures
The grade separated structures shall be provided at the locations and of the type and
length specified in paragraphs 2.9 and 3 of this Annex-I.
7.6 Repairs & Strengthening of Bridges and Structures
The existing bridges and structures to be repaired/strengthened, and the nature and
extent of repairs /strengthening required are given below:
A. Bridges
Table B-
27
Existing Design Side
Sl. Name Details of
Chainage Chainage (LHS/RHS
No. of Repair/
(km) (km) /
Bridge Rehabilitation
NIL Both)

B. ROB /
RUB Table B-28

Sl. No. Location of Nature and extent of repairs /strengthening


ROB/RUB to be carried out
(km)
---------NIL---------

C. Overpasses/Underpasses and other structures


Table B-
29

Sl. No. Location of Structure (km) Nature and extent of repairs


/strengthening to be carried out

---------NIL---------
7.7 List of Major Bridges and Structures
The following is the list of the Major Bridges and Structures:
Table B-30

Sl. No. Location


Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
50
NIL

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
51
7.8 PROTECTION WORKS
The Contractor is required to retain with repairs /rehabilitation/reconstruction
of the existing protection measures in consultation with Authority‘s Engineer
and is required to provide protection measure such as retaining walls/toe walls
on the Project Highway as per site conditions.

8 TRAFFIC CONTROL DEVICES AND ROAD SAFETY WORKS


8.1 Traffic control devices and road safety works including traffic calming measures,
raised pavement markers etc. Shall be provided in accordance with Section 9 of
the Manual.
8.2 Specifications of the reflective sheeting: As per Clause 9.3.1 of the Manual, it
shall be High intensity micro prismatic retro-reflective element material i.e Type
IX.

9 ROADSIDE FURNITURE
9.1 Roadside furniture shall be provided in accordance with the provisions of Section
11 of the Manual.
9.2 Overhead traffic signs: location and size
The Overhead traffic signs shall be provided as per numbers given below, at the
locations to be finalized in consultation with Authority Engineer.
(i) Full width Overhead signs : 04 nos. ( facia on both sides)
(ii) Cantilever Overhead signs : 04 nos. ( facia on both sides)

10 COMPULSORY AFFORESTATION
In pursuance of Paragraph 12.1 of the Manual, 1600 (sixteen hundred) trees are
required to be planted by the Contractor as compensatory afforestation with tree
protection measures. The Contractor shall also maintain all trees on the Project Highway
in good condition.

11 HAZARDOUS LOCATIONS
The safety barriers shall also be provided at all the hazardous locations in consultation
with Authority Engineer.

12 SPECIAL REQUIREMENT FOR HILL ROADS


Not Applicable

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
52
13 CHANGE OF SCOPE
The length of structures and bridges specified here in above shall be treated as an
approximate assessment. The actual lengths as required on the basis of detailed
investigations shall be determined by the Contractor in consultation with Authority
Engineer and in accordance with the Specifications and Standards. Any variations in the
length of project highway specified in this Schedule-B shall not constitute a Change of
Scope, save and except any variations in the length arising out of a Change of Scope
expressly undertaken in accordance with the provisions of Article 13.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
53
Project Highway-
1 Appendix B-I
Details of Bypasses/ New
Alignments
New Alignments

Sl. Existing Chainage(km) Design Chainage(km) Length (km)


No. From To From To
NIL

Note: The Existing Stretch of Project Highway-1 corresponding to above mentioned


bypasses/re-alignment shall be maintained in traffic worthy conditions by the Contractor during
Construction and Maintenance Period. Maintenance shall cover at least one overlay during the
Construction &Maintenance Period.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
54
Project Highway-1
Appendix B-II
Typical Cross Section (TCS) of the Project
Cross-Sections to be adopted for different stretches of the Project Highway are given in
Table below. Typical Cross Sections are also attached herewith.

Design Chainage
S. No (km) Length (km) T CS
From To
1 0+000 1+500 1.500 S - 3 TC
2 1+500 8+000 6.500 S - 2 TC
3 8+000 13+030 5.030 S - 1 TC
4 13+030 14+640 1.610 S - 2 TC
5 14+640 15+800 1.160 S - 1 TC
6 15+800 16+450 0.650 S - 2 TC
7 16+450 16+740 0.290 S - 1 TC
8 16+740 16+920 0.180 S - 2 TC
9 16+920 19+000 2.080 S - 1 TC
10 19+000 20+000 1.000 S - 3 TC
11 20+000 24+300 4.300 S - 1 TC
12 24+300 24+500 0.200 S - 2 TC
13 24+500 24+700 0.200 S - 1 TC
14 24+700 25+000 0.300 S - 2 TC
15 25+000 25+300 0.300 S - 3 TC
16 25+300 27+730 2.430 S - 1 TC
17 27+730 27+930 0.200 S - 2 TC
18 27+930 32+500 4.570 S - 1 TC
19 32+500 33+000 0.500 S - 3 TC
20 33+000 33+920 0.920 S - 1 TC
21 33+920 34+200 0.280 S - 2 TC
22 34+200 38+980 4.780 S - 1 TC
23 38+980 39+380 0.400 S - 2 TC
24 39+380 40+500 1.120 S - 1 TC
25 40+500 41+150 0.650 S - 2 TC
26 41+150 41+780 0.630 S - 1 TC
27 41+780 42+350 0.570 S - 2 TC
28 42+350 42+600 0.250 S - 1 TC
29 42+600 43+210 0.610 S - 2 TC
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
55
Design
S. No Chainage Length (km) TCS
From (km) To
30 43+210 44+900 1.690 TCS - 3
31 44+900 46+200 1.300 NH portion
32 46+200 46+700 0.500 TCS - 1
33 46+700 48+000 1.300 TCS - 3
34 48+000 50+000 2.000 TCS - 1
35 50+000 51+100 1.100 TCS - 2
36 51+100 52+100 1.000 TCS - 1
37 52+100 53+280 1.180 TCS - 2
38 53+280 53+400 0.120 TCS - 1
39 53+400 54+000 0.600 TCS - 2
40 54+000 54+400 0.400 TCS - 1
41 54+400 54+900 0.500 TCS - 2
42 54+900 56+000 1.100 TCS - 1
43 56+000 64+000 8.000 TCS - 2
44 64+000 64+400 0.400 TCS - 1
45 64+400 65+000 0.600 TCS - 3
46 65+000 66+000 1.000 TCS - 2
47 66+000 68+280 2.280 TCS - 1
48 68+280 69+000 0.720 TCS - 2
49 69+000 70+000 1.000 TCS - 3
50 70+000 74+000 4.000 TCS - 2
51 74+000 75+000 1.000 TCS - 3
52 75+000 77+780 2.780 TCS - 1
53 77+780 78+300 0.520 TCS - 2
54 78+300 82+000 3.700 TCS - 1
55 82+000 82+200 0.200 TCS - 3

