Government of Gujarat: Pre - Qualification Bid
Government of Gujarat: Pre - Qualification Bid
Name of Work
Executive Engineer
Mehsana (R & B) Division
Mehsana
Page 1
PRE – QUALIFICATION BID
State :- GUJARAT
Page 2
INDEX
Sr. Page
DESCRIPTION
No. No.
1 Introduction 5
2 Employer 5
3 Engineer – in – charge 5
4 Name of work 5
5 Scope of work 6
6 Programme of works under project 6
7 Conditions of contract 6
8 Specific instruction to applicants 7
9 Pre – Qualification application 16
10 Structure and organization 18
11 Financial Statement 19
12 Details of Personal with applicant 21
Page 3
Page 4
1.0 INTRODUCTION
Name of Work:
Widening & improvement of Kadi/Thol Sanand road CH 3/00 to 24/150 (4 laning)
Ta Kadi, Dist: Mehsana (Construction of Major bridge on Narmada Main canal,
Saurashtra Branch canal and other Branch canal).
The details of contract together with its probable estimated cost is given in para No. 4 hereunder. General
contractors who wish to bid for the contract should fill the two bid system in the manner set out in this
document. The other tender documents i.e. price bid will be opened subsequently only to those parties selected
by the employer (Govt.) as having necessary qualification / suitability to perform the contract satisfactorily.
Documents for pre-qualification bid will be filled by the contractors having registered in "AA" Class with
Special Category-I (Road & Bridge Work) in State of Gujarat, or equivalent category. The firms which are
not registered in the relevant category in R&B Department of Govt. of Gujarat shall have to obtain
Registration with Govt. of Gujarat prior to the award of work. Joint Venture shall not be allowed.
2.0 EMPLOYER
Secretary (R&B) Department
Government of Gujarat,
Sachivalaya, Gandhinagar,
Gujarat.
Page 5
Section :- Dy.Executive Engineer, Kadi ( R & B ) Sub Division
District :- Mehsana
Proposed Work :- Construction of Bridges on narmada main canal & various
branch canals along with approaches
Estimated Cost: - 375668459.87
Time limit :- 12 (Twelve) Months
2. Location : Kadi
Page 6
7.0 CONDITIONS OF CONTRACT: -
Condition of contract will be as per standard document i.e. B-1 tender form attached with Price Bid
or modified as needed for local conditions. The project will be governed as per the relevant Indian act in
force from time to time. All works will confirm to the Indian standards or other equivalent standards
mentioned in the contract documents as per approved by the Engineer in charge. The R.C.C. of all the
component shall be designed by the S.E. Design (R&B) Circle, Gandhinagar respectively through Engineer-
in-charge prior to commencement and during the progress of the work.
The law governing the contract will be the Indian Law. This work is proposed to be carried out from
plan-allocation of the state.
8.0 SPECIFIC INSTRUCTION TO APPLICANTS: -
8.1 A contractor may be pre–qualified for the work under this tender if the requisite technical, financial,
and experience criteria are fulfilled.
8.2 One firm can be pre qualified only once in its own name or as private limited or as public limited.
8.3 Pre qualification Questionnaire completed in all respect should be submitted to online not later than
18.00 Hrs on Website on https://www.nprocure.com/
(C) Special Condition about mix design for different grades of Cement Concrete.
8.4 SUBMISSION OF BIDS: -
8.4.1 Earnest money deposit Rs. 37,57,000(One percent of the estimated cost put to tender) for the work
of: - Construction of bridges on narmada main canal & various branch canals along with approaches as a part
of widening of Kadi-Thol-Sanand raod SH-135 from Km 310/0 to Km 24/4, in form of fixed deposit /
Demand Draft with a validity period of not less than 06 (six) months issued by the Nationalised or Scheduled
Bank (It must be standing since five years) or required excemption certificate in force. The pre-qualification
bid not accompanying with the requisite Earnest Money Deposit shall be outright rejected. Exemption
certificate of EMD shall be submitted in electronic format only.
Contractor should submit the D.D. of Tender fee & EMD in physical to Supretending Engineer,
Capital Project Circle, Gandhinagar at the time of tender opening or send the same through form by RPAD /
Speed post so as to reach to the Dy. Executive Engineer, Kadi (R & B) Sub Division, Kadi in seal cover
duly subscribing the name of work on or before Dt. / /2021 to / /2021 during office hours. (Tender
fee & EMD should be in favour Dy. Executive Engineer, Kadi (R & B) Sub Division, Kadi payable at
Mehsana.
