Date: .07.2024: Width of Carriageway
Date: .07.2024: Width of Carriageway
1773NH/162N/21
Government of India
Ministry of Road Transport &Highways
(Chief Engineer - Regional Office, Lucknow)
N.H. Bhawan, Biotech Chowk, Lucknow Ring Road, Vikas Nagar, Lucknow – 226 022
Ph.: (0522) – 2967112, 2738226 (Tele-Fax)
Date: .07.2024
TECHNICAL NOTE
[Job No. ]
COMMENTS
Width of carriageway
2 Lane Major bridge of overall width 16m (11m CW + 2* 1.5 m Footpath +2*0.5
RCC Crash Barrier+ 2*0.5 Railing on both sides) as per IRC: SP: 73:2018.
2L+PS approaches as per IRC: SP: 73:2018
Type of shoulders
The shoulder specification shall be as per Section 2 and Section 5 of IRC: SP:73-
2018. The shoulder composition is as follows:
a. The composition and specification of the paved shoulder shall be as that of the main
carriageway.
b. The earthen shoulder shall be provided with 150 mm thick layer of granular material for
protection against erosion.
Nos. of Design
Sl. No. Existing details Proposed details
Bridges Chainage
New Construction- 01 no.
Arch Type Major Major Bridge
Bridge 4 x 30m
5X18 m (Total width 16 m = 11m
1 1 No. 280.996 (Total width- 5.90 m CW + 2* 1.5 m Footpath
including 4.2 m +2*0.5 RCC Crash Barrier+
Carriageway) 2*0.5 Railing)
Length- 90m Length- 120m
Retaining Wall:
RE wall in total 0.288 km length (total area 1560 sqm) for approaches of Major
bridge.
Paver Bolck
Paver Block has been proposed in built-up area in total length 2 x 223m = 446 m.
Road side Drainage:
Length of
Description
drain
RCC Cover drain cum footpath 223*2=446 m
Unlined earthen drain 479*2=958 m
Crash Barrier
Total length of crash
Description
barrier
Thrie Beam Metal Crash Barrier THRIE Beam 348 m
Typical cross-sections of the Project Highway:
Design Chainage (km) Design Length
Sr. No. Remark
From To (m)
1 281+461 281+940 479 Approach
2 281+940 281+060 120 Bridge Portion
3 281+060 281+283 223 Approach
Total 822
Note
TCS schedule as given above shall be treated as an approximate assessment.
Actual length of the TCS schedule shall be prepared by the Contractor based on
detailed investigation and site requirement. Any variation in length of respective
TCS specified in Schedule-B shall not constitute change of scope, save and
except any variations arising out of a change of scope expressly undertaken in
accordance with the provisions of Article 13.
Pavement design
Pavement design shall be carried out in accordance with Section 5 of the
IRC: SP:73-2018, IRC:37-2018.
Type of pavement
The pavement type shall be flexible pavement.
Design Traffic
The Contractor shall design the pavement for design traffic of minimum 30 million
standard axles (msa) for main Carriageway or as per the actual traffic whichever
is higher.
Roadside furniture
i. Roadside furniture like kilometer stones, hectometer stones, railings, delineators shall be
provided in accordance with the provisions of Section 12 of the IRC: SP:73-2018.
Details shall be as approved by Authority’s Engineer.
ii) RCC boundary stones shall be provided along the entire length
of the Project Highway on either side as per Schedule-C
The EPC contractor shall be allowed to use any of the available technology
including conventional method for constructing the road. Further, the schedule B
shall be designed to allow contractor to use new / alternative material /technology
in terms of circular no.RW/NH-33044/18/2020-S&R (P&B) dated 14.12.2020. This
shall be incorporated in Schedule ‘B’ of the Draft Contract Agreement to be issued
along with the RFP.The draft RFP document along with schedules shall be
checked by CE (NH), UP PWD, viz.-a-viz. provisions specified in this technical note
before inviting tender.
3.2 Provision of Rs 0.95 Cr. for Forest Clearance has been taken in the
estimate as proposed by State PWD.As per report furnished by the
PWD/Consultant, the existing ROW varies from 18-20 m along the project site
and the provision of LA of Rs. 3.78 Cr. has been taken in the estimate for an
estimated area of 0.918 Hectare on the entire road stretch. Further provision of
Rs. 0.50 Cr. has been considered in the estimate for relocation of Temple (CPR
Structure).
5. Cost estimates:
3.1 The estimate is based on the Ministry’s Standard Data Book and available
State Schedule of Rates of the year 2020-21. The leads for the collection of
various materials as adopted in the estimate have been allowed for estimate
purpose only. However, while calling tenders, the source may not be indicated.