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
56
Project Highway-1
Section schedule for the project highway is as follows:

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
57
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
58
PROJECT HIGHWAY-2:

SADULSHAHR – SANGARIA- CHAIYA (SH-76)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
59
Annex – I
(Schedule –
B)
Description of Project Highway-2
1. DEVELOPMENT OF THE EXISTING HIGHWAY
1.1. The Project Highway-2 shall follow the existing alignment unless otherwise specified by
the Authority and shown in the alignment plans specified in the Annex III of Schedule-
A. Geometric deficiencies, if any, in the existing horizontal and vertical profiles shall
be corrected as per the prescribed standards for plain terrain to the extent land is
available. The stretch from Ch. 31.800 to Ch.33.450 is not to be developed as these
sections are being developed in other scheme and being section of existing ROB.
1.2. WIDTH OF CARRIAGEWAY
1.2.1. The carriageway shall be 7.0m wide except the following stretches in which the
width of carriageway shall be as given in Table B-1 here under:

Table B-1 Width of Carriageway

Design Chainage
S. (km) Length (km) geway
No Cah (m)
From To rria
1 0+000 0+600 0.600 widt14
2 0+600 1+500 0.900 10.0
3 1+500 2+900 1.400 10.0
4 4+900 5+400 0.500 10.0
5 18+300 18+750 0.450 10.0
6 30+250 31+750 1.500 10.0
7 31+750 33+450 1.700 10.0
8 43+200 44+200 1.000 10.0
9 53+000 53+800 0.800 10.0
10 59+400 61+600 2.200 10.0
11 69+400 70+300 0.900 10.0
12 90+000 90+700 0.700 10.0

1.2.2. Except as otherwise provided in this Agreement, width of the carriageway and
cross-sectional features shall confirm to paragraph 1.1 & 1.2.1 above.
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
60
2. GEOMETRIC DESIGN AND GENERAL FEATURES
2.1. General

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
61
Geometric design and general features of the Project Highway-2 shall be in accordance with
Section 2 of the Manual.
2.2. Design speed
The ruling design speed shall be 100 kmph and the minimum design speed shall be 80
kmph.
2.3. Improvement of the existing road geometrics
In the following sections, where improvement of the existing road geometrics to the
prescribed standards is not possible, the existing road geometrics shall be improved to the
extent possible within the given right of way and proper road signs and safety measures
shall be provided:

Table B-2 List of


Sections
Stretch of Design Chainage
SI. No. Type of deficiency Remarks
From Km To Km
Nil
2.4. Right of Way
Details of the Right of Way are given in Annex II of Schedule-A.

2.5 Type of Shoulders


(a) The shoulders width shall be 2.5 meter width on either side of main carriageway and
the width remaining beyond paved pavement shall be provided interlocking paver
block upto the roadside drain to be constructed in built up sections.
(b) In open country shoulders in 2.5m width on either side shall be provided which shall
be covered with 150mm thick compacted layer of granular material.
(c) Design and specifications of paved shoulders and granular material shall conform to
the requirements specified in paragraphs 5.9.9 and 5.9.10 of the Manual.

2.6 Lateral and vertical clearances at underpasses


Table B-3

SI. Location (chainage) (from km to km) Span/opening Remarks


No. (m)
---------Not Applicable---------

2.7 Lateral and vertical clearances at overpasses


Table B-4
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
62
SI. Location (chainage) (from km to km) Span/opening Remarks
No. (m)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
63
---------Not Applicable---------

2.8 Service roads


Service roads shall be constructed at the locations and for the lengths indicated below:
Table B-5

SI. Location of service Right hand side (RHS)/Left Length (km)


No. road (from km to hand side (LHS)/ or Both of service
km) sides
---------Not Applicable--------- road

2.9 Grade Separated Structures


Grade separated structures shall be provided as per paragraph 2.14 of the Manual. The
requisite particulars are given below:

Table B-6

SI. Location Lengt Number and length Approac Remarks


No. of h of spans h , if any
structure (m) (m) gradient
---------Not Applicable---------

2.10 Cattle and Pedestrian Underpass /Overpass


Cattle and pedestrian underpass/ overpass shall be constructed as follows:
Table B-7

SI. No. Location Type of crossing

---------Not Applicable---------

2.11 Bypasses/ New Alignments


The details of bypasses and new alignments to be provided in Project Highway-2 are given
in Appendix B-I.
2.12 Typical Cross-Sections of the Project Highway
The typical cross sections to be used for the Project Highway-2 are detailed in Appendix B-
II.
3 INTERSECTIONS AND GRADE SEPARATORS
In accordance with the Para 3.1.1 & 3.1.2 of the Manual, all existing intersections, which are
deficient with respect to minimum requirements shall be improved to the prescribed
standards. List of important identified junctions shall be improved at the locations and of
the types and features given in the table below:
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
64
(c) At-grade Intersections

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
65
Table B-8

Location of Type of
SI. No. Other features
intersectio intersectio
1 n Km 0.0 n + Start of the project (Sadul Shahar)
2 Km 2.900 + Junction of SH-7A, Abohar Road
3 Km 13.200 T Rasuwala Mandir
4 Km 30.320 T -
5 Km 30.900 T Towards Abohar
6 Km 31.765Km + Sangaria (town Road)
SH-7 (Chautala-Nagarana) Mega
7 Km 36.300 +
Highway jn (Sangria)
8 Km 40.300 Y -
9 Km 54.600 + Chandurvali village
10 Km 55.100 + Shri Hanuman Mandir
11 Km 65.200 T Towards 5ggr
12 Km 73.187 + -
13 Km 95.294 T End of the project(Chaiya)

(d) Grade Separated Intersection with/without Ramps

Table B-9

SI. Location Salient Minimum length of Road to be carried


No. feature viaduct to be over/ under
s provided
---------NIL--------- structures

4 ROAD EMBANKMENT AND CUT SECTION


4.1 Widening and improvement of the existing road embankment/cuttings and construction
of new road embankment/ cuttings shall conform to the Specifications and Standards
given in section 4 of the Manual and the specified cross sectional details. Deficiencies in
the plan and profile of the existing road shall be corrected.
4.2 The road embankment shall be designed in accordance with section 4.2 of the Manual.