8.4.2 The self attested copy of the certificate of Chartered Accountant showing the details of turn over for
the last five financial years shall have to be submitted. The details furnished in Chartered Accountant
certificate, must tally with the respective figures in profit and loss accounts.
8.4.3 For INITIAL SCREENING CRITERIA (Clause 8.21.2-A) for completing at least one Road work
of similar nature, the self attested certificate in Form of 3-A should be attached. In case of private work
Page 7
sufficient authentic proof of work done along with evidence of financial transaction shall have to be
furnished.
8.5 The costs incurred by the Bidders in making this offer, in providing clarification or attending
discussion, conferences or site visits will not be reimbursed by the Employer or the Engineer in charge.
8.6 Application for pre-qualification shall be submitted in proper format on line and incomplete offers
shall be rejected. Only soft copy (Scanned Copy) of each required documents are to be submitted with
E-Tendering for evaluation of P.Q. It shall be submitted on or before Dt. / /2021 to online website
https://www.nprocure.com/
[a] Registration certificate of "AA" Class with Sp. Cat.I (Road Works & Bridge Works)
[b] Solvency Certificate of Valid Bank (Min. 20% of Amount Put to Tender) issued in current calendar
year,
[c] List of works on hand
[d] Partnership Deed & Registered of Firms.
[e] Valid power of attorney.
[f] F.D. / Demand Draft as shown in 8.4.1.
Page 9
[iii] Contain all the details called for and are in proper format.
[iv] Are accompanied by required authorization and
[v] Are otherwise generally in order.
8.21.2 The committee will evolve a suitable methodology for making assessment of the suitability of
the firms who have applied for pre-qualification which will also include the following items.
(1) Eligibility: -
(a) For works having amount put to tender less than Rs. 50 crores.
i. Bidder can be a firm having valid registration as per para (3) - a herein below.
Page 10
APPENDIX-A
1. Road Works:
Experience of executing private building shall only be counted, if bidder establishes experience
through submission of documents (para-3(e)i3) issued by the employer.
Page 11
4. Any work which does not fall in above categories definition of nature of similar work shall be
approved from competent authority.
(c) Bid Capacity
i. The bidder must have Available Bid Capacity (ABC) more than the amount put to
tender. Ie. Rs. 375668459.87
ABC = 2.5 * A * N – B
Where,
A is the maximum of updated total amount of works executed in any one year of the
last five financial years i.e. from 2015-16 to 2019-20.
N is the number of years prescribed for completion of the proposed work.
B is the amount of the existing commitments and ongoing works to be discharged
during time interval of N years from the bid due date.
For the purpose of updating amount of works executed in any year, procedure narrated
in para 2(a) ii shall mutatis mutandis apply.
Existing commitments shall include all such works for which letters of acceptance of the
tenders have been received by bidder till the date on which bidder has submitted his bid
for the proposed work.
ii. For Joint Venture, each member’s available bid capacity shall first be reduced in
proportion to his proposed financial participation. Sum of reduced available bid capacity
of all the members should be more than the amount put to tender.
b. LITIGATION HISTORY
The applicant should provide accurate information on litigation and/or arbitration
resulting from Contracts completed or under execution by him over the last five years. A
consistent history of arbitration awards / judgments against the applicant or any partner of a
joint venture may result in disqualification for proposed work. If the details of Litigation
History is hidden by the applicant and later on it comes to knowledge of the employer the
Page 12
bidder shall be disqualified for the proposed work and other appropriate actions shall be
taken against the bidder.
Even though the Applicants meet the above criteria, they are subject to be
disqualified if they have made misleading or false representation in the form, statement and
attachments submitted and/or a record of poor performance such as abandoning the work,
not properly completing the work, not properly completing the contract, delays in
completion, litigation history, financial failure etc.
c. Machinery / Equipment
Bidder shall have to assure availability of machinery / equipments in working condition as
per Appendix- B. If bidder fails to provide proof of assured availability of required
machinery, he will be disqualified for the proposed work. Machinery ownership document
or lease / hire agreement for the work under tender shall be considered as valid proof for
assured availability.
Page 13
APPENDIX – B
Indicative List of minimum Plant & Equipment to be deployed on Contract Work
Road/Bridge Building
Committee A B A B
e. Submission of documents
i. Following documents/papers shall form part of the bid.