The contractor shall be responsible to procure the material conforming to the
specifications of the work. No provision of extra lead during execution of the work
shall be allowed.
4. Design specifications: All the items of work included in the scope of work
will be executed as per Ministry’s specifications for Road and Bridge Works
(5thRevision, 2013) and those mentioned in the EPC document. Circulars/
Guidelines issued by the Ministry from time to time shall be referred to. Deviation
in specifications for any work should be got approved from the Ministry before
adopting the same.
5. Contract Documents:
5.1 RFP is proposed to be invited from fresh bidders in single stage two cover
systems by prescribing necessary eligibility (qualifying) criteria of the bidders as per
Ministry’s standard RFP document issued vide letter no RW/NH-37010/4/2010-EAP
(Printing) Vol.-IV dated 05.03.2019& Ministry’s extant guidelines.
The work shall be executed as per provisions in Model Engineering Procurement and
Construction (EPC)document for Construction of Two-lane National Highway works,
communicated by Ministry vide letter No. RW/NH-37010/4/2010-EAP(Printing) Vol.IV
dated 05.03.2019. The State PWD shall act as Authority Engineer for the work as per
Ministry’s circular no. RW-NH-34048/7/2013-S&R (B) dated 29.10. 2018.The work of
utility shifting shall be suitably incorporated in schedule A,B, D and H by the CE
(NH) in accordance with Ministry’s circular no RW/NH33044/29/2015-S&R (R) pt.
dated 11.02.2021 before tendering. Further, the necessary modification in the EPC
Contract Document shall be carried out by the State PWD in accordance with
Ministry’s circular no RW/NH33044/29/2015-S&R (R) pt. dated 11.02.2021.
5.3 Construction period for this work shall not be more than 18 months
including the rainy period. Defects liability period and maintenance period shall be
10 years for EPC works as stipulated in Ministry’s standard EPC document issued vide
letter no. RW/NH-37010/4/2010-EAP(Printing) Vol. IV dated 05.03.2019.
6. Traffic management during construction: The traffic should be managed as per
section 112 of Ministry’s Specifications for Road and Bridge works, 5th Revision, 2013.
7.1 All the items of work included in the scope of work will be executed as per
Ministry’s Specifications for Road and Bridge Works (5th Revision, 2013) and Circulars/
Guidelines issued by the Ministry from time to time. Deviation in specifications for any
work should be got approved from the Ministry before adopting the same.
7.2 Adequate tests shall be done by State PWD as per Ministry’s specifications and
the quality of work done in the past as well as in present/future may be ensured by State
PWD. If there are instances of premature failures, necessary action should be taken by
State PWD for identifying the reasons for these failures and may fix the responsibilities
for such lapses.
7.3 The work is to be carried out in accordance with the “Hand Book of Quality Control
for construction of Roads & Runways (Second Revision) – IRC: SP: 11-1988”, observing
strict quality control instructions contained in Ministry’s letter No.NHIII/P/1/83 dated 19 th
April, 1984 and permanent records maintained thereof. Chief Engineer (NH) shall ensure
strict quality control during actual execution of work and shall ensure that suitable
instructions are issued to all Field Officers in this regard.
7.4 Stipulations made in the Manual for Construction and Supervision of Bituminous
works shall be strictly followed during execution of work.
7.5 The existing surface shall be prepared to the required profile in accordance with
Clause 501.8 and 902.3 of Ministry’s specification
7.6 In view of providing enhanced safety to road users, the latest specifications for
road furniture need to be envisaged in conformity with Ministry’s specification and
relevant guidelines at the time of tender invitation.
7.7 Chief Engineer (NH) shall ensure that Photography/Videography of the reach
shall be prepared before /during / and after execution of the work and submit the
same to Ministry and Regional officer, MORT&H, Lucknow for reference and
record.
7.8 The work of road items should not continue over the bridges, if any. The
longitudinal profile of the immediate approaches should be suitably adjusted to merge
with the road level of the bridge as per the guidelines circulated vide Ministry’s letter no.
RW/NH-33044/10/2000-S&R dated 1st June 2000.
7.9 The work of road marking with stipulated paint (thermoplastic) shall be done as per
Cl. 803 of Ministry’s latest specifications and IRC: 35-1997 and per the requirement of
manual.
8. Splitting of work:
Neither the work nor any item of work shall be split into small parts for awarding the work
to a number of contractors. In case, any further splitting is essential due to the specific
prevailing conditions, it should be done only after the approval of this Ministry. In this
regard, instructions issued in this Ministry’s letter No. NHIII/P/25/84 dated 4th August,
1984 may be referred.