5 PAVEMENT DESIGN
5.1 Pavement design shall be carried out in accordance with Section 5 of the Manual.
5.2 Type of Pavement

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
66
Type of pavement shall be flexible pavements, except for the sections given in Table B-11,
wherein the type of pavement shall be as specified therein. The stretches of existing distressed
CC pavement shall also be provided with flexible pavement with adequate drainage
arrangements. Further the pavement type at all Toll Plazas including tapering zone shall be
Rigid
.Table B-11 Type of Pavement
S.No Design Lengt Type of Remarks
Chainage h Pavemen
From (km) To (km) t

NIL

5.3 Design Requirements


5.3.1 Design Period and strategy
Flexible pavements for new pavement or for widening and strengthening of the existing
pavement shall be designed for a minimum design period of 15 years. Rigid pavements
shall be designed for a minimum design period of 30 years. Stage construction is not
permitted.
5.3.2 Design Traffic
Notwithstanding anything to the contrary contained in this Agreement or the Manual,
the Contractor shall design the pavement for minimum design traffic of 10 million
standard axles.

5.4 Reconstruction of Stretches


The highway sections requires to be reconstructed on account of profile correction or
otherwise, for which Contractor is encouraged to utilize the existing road material obtained
from excavation for profile correction with its due reprocessing complying with the
specifications and standards and applicable laws. The minimum length of sections identified
for reconstruction are given in Table B-12, however these sections may be varied in
consultation with the Authority‘s Engineer as per design consideration and such variance
shall not be considered as change of scope.

Table B-12

Design Chainage(Km) Length


S.No. TCS Remarks
From To in Km
1 36+250 40+000 3.750 TCS - 2

2 46+000 48+000 2.000 TCS - 2

3 85+700 90+000 4.300 TCS - 2

4 90+700 95+300 4.600 TCS - 2

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
67
6 ROADSIDE DRAINAGE

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
68
Efficient drainage system including surface and subsurface drains shall be provided for
entire stretch of the Project Highway-1 in accordance with Section 6 of the Manual. This
includes CC drains in built-up sections as well as unlined drain along highway which shall
be got approved from Authority‘s Engineer. The paver blocks shall be provided in area
available between the pavement edge and CC drains in built-up sections.
7 DESIGN OF STRUCTURES
7.1 General
7.1.1 All bridges, culverts and structures shall be designed and constructed in accordance
with section 7 of the Manual and shall conform to the cross-sectional features and
other details specified therein.

7.1.2 Width of the carriageway of new bridges and structures shall extend to full width
of the Bridge / Structure.
7.1.3 The following structures shall be provided with footpaths:
Table B-14

Sl. No. Location at km Remarks

Nil
7.1.4 All bridges shall be high-level bridges.
7.1.5 The following structures shall be designed to carry utility services specified in table
below:
Table B-15
Sl. No. Bridge at km Utility service to be carried Remarks
Nil
7.1.6 Cross-section of the new culverts and bridges at deck level for the Project Highway shall
conform to the typical cross-sections given in section 7 of the Manual.

7.2 Culverts
7.2.1 Overall width of all culverts shall be equal to the roadway width of the approaches.
7.2.2 Reconstruction of existing culverts:
The existing culverts/ water courses at the following locations shall be re-constructed as
new culverts with proper connection to adjoining water channel: The Road level shall
accordingly be modified.

Table B-16
S.No. Existing Design Proposed Propose
Ch. Chainag d width
(Km.) e (Km.) Type Span (m)

1 1.450 1.213 RC Box 1X 1m 12


Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
69
2 8.789 8.606 RC Box 1X 1m 12

3 9.303 9.122 RC Box 1X 1m 12

4 9.562 9.380 RC Box 1X 1m 12

5 10.231 10.137 Pipe 1 x 1.2m 12

6 10.970 10.895 RC Box 1X 1m 12

7 11.472 11.395 RC Box 1X 1m 12

8 18.212 18.185 RC Box 1X 1m 12

9 24.944 24.928 RC Box 1X 1m 12

10 26.450 26.440 RC Box 1X 1m 12

11 60.853 61.356 RC Box 1X 1m 12

12 61.585 62.092 Pipe 1 x 1.2 12

13 65.835 66.350 RC Box 1X 1m 12

14 68.123 68.620 RC slab 1X 1m 12

15 82.937 83.361 RC Box 1X 1m 12

7.2.3 Widening of existing culverts


All existing culverts/ water courses which are not to be reconstructed shall be widened
to the roadway width of the Project Highway-2 as per the typical cross section given in
section 7 of the Manual. Repairs and strengthening of existing structures where required
shall also be carried out. The proper connection with adjoining water channel shall be
provided.
Table B-17
S.No. Existing Design Proposed Propose
Ch. Chainag d width
(Km.) e (Km.) Type Span (m)
1 1.867 1.632 RC slab 1X 1m 12
2 2.223 2.034 RC slab 1X 3m 12

3 3.386 3.22 RC slab 1X 0.8m 12

4 4.153 3.988 RC slab 1X 1m 12

5 4.662 4.496 RC slab 1X 0.8m 12

6 5.100 5.050 RC slab 1X 0.8m 12

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
70
7 5.687 5.522 RC slab 1X 0.8m 12

8 6.195 6.029 RC slab 1X 0.8m 12

9 6.708 6.542 RC slab 1X 0.8m 12

10 8.016 7.833 RC slab 1X 1m 12

11 11.723 11.646 RC slab 1X 1m 12

12 12.077 12.000 RC slab 1X 1m 12

13 12.219 12.141 RC slab 1X 0.8m 12

14 12.36 12.285 RC slab 1X 4.5m 12

15 12.627 12.550 RC slab 1X 0.8m 12


16 13.200 13.113 RC slab 1X 1m 12

17 14.015 13.964 RC slab 1X 1m 12

18 14.572 14.521 RC slab 1X 1m 12

19 15.421 15.368 RC slab 1X 1m 12

20 15.707 15.655 RC slab 1X 0.8m 12

21 16.233 16.209 RC slab 1X 1m 12

22 16.532 16.508 RC slab 1X 0.8m 12

23 16.739 16.715 RC slab 1X 1m 12

24 16.816 16.792 RC slab 1X 1m 12


25 17.099 17.071 RC slab 1X 1m 12
26 17.877 17.850 RC slab 1X 0.8m 12
27 18.372 18.345 RC slab 1X 1m 12