1. JV agreement (when bidder is JV) clearly indicating the name of lead partner
and percentage financial participation of each partner. JV agreement must also
demonstrate responsibility of each partner. The JV agreement should be so
signed as to be legally binding to all partners, jointly and severally.
2. Annual turnover certificates issued by chartered accountant for last five
financial years.
3. Form-3A issued by employer to substantiate successful experience of similar
work. When employer of similar work is not a government, following need also
to be furnished
a. Self attested copy of Work Order
b. Self attested copy of agreement
c. Self attested copy of Completion certificate
d. Self attested copy of Final Bill
e. Self attested copy of TDS certificates
f. Self attested copy of letter of permission given by employer for
subletting the work.
4. Existing commitments and ongoing works as per schedule-E
5. Litigation/Arbitration history
6. Proof of assured availability of required Machinery/equipment
7. An undertaking for truthfulness of information furnished
ii. Any information, data, statistics etc. which are not related to bid document will not
be considered in evaluation even though furnished by the applicant.
Page 15
iii. In accordance with stipulation of Para 3D(iii) Employer reserves the right to call any
information / document which is mandatory, essential and critical for the purpose of
evaluation. Any information provided by the applicant after last date of Electronic
submission will not be considered in evaluation, unless except the employer has
specifically asked for any information / document, which is mandatory, essential and
critical for evaluation of PQ document. If required information is not furnished
within stipulated time, proposal will be liable for rejection.
iv. If any of the information provided by the bidder is found false during scrutiny or at
the later stage, his EMD shall be forfeited and he shall be disqualified for the
proposed work. In case when bidder has furnished exemption certificate in lieu of
EMD, an amount equal to EMD shall be appropriated from his FDR pledged to avail
of exemption certificate. If any of the information provided by the bidder is found
false after award of work, the performance security of the bidder shall be forfeited
and the contract shall be terminated.
(4) Escalation Factors
Following enhancement factors will be applied to annual turnover and completion cost of works
to bring them to the base year. The current financial year in which bid is invited shall be
considered as the base year.
In case the financial figures and value of completed works are in foreign currency, current market
exchange rate will be applied for the purpose of conversion foreign currency into Indian Rupees.
Applicant will indicate actual figures of costs and amounts in the schedule without accounting for the
above mentioned factors.
(B) Site Laboratory: Contractor shall have to provide site laboratory and Quality Control Engineer at
his own expenses to carry out field test (As per statement attached).
For this purpose a laboratory building measuring 25 Sq.mt. shall be constructed by the contractor
which shall have necessary facility of light, water etc.
Note :-
1) The above information may be furnished for each machinery and equipment listed herewith.
2) The location of machinery should be furnished in detail
i.e. (i) Site of work (ii) Own Workshop (iii) Other places
Page 16
3) The documents regarding ownership of machinery / equipment etc and self attested copies of hire
purchase agreement if it must be enclosed and for to be procured the copy of work order placed
shall be furnished.
If leased indicated the date when the current lease expires.
4) Describe the fabrication and workshop facilities (a) to be set up at site (b) to be sub contracted
locally (c) to be set up any other place with relevant details.
(5) The above information shall be supported with necessary documents otherwise, the same shall be
treated as null & void.
Page 17
PRE -QUALIFICATION APPLICATION
To,
Dear Sir,
Having examined the qualification documents including scope of work & time frame of
construction, we hereby submit all the necessary information & relevant documents for qualifying us for
bidding for (The above mentioned works)
The application is made by us on behalf of …………………………………………
………………………………….. in the capacity of …………………………………….... duly authorized
to submit the offer.
The necessary evidence admissible in law in respects of authority assigned to us on behalf of the
firms for applying and for completion of the contract documents is attached herewith.
It is certified that the information furnished in these documents is authentic.
We undersigned accept the Employer (Govt.) reserve the right to reject any or all applications
without assigning any reasons.
Page 18
Performa C - 1
DECLARATION / UNDERTAKING
DECLARATION / UNDERTAKING
1. I / We agree that the decision of the R & B Department, Sachivalaya, Gandhinagar hereby referred
as Client in selection of Applicants / Contractor, phasing of works and in any other Project related
matter, will be final and bidding to me / us.
2. All the information and date finished herewith are correct to my / our best of knowledge.
3. I / We agree that we have no objection if inquiries are made about our works, its related areas and any
other inquiry regarding all details, projects and works listed by us in the Pre-Qualification document.