9. Invitation of tenders:
9.1 E-Procurement must be adhered to while inviting the tender and Ministry’s CPPP
portal only shall be used for procurement of Highway contract in accordance with
Ministry's guidelines issued vide letter RW/NH-35014/34/2017-H (Part-II) dated
19.06.2018.
9.3 The tender notice for invitation of tenders shall be done as per modified guidelines
circulated to State PWDs vide Ministry's letter No.RW-NH-34066/14/2018-S&R (P&B)
dated 25.06.2018. Further, as regards authority for invitation of tender and evaluation of
tenders, Ministry's circular no.RW/NH-24035/4/2008-P&M/PIC Vol-II dated 23.02.2018
shall be followed.
9 . 6 Defects liability period is ten years as per the standard RFP issued vide
Ministry’s circular no. RW/NH-37010/4/2010-EAP(Printing) Vol. IV dated 05.03.2019
9.8 All the relevant Circulars and amendments regarding tender procedures issued
from time to time by Ministry shall be followed. While finalizing the tender Central
Vigilance Commission (CVC) guidelines circulated vide Circular No. 4/3/07 dated 3 rd
March, 2007 should be strictly followed.
9 . 9 The work is to be awarded within six months from the date of issue of
sanction. In this connection, the Ministry’s Circular No.NH-15015/29/2001-PL dated
05.07.2001 is to be referred. In the case of award of works beyond the stipulated period
of 6 months and up to 12 months from the date of sanction, the matter shall be dealt as
per Ministry’s circular No.RW/NH-24035/4/2008-P&M/PIC Vol-II dated 23.02.2018.
Further, in case the work is not awarded within stipulated time, it may lead to de-sanction
of work unless Ministry’s prior approval for extension of time limit is obtained. However,
the work shall be awarded only after pre-construction activity is completed and
100% land is available.
9.10 The work shall be entrusted to contractors having adequate experience in similar
type of works and having adequate machineries and financial resources to execute the
work using HMP and sensor paver finisher of adequate capacity and specifications.
9.11 State PWD will intimate this Ministry and the R.O. Lucknow about award of
contract/commencement of work immediately as per instructions contained in the
Ministry’s letter No. RW/NH-11028/1/93-(DO-I) dated 1st December, 1993.
10. GENERAL OBSERVATIONS:
10.1 No work beyond the scope of the sanctioned estimate leading either to increase
in the scope of work or change in specifications should be undertaken without obtaining
prior written approval of the Ministry. In this connection, Ministry’s letter
No.RW/NHIII/Coord/32/84 dated 19th May, 1984 and letter No.RW/NH-
33044/10/2002/S&R (R) dated 9th September, 2002 may be referred.
10.3 Bitumen used for the work shall be heated in boilers only and not in drums on
open fire. Spraying of bitumen wherever necessary should be done only with the
mechanical sprayers and premixing of bitumen and stone aggregates should be done
only in the proper mechanical mixer/hot mix plant.
10.4 The provisions made in the estimate are accepted for estimate purpose only. Any
savings (in the provisions in the estimate) during execution of the work shall be credited
to the estimate.
10.5 In order to ensure that there is no slippage in achieving the targets, the progress
may be closely monitored by CE (NH) and quarterly status report furnished to the
Ministry and R.O., Lucknow in the prescribed proforma.
10.6 The tack coat shall be provided with bitumen of VG-10 grade as per latest
specification of the Ministry.
10.7 Camber or cross falls of 2% for CC surface, 2.5% for bituminous surface and
3.5% for earth work may be provided as per clause 8.2 of IRC: 52-1981 considering the
high rainfall in the area.
10.8 The selection of grade of bitumen to be used for the work shall be as per
guidelines issued vide Ministry’s Circular No RW/NH-33044/3/98-(S&R) dated 4th
November, 1999.
10.9 During the course of execution, the traffic may be regulated in accordance with
guidelines laid down vide Ministry’s letter no. NHIII-33 (126)/72 dated 20th March, 1973
and Letter No.RW/NH-11060/1/1998-D.O.1 dated 7th October, 1987. Smooth flow of the
traffic may be ensured by providing adequate traffic control devices in accordance with
stipulation of IRC: SP: 55:2001 “Guidelines on Safety in construction Zone”.
10.10 The display boards on development activities of the work shall be made as per
guidelines issued vide Ministry’s letter no. RW/NH-33044/10/2002-S&R (R) dated 26th
May, 2003. The cost of the same will be met out of the provision of contingencies
allowed in the estimate.