28 18.792 18.764 RC slab 1X 1m 12

29 19.923 19.897 RC slab 1X 0.8m 12

30 20.488 20.462 RC slab 1X 1m 12

31 20.603 20.577 RC slab 1X 1m 12

32 21.054 21.03 RC slab 1X 1m 12

33 21.119 21.095 RC slab 1X 0.8m 12

34 21.339 21.315 RC slab 1X 0.8m 12

35 21.716 21.692 RC slab 1X 3.5m 12


36 21.734 21.710 RC slab 1X 0.8m 12

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
71
37 21.972 21.948 RC slab 1X 0.8m 12

38 22.189 22.169 RC slab 1X 0.8m 12

39 22.370 22.351 RC slab 1X 0.8m 12

40 23.048 23.030 RC slab 1X 0.8m 12

41 23.262 23.245 RC slab 1X 0.8m 12

42 24.181 24.166 RC slab 1X 0.8m 12

43 24.432 24.418 RC slab 1X 1m 12

44 25.312 25.273 RC slab 1X 1m 12

45 26.869 26.865 RC slab 1X 0.8m 12


46 27.225 27.215 RC slab 1X 1m 12

47 27.446 27.438 RC slab 1X 0.8m 12

48 27.579 27.567 RC slab 1X 0.8m 12

49 27.785 27.777 RC slab 1X 0.8m 12

50 28.096 28.088 RC slab 1X 0.8m 12

51 29.13 29.124 RC slab 1X 0.8m 12

52 29.237 29.231 RC slab 1X 1m 12

53 29.648 29.643 RC slab 1X 0.8m 12

54 29.808 29.803 RC slab 1X 0.8m 12


55 29.861 29.959 RC slab 1X 0.8m 12
56 37.756 38.077 RC slab 1X 0.8m 12
57 38.013 38.332 RC slab 1X 0.8m 12

58 38.270 38.587 RC slab 1X1.35m 12

59 38.526 38.845 RC slab 1X 0.8m 12

60 39.292 39.613 RC slab 1X 1m 12

61 40.510 40.830 RC slab 1X 1m 12

62 40.956 41.276 RC slab 1X 0.8m 12

63 41.652 41.968 RC slab 1X 0.8m 12

64 42.261 42.573 RC slab 1X 1m 12

65 43.292 43.624 RC slab 1X 1m 12


66 43.423 43.755 RC slab 1X 1m 12

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
72
67 43.937 44.267 RC slab 1X 0.8m 12

68 44.456 44.785 RC slab 1X 0.8m 12

69 44.936 45.267 RC slab 1X 3m 12

70 45.349 45.676 RC slab 1X 0.8m 12

71 45.493 45.821 RC slab 1X 1m 12

72 46.106 46.44 RC slab 1X 0.8m 12

73 46.864 47.205 RC slab 1X 1m 12

74 47.957 48.279 RC slab 1X 0.8m 12

75 48.214 48.552 RC Box 1X 1m 12


76 48.31 48.633 RC slab 1X 1m 12

77 48.601 48.931 RC slab 1X 0.8m 12

78 50.86 51.145 RC slab 1X 3.5m 12

79 51.52 51.800 RC slab 1X 0.8m 12

80 52.020 52.306 RC slab 1X 0.8m 12

81 52.524 52.808 RC slab 1X 1m 12

82 59.850 59.700 RC slab 1X 1m 12

83 61.192 61.693 RC slab 1X 0.8m 12

84 61.473 61.975 RC slab 1X 0.8m 12


85 61.765 62.271 RC slab 1X 0.8m 12
86 61.823 62.33 RC slab 1X 0.8m 12
87 62.086 62.575 RC slab 1X 0.8m 12

88 62.239 62.727 RC slab 1X 1m 12

89 62.669 63.157 RC slab 1X 1m 12

90 62.842 63.33 RC slab 1X 0.8m 12

91 63.840 64.331 RC slab 1X 0.8m 12

92 64.598 65.090 RC slab 1X 0.8m 12

93 65.100 65.593 RC slab 1X 0.8m 12

94 65.604 66.100 RC slab 1X 1m 12

95 66.865 67.36 RC slab 1X 1m 12


96 66.874 67.370 RC slab 1X 1m 12

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
73
97 68.855 69.350 RC slab 1X 0.8m 12

98 69.357 69.853 RC slab 1X 0.8m 12

99 69.530 70.026 RC slab 1X 0.8m 12

100 70.565 71.061 RC slab 1X 3m 12

101 71.070 71.566 RC slab 1X 1m 12

102 71.570 72.063 RC slab 1X 1m 12

103 71.910 72.400 RC slab 1X 0.8m 12

104 72.840 73.328 RC slab 1X 1m 12

105 74.637 74.980 RC slab 1X 0.8m 12


106 76.466 76.810 RC slab 1X 0.8m 12

107 77.132 77.481 RC slab 1X 0.8m 12

108 79.422 79.769 RC Box 1X 1m 12

109 79.854 80.2 RC slab 1X 1m 12

110 80.154 80.5 RC slab 1X 1m 12

111 80.541 80.886 RC slab 1X 0.8m 12

112 80.929 81.35 RC slab 1X 0.8m 12

113 81.177 81.6 RC slab 1X 0.8m 12

114 81.217 81.642 RC slab 1X 0.8m 12


115 81.432 81.857 RC slab 1X 1m 12
116 81.683 82.107 RC slab 1X 1m 12
117 81.934 82.36 RC slab 1X 1m 12

118 82.687 83.112 RC slab 1X 1m 12

119 83.191 83.615 RC slab 1X 1m 12

120 83.443 83.867 RC slab 1X 1m 12

121 83.694 84.118 RC slab 1X 1m 12

122 84.798 85.115 RC slab 1X 1m 12

123 85.050 85.37 RC slab 1X 1m 12

124 85.200 85.520 RC slab 1X 1m 12

125 85.552 85.870 RC slab 1X 1m 12


126 85.720 86.040 RC slab 1X 1m 12

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
74
127 85.746 86.066 RC slab 1X 2.5m 12

128 85.762 86.082 RC slab 1X 1m 12

129 86.012 86.330 RC slab 1X 1m 12

130 86.173 86.492 RC slab 1X 1m 12

131 86.640 86.960 RC slab 1X 1m 12

132 87.061 87.380 RC slab 1X 0.8m 12

133 88.402 88.275 RC slab 1X 0.8m 12

134 88.782 89.103 RC slab 1X 0.8m 12

135 89.024 89.345 RC slab 1X 0.8m 12


136 89.315 89.637 RC slab 1X 2.5m 12

137 89.320 89.642 RC slab 1X 1m 12

138 90.093 90.415 RC slab 1X 0.8m 12

139 90.557 90.880 RC slab 1X 0.8m 12

140 91.073 91.395 RC slab 1X 0.8m 12

141 92.070 92.385 RC slab 1X 0.8m 12

142 92.320 92.635 RC slab 1X 0.8m 12

7.2.4 Additional new pipe culverts shall be constructed for the design flow at location given
in the table below:
Table B-18

Existin Design Proposed Existin


g Ch. Chainag No g width Propose
S.No. (Km.) e (Km.) Type . (m) d Reconstruction
of Width
NIL

Note: In addition to above, if any new culverts are required or existing are to be
reconstructed owing to profile design or design consideration, the same shall be
constructed/provided in consultation with Authority‘s Engineer and shall not be considered as
Change of Scope.