4. I / We also understand that furnishing of wrong information or hiding of any information shall be a
cause for disqualification.
Page 19
SCHEDULE – A
STRUCTURE AND ORGANISATION
Telephone No. :
Telex No. :
Fax No. :
Email Address :
________________________
(Signature of Bidder)
Note :- The above necessary information shall be supported with necessary documents, otherwise the
same shall be treated as null & void.
Page 20
SCHEDULE – B
FINANCIAL STATEMENT
(To be given separately for each partner for partnership firm)
1. Name of firm :
2. Capital
(a) Authorised :
(b) Issued & paid up :
4. Financial position :
(exact amount in Rupees to be stated)
(a) Cash :
(b) Current Asset :
(c) Current Liability :
(d) Working Capital :
(e) Net worth :
5. Total liability
(a) Current Ratio : Current assets to current liabilities
(b) Acid test Ratio : Cash, Temporary investment held in lieu of
cash & current receivable to current
liabilities.
(c) Total liabilities Net worth :
Note: - Information asked against each item to be carefully filled in more preference to balance sheet in
reply to above points is acceptable.
6. Annual value (turn over) of construction works undertaken for each of the last five years &
projected for current (this will be calculated at the rate of 10% increased for each years). Annual
turn over for the works.
One year Two year Three year Four year Five year
Current year
Year before i.e. before i.e. before i.e. before i.e. before i.e.
2020-21
2019-20 2018-19 2017-18 2016-17 2015-16
Home
Abroad
Page 21
7. Net profit tax
(a) Current period (2020-21) :
(b) During the last financial year (2015- :
16)
(c) During the course of the four financial :
years previous to last financial years
i.e. (2015-16 to 2020-21)
The profit and loss statement have been certified
Through ...........................................
by.........................................
Note :- 1) Information asked against each item shall be carefully filled in any additional information
shall be given separately duly signed.
2) The above details supported by last financial year Balance sheet / profit & loss account
etc. must be audited by the Chartered Accountant. And ITC shall be furnished if available.
3) The above information shall be supported with necessary documents otherwise, the same
shall be treated as null and void.
4) Certified copies of actual audit report by Chartered Accountant for the financial year
2014-15 to 2018-19 shall have to be attached.
________________________
(Signature of Applicant)
Page 22
SCHEDULE – C
PERSONAL
DETAILS OF PERSONNEL WITH THE APPLICANT (ON ROLL)
Name of Applicant: -
Sr.
Description On Applicants Pay Roll
No.
(1) Project Manager :
Page 23
SCHEDULE - C-1
PERSONAL
DETAILS OF PERSONAL TO BE DEPLOY ON THIS PROJECT BY BIDDER
Name of the Applicant
Minimum Requirement
Sr. No. Description Qualification Yes / No
Experience in Road
Number
works
1 2 3 4 5 6
1 Project Manager B.E. Civil 1 10 Year Exp.
(5 years on Road /
Highway construction)
Note :- Availability for this work of project Manager having in degree in Civil Engineering with at
least ten years experience including at least five years on Building / highway construction
works and a material & quality control Engineer having degree in Civil Engineering with at
least five years building construction experience including about three years on materials
testing and quality control for road construction works including bituminous works & slab
drain works is compulsory.
Signature of Bidder
Page 24
SCHEDULE – D (Plant & Equipment proposed to deployed by the Applicant)
Sr. Name of Equipment Total Requirement Equipment in Hand (Owned) Equipment to be procured
No. No. of Kind Capacity No. Year of Name of No. Capacity Through
units and of manu. & Owner of purchase/
for the make each present each Lease
project condition
1 2 3 4 5 6 7 8 9 10 11
(1) Tipper Trucks 15
(2) Motor Grader 3
(3) Dozer 1
(4) Front end Loder 2
(5) Smooth Wheeled Roller 3
(6) Vibratory Roller 2
(7) Continuous Batch mix Plant 1
(8) Mixing Plant For WMM 1
(9) Paver Finisher with Electronic Sensor having a Minimum 1
width of 8.50 meter.