7.2.5 Repairs/replacements of railing/parapets, flooring and protection works of the


existing culverts shall be undertaken as per requirement in consultation with
Authority‘s Engineer:
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
75
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
76
Table B-19

Sl. No. Location at km Type of repair required


Design Chainage

as per requirement in consultation with Authority‘s Engineer

7.2.6 Floor protection works shall be, as specified in the relevant IRC Codes and
Specifications and Standards.

7.2.7 New Culverts at the location of Intersections


All roads approaching / intersecting the Project Highway shall be provided with a minimum
of single row 900mm dia NP-4 pipe culvert as per site requirement in consultation with
Authority Engineer to ensure adequate road side drainage all along the Project Highway.

7.3 (A) Major Bridges


7.3.1 Existing bridges to be re- constructed/widened
(i) The existing bridges at the following locations shall be re-constructed as new Structures:
Table B-20
S. No. Existing Design Proposed Total Width
Chainag Chainag No. of
e ( In e spans
Km.)

1 79.662 79.973 Nil ( the structure ----


is under
construction)

(ii) The following narrow bridges shall be widened:


Table B-21

Sl. Locatio Existing Extent of Cross-section at deck level


No. n width widening for widening
(Km) (m) (m)
---------NIL---------
7.3.2 Additional new bridges
New bridges at the following locations on the Project Highway-1shall be constructed.
GADs for the new bridges are attached in the drawings folder.
Table B-22

Sl. No. Location (Km) Linear Water Remarks, if any


Way (m)
NIL

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
77
7.3.3 The railings of existing bridges shall be replaced by crash barriers at the following
locations:
Table B-23

Sl. No. Location at Km Remarks

---------NIL---------
7.3.4 Repairs/replacements of railing/parapets of the existing bridge shall be undertaken as
follows:
Table B-24
Existing Design Side
Name Details of
Sl. Chainage Chainag (LHS/RH
No. of Repair/
( Km) e (Km) S/
Bridge Rehabilitation
NIL Both)

7.3.5 Drainage system for bridge decks


An effective drainage system for bridge decks shall be provided as specified in paragraph
7.21 of the Manual.
7.3.6 Structures in marine environment
Not Applicable

7.3.7 Details of Major Bridges to be retained/rehabilitated as per its condition

Existing Design
S. No. No. of spans Total Width
Chainage Chainag
(In Km.) e
1 57.821 57.980 16 x 9.7 m 7.50m

7.3.(B) Minor Bridges


Minor Bridges shall be provided, widened, reconstructed or rehabilitated as follows

(l) Details of New Proposed Minor Bridges


Nil

(m) Details of Minor Bridges to be widened


In pursuance of Paragraph 7.3.2 of the Manual, the following existing structures
shall be widened on the Project Highway:
S. No. Existing Chainage Design Chainage No. of spans Existing Width
(Km.) (Km.) (m)
1 55.461 55.729 1x7.5m 7.8
2 57.186 57.342 1x8.5 m 9.5
3 62.694 63.183 1x9.0m 9.5

(c)Details of Minor Bridges to be reconstructed


Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
78
S. No. Existing Design Chainage No. of spans Existing Width
Chainage
(Km.) (m)
1 (Km.)
30.249 30.246 3 x 5.1m 5.3
2 69.040 69.501 4x3.0m 6.3
3 72.750 73.242 4x3.0m 8.0

(d)Details of Minor Bridges to be rehabilitated


Nil
7.4 Rail-road bridges
Design, construction and detailing of ROB/RUB shall be as specified in section 7 of the
Manual.
7.4.1 Road over-bridges
Contractor is not required to construct Road over-bridges (road over rail) under this
Project.
Table B-25

Sl. No. Location of Level Length of


crossing (chainage bridge
Km) ---------NIL--------- (m)
7.4.2 Road under-bridges
Contractor is not required to construct Road under-bridges (road under railway line) under
this Project.
Table B-26

Sl. No. Location of Level crossing Number and length of


(chainage Km) span (m)

Under construction near Tibbi town


7.5 Grade Separated Structures
The grade separated structures shall be provided at the locations and of the type and
length specified in paragraphs 2.9 and 3 of this Annex-I.
7.6 Repairs & Strengthening of Bridges and Structures
The existing bridges and structures to be repaired/strengthened, and the nature and
extent of repairs /strengthening required are given below:
A. Bridges
Table B-27
Existing Design Side
Sl. Name of Details of Repair/
Chainage Chainage (LHS/RHS/
No. Bridge Rehabilitation
(km) (km) Both)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
79
NIL

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
80
B. ROB /
RUB
Table B-28
Sl. Location of Nature and extent of repairs
No. ROB/RUB /strengthening to be
(km) ---------NIL--------- carried out

C. Overpasses/Underpasses and other structures


Table B-29

Sl. No. Location of Nature and extent of repairs


Structure /strengthening to be carried out
(km) ---------NIL---------

7.7 PROTECTION WORKS


The Contractor is required to retain with repairs /rehabilitation /reconstruction of the
existing protection measures in consultation with Authority‘s Engineer and is required to
provide protection measure such as retaining walls/toe walls on the Project Highway as per site
conditions.

8 TRAFFIC CONTROL DEVICES AND ROAD SAFETY WORKS


8.1 Traffic control devices and road safety works including traffic calming measures, raised
pavement markers etc. Shall be provided in accordance with Section 9 of the Manual.
8.2 Specifications of the reflective sheeting: As per Clause 9.3.1 of the Manual, it shall be
High intensity micro prismatic retro-reflective element material i.e Type IX.

9 ROADSIDE FURNITURE

9.1 Roadside furniture shall be provided in accordance with the provisions of Section 11 of
the Manual.
9.2 Overhead traffic signs: location and size
The Overhead traffic signs shall be provided as per numbers given below, at the
locations to be finalized in consultation with Authority Engineer.
A. Full width Overhead signs : 04 nos. ( facia on both sides)
B. Cantilever Overhead signs : 04 nos. ( facia on both sides)

10 COMPULSORY AFFORESTATION
In pursuance of Paragraph 12.1 of the Manual, 5500 (Five thousand five hundred) trees are
required to be planted by the contractor as compensatory afforestation with tree
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
81
protection

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
82
measures. The Contractor shall also maintain all existing trees on the Project Highway in good
condition.

11 HAZARDOUS LOCATIONS
The safety barriers shall also be provided at all the hazardous locations in consultation with
Authority Engineer.

12 SPECIAL REQUIREMENTS FOR HILL ROADS


Not Applicable

13 CHANGE OF SCOPE
The length of structures and bridges specified hereinabove shall be treated as an
approximate assessment. The actual lengths as required on the basis of detailed
investigations shall be determined by the Contractor in consultation with Authority Engineer
and in accordance with the Specifications and Standards. Any variations in the length of
project highway specified in this Schedule-B shall not constitute a Change of Scope, save
and except any variations in the length arising out of a Change of Scope expressly
undertaken in accordance with the provisions of Article 13.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
83
Project Highway-2
Appendix B-I
Details of Bypasses/ New
Alignments New Alignments
Sl. Existing Chainage(km) Design Chainage(km) Length (km)
No. From To From To
NIL
Note: The Existing Stretch of Project Highway-2 corresponding to above mentioned
bypasses/re-alignment shall be maintained in traffic worthy conditions by the Contractor during
Construction and Maintenance Period. Maintenance shall cover at least one overlay during the
Construction &Maintenance Period.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
84
Project Highway-2
Appendix B-II

Typical Cross Section (TCS) of the Project


Cross-Sections to be adopted for different stretches of the Project Highway are given in Table
below. Typical Cross Sections are also attached herewith.
Design Chainage
S. Length
No (km) TCS
(km)
From To
1 0+000 0+600 0.600 Four lane in town area
2 0+600 1+500 0.900 TCS - 3
3 1+500 2+900 1.400 TCS – 3 excluding cc
drain and paver block in
shoulders
4 2+900 4+900 2.000 TCS - 1
5 4+900 5+400 0.500 TCS - 3
6 5+400 18+300 12.900 TCS - 1
7 18+300 18+750 0.450 TCS - 3
8 18+750 30+250 11.500 TCS - 1
9 30+250 31+750 1.500 TCS - 3
10 31+750 33+450 1.700 Under development and
ROB portion
11 33+450 36+250 2.800 TCS - 1
12 36+250 40+000 3.750 TCS - 2
13 40+000 43+200 3.200 TCS - 1
14 43+200 44+200 1.000 TCS -3
15 44+200 46+00 1.800 TCS - 1
16 46+000 48+000 2.000 TCS - 2
17 48+000 53+000 5.000 TCS - 1
18 53+000 53+800 0.800 TCS - 3
19 53+800 59+400 5.600 TCS - 1
20 59+400 61+600 2.200 TCS - 3
21 61+600 69+400 7.800 TCS - 1
22 69+400 70+300 0.900 TCS - 3

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
85
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
86
Design
S. Lengt
No Chainage TCS
h
From (km) To
(km)
23 70+300 85+700 15.400 TCS - 1
24 85+700 90+000 4.300 TCS - 2
25 90+000 90+700 0.700 TCS - 3
26 90+700 95+300 4.600 TCS - 2

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
87
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
88
7COO
Shoulder Shoulder

DL'ISE BITUMl'.'IOUS nLCADAM(DBnn,


WET \11X 1'LCADAM(WMM)
GRANULAR SUBBASE(G'SB)
SUBGRADE -

TCS - 1:WIDENING & STRENTHENING SECTION

7COO
Shoulder Proposed Cmiageway Should<'!

DE'.'ISE BITUMl'.'IOUS 1'LCADAM(DBM)


Existing Road (Width Varies)

WU MLX \1ACADAM0·1'!.lhn, GRA\'UL


R SlBBASE{GSB)
.
SUllGRADE j

TCS - 2: RECONSTRUCTION SECTION


C! OO Width Widtl: !COO
(o/o) Varies lOCiXl Varies (o/o)
Drain I Should<'!
Paver Drain
(CoYeff\fi Block iCovm!J

Bituminous Course - Existing Rigid/flex le Rood (Width Varies)


WU MLX \1ACADAM\1Mnn,_1
GRANULAR SUB BASE(GSB)
SlBGRADE

TCS - 3: CROSS SECTION IN BUILT-UP SECTIONS

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
89
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
90
SCHEDULE-C

PROJECT

FACILITIES

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
91
SCHEDULE - C
(See Clause 2.1)
PROJECT FACILITIES
1. Project
Facilities
The Contractor shall construct the Project Facilities in accordance with the provisions of
this Agreement. Such Project Facilities shall include:
(a) Toll Plazas
(b) roadside furniture;
(c) tree plantations;
(d) bus shelters;
(e) buildings for traffic aid posts;
(f) buildings for medical aid posts
(g) utility ducts;
(h) rainwater harvesting; and
(i) Project vehicle.
2. Description of Project Facilities
Project Facilities forming part of Project Highways and to be completed on or before the
Project Completion Date have been described in Annex-I of this Schedule-C.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
92
PROJECT HIGHWAY-1:

BIDASAR-DUNGARGARH-KALU (SH-93)

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
93
Annex-I
(Schedule-C)
Project Highway-1

1. Description of Project Facilities


The Contractor shall construct / provide the Project Facilities described in this Annex-I to
form part of the Project Highway -1. The Project Facilities shall include:
(a) Toll Plaza;
(b) roadside furniture;
(c) tree plantation;
(d) bus shelters;
(e) buildings for traffic aid post;
(f) buildings for medical aid post;
(g) utility ducts;
(h) rainwater harvesting and
(i) Project vehicle.
Each of the Project Facility is briefly described below:
(a) Toll Plaza
Toll Plaza shall be provided at locations given in Table C-1.
Table C-1 Location of Toll Plazas
S. No. Existing Chainage (km) Design Chainage (km)