(10) Water Tanker 4
(11) Bitumen Sprayer 1
(12) Tandem Roller 1
(13) Concrete batching* mixing plant (minimum Capacity 5 – 1
15 m3 / Hour
Page 25
Sr. Name of Equipment Total Requirement Equipment in Hand (Owned) Equipment to be procured
No. No. of Kind Capacity No. Year of Name of No. Capacity Through
units and of manu. & Owner of purchase/
for the make each present each Lease
project condition
1 2 3 4 5 6 7 8 9 10 11
etc.(Fixed Form Paver)
(15) PTR 1
(16) Transit Truck mixer 2
(17) Concrete pump 0
(18) Generator 0
(19) Screed Vibrator 0
(20) Needle Vibrator 4
(21) Concrete Joint Cutter 0
(22) Trimix Assembly 0
(23) M.S.Channels 0
Total = 43
Note :-
1) The above information may be furnished for each machinery and equipment listed herewith.
2) The location of machinery should be furnished in detail i.e. (i) Site of work (ii) Own Workshop (iii) Other places
3) The documents regarding ownership of machinery / equipment etc and self attested copies of hire purchase agreement if it must be enclosed and for to be procured the copy of work order placed shall be
furnished. If leased indicated the date when the current lease expires.
4) Describe the fabrication and workshop facilities (a) to be set up at site (b) to be sub contracted locally (c) to be set up any other place with relevant details.
5) The above information shall be supported with necessary documents otherwise, the same shall be treated as null & void.
(Signature of Bidder)
Page 26
SCHEDULE – E
EXPERIENCE ALL PROJECTS IN PROGRESS
Give information about all projects which are in progress including the company has received a letter of intent
/ Acceptance but a formal contract has not yet been awarded.
Employer Engineer Location Value of Cost of Remaining Percentage Date of Stipulated Likely date Reasons for
responsible and contract work work to be of financial work order date of of slow
for description executed as executed as completion completion completion progress if
supervision of works on date of on date of cost of work any
this bid this bid
1 2 3 4 5 6 7 8 9 10 11
Note :- Non disclosure of any information in the schedule will result in disqualification of the bidder.
_____________________
(Signature of Bidder)
Page 27
SCHEDULE – E1
EXPERIENCE RELEVANT (ROAD WORKS) PROJECTS COMPLETED
Please furnished information about relevant project (Road works) completed over the last five years
Name of Name of Name of Contract price Final value as Additional amount Date of Stipulated Actual date Reason for
Employer Location & Engineer (Rs. in Crore) per bill released if any work order date of of slow
type of responsible prepared by through court claims completion completion progress if
Road for the employees or by award or of work any
contracted supervision arbitrator
1 2 3 4 5 6 7-A 7-B 7-C 8
Note :- Non disclosure of any information in the schedule will result in disqualification of the bidder.
_____________________
(Signature of Bidder)
Page 28
SCHEDULE – F
CONTRACT
COMPANY
EXPERIENCE GEOGRAPHICAL
29
SCHEDULE – G
DETAILS OF LITIGATION
Applicant should provide information on any. History of litigation or arbitration resulting from
contracts executed in last five years or currently under execution.
Years Award for / or against Name of client, Cause of Disputed amount in
applicant litigation & matter of dispute rupees
Note :- The above information shall be supported with necessary documents otherwise the same
shall be treated as null & void. If the information to be furnished in this schedule will not
be given & come to the notice subsequently will result in disqualification of bidder.
________________________
(Signature of Applicant)
30
CONTRACT
SCHEDULE – H
ADDITIONAL INFORMATION
(The applicant can add here any further information relevant to the evaluation of their pre-
qualification bid)
Note :- The above information shall be supported with necessary documents otherwise the same
shall be treated as null & void.
________________________
(Signature of Applicant)
31
Schedule - I
(Form No. 3 A (Self attested))
Referred to in Rules No. 5 to (b) (II)
DETAILS OF SIMILAR WORK COMPLETED
1. Name of Contractor :
2. Name of Work :
3. Estimated cost of :
Work put to tender
4. Revised Estimated :
Cost
5. Tender Amount :
6. Date of Starting the :
Work
7. Date of completion of :
the work (As per
contract agreement)
8. Actual date of the :
Completion of work
9. Amount of completed :
Work done
Sr. Main Component of Qty. Executed Amount Rs. In lacs
No. Work
I Bored Pile
II Pile Cap
III Retaining wall & pier , abutment,
return, and returning wall, pier cap ,
abutment cap, dirt wal, pedestral,
seismic arrestal
IV Pier cap
V Deck Slab, & Main girder &
Diaphragm,
10. State whether the :
details as above given
by the contractor are
correct if not state as
to what is the correct
information.
11. State whether the :
contractor has executed
the work in progress.
Satisfactory as per
specification if not give
the correct position of the work.