1 13+450 13+500
2 58+610 58+000
Specification and other requirements of the Toll Plazas shall be as per Section 10 of the
Manual. Toll Plaza shall include an office building inclusive of Administrative block, rest
room, panel/generator room, a traffic aid post, a medical aid post. Further, Toll cabins,
automatic barriers, computers, electrification, high mast lights/other lights, weigh in
motion, necessary road furniture etc. shall also be provided so as to make it ready for
tolling. Paved yard for parking & unloading of vehicles and toilet block for road user
separately for ladies & gents shall also be provided. The plinth area for each toll plaza
building shall be approximately 185 square meter. The Pavement at toll plaza shall be rigid
pavement including tapered portion. The Authority may shift these locations if suitable
government land is available nearby on the project highway to avoid private land
acquisition in consultation with the Authority‘s Engineer/ contractor.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
94
(b) Roadside furniture:
(i) Road side furniture comprising road signs, road markings, object markers, hazard marker,
studs, delineators, safety barriers, pedestrian guard rails, boundary stones, kilometer
stone etc. shall be provided in accordance with Section 11 of the Manual.‖.
(ii) The overhead traffic signs shall be provided as per numbers given below, at the locations
to be finalized in consultation with Authority‘s Engineer.
 Full width Overhead signs : 4 nos. ( facia on both sides)
 Cantilever Overhead signs : 4 nos. ( facia on both sides)

(c) Tree Plantation


As stipulated in the Manual, 1600 (Sixteen hundred) trees shall be planted and maintained
by the Contractor as compensatory afforestation with tree protection measures. The
Contractor shall also maintain all existing trees on the project highway in good condition.

(d) Bus Shelters


, Bus Shelter shall be provided at locations in accordance with Paragraph 13.5 of the
Manual at locations given in Table C-2.
Table C-2 Bus Shelters
Sl. Design Side
Settlement/Villa
No. Chainage (LHS/RHS/Bot ge
1 (km)
0.200 h) Both Bidasar

2 14.70 Both Mingsariya

3 19.00 Both Dharmaas

4 25.00 Both Ridi

5 32.50 Both Bana

6 45.00 Both Dungargarh

7 47.00 Both Kaluvaas

8 64.40 Both Gusainsar Bada

9 69.00 Both Ladera

10 74.00 Both Aadsar

11 82.00 Both Kalu


Note: The location in the list is indicative which may be finalized in consultation with
the Authority‘s Engineer prior to their execution.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
95
(e) Buildings for traffic aid posts
A traffic aid post shall be provided at each Toll Plaza. The Contractor shall construct building
not exceeding 25 (twenty five) square metres of plinth area, for the traffic aid post and
hand over to the authority no later than 30 (thirty) days prior to the Scheduled
Completion Date. The traffic aid post shall be deemed to be part of the Site and shall vest in
the Authority.

(f) Buildings for medical aid posts


The Contractor shall construct an medical aid post at each Toll Plaza (in accordance
with the type designs for such building by the State Medical Department) and hand over to
the Authority no later than 30 (thirty) days prior to the Scheduled Completion Date.
The medical aid posts shall be deemed to be part of the Site and shall vest in the Authority.
(g) Utility duct
The Contractor shall provide 300mm dia NP-4 pipe as utility duct for crossing of underground
utilities in built up areas, bypasses & realignments across the Project Highway along with
inspection chamber at a spacing of 500m and two nos in case length of built up area is less than
500m.

(h) Rainwater harvesting


The rainwater harvesting structures shall be provided at an interval of 2000m staggered on
other side along the Project Highways per the MOEF guidelines and IRC SP 42:2014.

(i) Project vehicles


One brand new vehicles make/model socrpio with airbags or equivalent (for round-the-clock)
along with drivers, one stenographer with computer, printer cum scanner etc and fully
furnished office accommodation at PIU head quarter of minimum area 80 sqm with all
running and maintenance expenses shall be provided to the Authority within 30 days of
signing the Agreement for entire duration of construction and maintenance. The cost of
running, maintenance, salary, fuel etc. complete shall be borne by the Contractor. The vehicles
shall be required at the Authority‘s Project Implementation Unit office(s) and/or at site of
Project Highway for the use of Project Implementation Unit. The vehicles will run about 4000
km /month including Sundays/Holidays. The vehicles shall be replaced by contractor after
receiving intimation from Authority‘s Project Implementation Unit.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
96
Annex-I
(Schedule-C)
Project Highway-2

1. Description of Project Facilities


The Contractor shall construct / provide the Project Facilities described in this Annex-I to
form part of the Project Highway -1. The Project Facilities shall include:
(a) Toll Plaza;
(b) roadside furniture;
(c) tree plantation;
(d) bus shelters;
(e) buildings for traffic aid post;
(f) buildings for medical aid post;
(g) utility ducts;
(h) rainwater harvesting and
2. Description of Project Facilities
Each of the Project Facility is briefly described below:
(a) Toll Plaza
Toll Plaza shall be provided at locations given in Table C-1.
Table C-1 Location of Toll Plazas
Design Chainage
Sr. No. (km)
Re marks
From To
1 20.250 20.550 Toll Plaza-1
2 76.150 76.450 Toll Plaza-2

Specification and other requirements of the Toll Plazas shall be as per Section 10 of the
Manual. Toll Plaza shall include an office building inclusive of Administrative block, rest
room, panel/generator room, a traffic aid post, a medical aid post. Further, Toll cabins,
automatic barriers, computers, electrification, high mast lights/other lights, weigh in
motion, necessary road furniture etc. shall also be provided so as to make it ready for
tolling. Paved yard for parking & unloading of vehicles and toilet block for road user
separately for ladies & gents shall also be provided. The plinth area for each toll plaza
building shall be approximately 185 square meter. The Pavement at toll plaza shall be rigid
pavement including tapered portion. The Authority may shift these locations if suitable
government land is available nearby on the project highway to avoid private land
acquisition in consultation with the Authority‘s Engineer/ contractor.
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
97
(b) Roadside furniture:

i) Road side furniture comprising road signs, road markings, object markers, hazard
marker, studs, delineators, safety barriers, pedestrian guard rails, boundary stones,
kilometer stone etc. shall be provided in accordance with Section 11 of the Manual.‖.

ii) The overhead traffic signs shall be provided as per numbers given below, at the
locations to be finalized in consultation with Authority‘s Engineer.
 Full width Overhead signs : 4 nos. ( facia on both sides)
 Cantilever Overhead signs : 4 nos. ( facia on both sides)
(c) Tree Plantation
As stipulated in the Manual, 5500 (Five thousand five hundred) trees shall be planted and
maintained by the Contractor as compensatory afforestation with tree protection measures.
The Contractor shall also maintain all existing trees on the project highway in good condition.
(d) Bus Shelters
Bus Shelter shall be provided at locations in accordance with Paragraph 13.5 of the
Manual at locations given in Table C-2.
Table C-2 Bus Shelters
Sl. No. Design Chainage (Km) Side(LHS/RHS) Settlement

1 0.200 LHS Sadul shahar


2 0.200 RHS Sadul shahar
3 7.900 LHS Amargarh
4 7.900 RHS Amargarh
5 15.550 LHS Near to chak hira singwala
6 15.550 RHS Near to chak hira singwala
7 23.700 LHS Bolanwali
8 23.700 RHS Bolanwali
9 30.500 LHS sangaria
10 30.500 RHS sangaria
11 38.000 LHS After mega highway junction
12 38.000 RHS After mega highway junction
13 42.550 LHS Saliwala village
14 42.550 RHS Saliwala village
15 53.400 LHS Tandurwali village
16 53.400 RHS Tandurwali village

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
98
17 55.500 LHS After Tandurwali village

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
99
18 55.500 RHS After Tandurwali village
19 63.900 LHS -
20 63.900 RHS -
21 70.700 LHS Near to masatiwala head
22 70.700 RHS Near to masatiwala head
Note: The location in the list is indicative which may be finalized in consultation with the
Authority‘s Engineer prior to their execution.

(e) Buildings for traffic aid posts


A traffic aid post shall be provided at each Toll Plaza. The Contractor shall construct building
not exceeding 25 (twenty five) square metres of plinth area, for the traffic aid post and
hand over to the authority no later than 30 (thirty) days prior to the Scheduled
Completion Date. The traffic aid post shall be deemed to be part of the Site and shall vest in
the Authority.

(f) Buildings for medical aid posts


The Contractor shall construct an medical aid post at each Toll Plaza (in accordance with
the type designs for such building by the State Medical Department) and hand over to the
Authority no later than 30 (thirty) days prior to the Scheduled Completion Date. The medical
aid posts shall be deemed to be part of the Site and shall vest in the Authority.
(g) Utility duct
The Contractor shall provide 300mm dia NP-4 pipe as utility duct for crossing of underground
utilities in built up areas, bypasses& realignments across the Project Highway along with
inspection chamber at a spacing of 500m and two nos in case length of built up area is less
than 500m.
(h) Rainwater harvesting
The rainwater harvesting structures shall be provided at an interval of 2000m staggered on
other side along the Project Highways per the MOEF guidelines and IRC SP 42:2014.

(i) Project vehicles


One brand new vehicles make/model Innova with airbags or equivalent (for round-the-clock)
along with drivers, & one stenographer with computer, printer cum scanner etc shall be
provided to the Authority within 30 days of signing the Agreement for entire duration of
construction and maintenance. The cost of running, maintenance, salary, fuel etc. complete
shall be borne by the Contractor. The vehicles shall be required at the Authority‘s Project
Implementation Unit office(s) and/or at site of Project Highway for the use of Project
Implementation Unit. The vehicles will run about 4000 km /month including Sundays/Holidays.
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
100
The vehicles shall be replaced by contractor after receiving intimation from Authority‘s Project
Implementation Unit.

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
101
SCHEDULE-D
SPEFIFICATIONS & STANDARDS

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
102
SCHEDULE –D
(See clause 2.1)

SPECIFICATION AND
STANDARDS

1 Construction
The Contractor shall comply with the Specifications and Standards set forth in Annex-I of the
Schedule-D for construction of the Project consisting of Project Highway-1 & Project
Highway-2.

2 Design Standards
The Project Highways including Project Facilities shall conform to design requirements set
out in the following documents:

Manual of Specifications and Standards for Two Laning of Highways (IRC:SP: 73-2007),
referred to herein as the Manual

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
103
Annex –I (Schedule
–D) Project
Highway-1

Specification and standards for the Project


1. SPECIFICATIONS AND STANDARDS
All Materials, works and construction operations shall conform to the Manual of Standards
and Specifications for Two Laning of Highways (IRC SP: 73:2007), referred to as the
Manual, and MORTH Specifications for Road and Bridge Works. Where the Specification for
a work is not given, Good Industry Practice shall be adopted to the satisfaction of the
Authority‘s Engineer.
2. Deviations from the Manual
2.1. The terms ―Contractor‖, ―Independent Engineer‖ and ―Concession Agreement‖ used
in the Manual shall be deemed to be substituted by the terms
―Contractor‖,
―Authority‘s Engineer‖ and ―Agreement‖ respectively.
2.2. Notwithstanding anything to the contrary contained in Paragraph 1 above, the
following Specifications and Standards shall apply to the development of Project
Highway-1, and for purposes of this Agreement, the aforesaid Specifications and
Standards shall be deemed to be amended to the extent set forth below:

(a) In pursuance of the Paragraph 2.2 of the Manual, design speed shall be
restricted at following locations on Project Highway-1.
Table D-1
Name of Location (km)
Sl. No. Design Speed
Townshi From To (km/hr)
1 p Ridi 24.300 25.300 40

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
104
Annex –I (Schedule
–D) Project
Highway-2

Specification and standards for the Project


1. SPECIFICATIONS AND STANDARDS
All Materials, works and construction operations shall conform to the Manual of Standards
and Specifications for Two Laning of Highways (IRC SP: 73:2007), referred to as the
Manual, and MORTH Specifications for Road and Bridge Works. Where the Specification for
a work is not given, Good Industry Practice shall be adopted to the satisfaction of the
Authority‘s Engineer.
2. Deviations from the Manual
2.1 The terms ―Contractor‖, ―Independent Engineer‖ and ―Concession Agreement‖ used in
the Manual shall be deemed to be substituted by the terms ―Contractor‖, ―Authority‘s
Engineer‖ and ―Agreement‖ respectively.
2.2 Notwithstanding anything to the contrary contained in Paragraph 1 above, the following
Specifications and Standards shall apply to the development of Project Highway-1, and
for purposes of this Agreement, the aforesaid Specifications and Standards shall be
deemed to be amended to the extent set forth below:

(b) In pursuance of the Paragraph 2.2 of the Manual, design speed shall be
restricted at following locations on Project Highway-1.
Table D-1
Name of Location (km)
Sl. No. Design Speed
Townshi From To (km/hr)
1 p - 12.100 12.500 40
2 - 27.400 27.600 50
3 - 29.900 30.100 45
4 - 31.700 32.700 30
5 - 35.400 35.700 55
6 - 48.300 48.700 30
7 - 53.000 53.900 30
8 - 59.400 59.900 30
9 - 61.400 62.200 25
10 - 69.000 69.200 30
11 - 69.900 70.250 50

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
105
12 - 79.600 79.900 50

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
106
Name of Location (km)
Sl. No. Design Speed
Township From To (km/hr)

13 - 81.000 81.300 35

Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
107
Bidding Document for RSHP SH-93 & SH-76 Procurement of Works Package No. :ADB Tranche-2/EPC/02
108

S-ar putea să vă placă și