12. Period rate & amount :
of compensation if
levied.
13. Period of extension :
granted if any
14. Reason for delay in :
granted if any
15. Any other remarks : Particulars of work
completed.
Date :
32
SCHEDULE - K
BANK GUARANTEE
1. Therefore we, hereby affirm that we are guarantors in behalf of the tenderer upto total Rs.
________________ in words Rs. ________________________________ (in figures) and we
undertake to pay to Executive Engineer, Executive Engineer, Patan ( R & B ) Division, Patan of
judicial or to be specified) upto his first written demand, without demur, without delay and without the
necessity of previous notice of judicial in administrative procedures and without the necessity to prove
to the bank. The defects or short comings or debits of the contractor any sum within the limit of Rs.
__________________.
2. We further agree that the guarantee herein contained shall remain in full force and effect during the
period that would be taken for the acceptance of tender. However, unless a demand of claim under this
guarantee is made on us in writing on or before the _______________ (date to be specified will not be
less than 180 days from the date of opening the tender) we shall be discharged from all liabilities under
the guarantee there after.
3. We under take not to revoke the guarantee during it currently except with the previous consent of the
Executive Engineer, ______________________Division, ____________ in writing.
4. We lastly undertake not to revoke the guarantee for any charge in construction of the tender of the
bank.
Date :
Signature & Seal of guarantee
Bank address.
33
ANNEXURE – 1
LAB TESTING EQUIPMENT
The Applicant shall provide adequate information for testing equipment and surveying
equipment
34
viii) Core cutting machine with 10 cm and 15 cm die diamond 1 No.
cutting edge.
ix) Metallic & digital Thermometers range upto 300 C 6 Nos.
X) Apparatus for specific gravity of bitumen as per the 2 Nos.
relevant specification.
Xi) Viscocity determination apparatus (Kinematics) as per the 1 Set
relevant IS specification.
Xii) Swell test apparatus to asphalt institute MS-2 NO-2 1 No.
specification.
XIII) Densitometer Pavement quality Indicator (PQ) 301 1 No.
35
IV) Precision Staff 3 Sets.
V) 3 Meter straight edge and measuring wedge 3 Sets.
VI) Camber templates 2 lane
a) Crown type cross – section As per
requirement
b) Straight run cross – section As per
requirement
VII) Steel taps of road
A) Steel tape 2 Sets.
B) 5 m long 20 Sets.
C) 10 m long 2 Sets
D) 20 m long 2 Sets
E) 30 m long 2 Sets.
F- Any other equipment which is not mentioned here but which is necessary for complying with
the provision of the Contractor or as required by the Engineer.
In the absence of any equipment as per test requirements of section 900 of MOST specification the
same shall be provided by the contractor at any time as directed by the Engineer. No extra payment
shall be made to the contractor.
Signature of Applicant
36
Lab Testing Equipments
1. Set of sieves
2. Cube moulds
3. Compacting rods
4. Cube testing machine
5. Vicat apparatus
6. Weight batcher
7. Thermometer
8. Electronic weight balance
9. Marshall's mould
10. Penetration Test Machine
11. Softening Point Test Machine
12. Viscosity Test Machine
13. Asphalt Extraction Test Machine
14. C.B.R. Testing Machine
15. Impact testing Machine
16. Flakiness & Elongation gauge test machine
17. P.L. & L.L. Value test machine
18. Core cutting Machine
19 Ductility testing machine
20 Strait edge and camber board
21 Slump test equipment
22 Denso meter
37
PROJECT INFORMATION
38
Project Information
Name of the work: Widening & improvement of Kadi/Thol Sanand road CH 3/00 to
24/150 (4 laning) Ta Kadi, Dist: Mehsana (Construction of Major bridge on Narmada Main
canal, Saurashtra Branch canal and other Branch canal).
Introduction:
Saliient Features:
Project Details-1
m EJ to EJ
iv) Type of sub structure Super structure resting on pile & pile cap
39
3 Existing high level bridge on
U/S
A
i) Distance -
v) Catchment area -
i) Distance -
Ingli’s discharge NA
Maximum observed -
40
discharged
Manning’s Discharge With N = -
0.03 & bed gradient 1.1250
FSL 61.924
Obstruction -
Depth of Superstructure -
Road level -
FSL 61.924
Silt factor -
Type of soil -
8 Approaches
41
Project Details-2
iii) Type of super Precast PSC I-Girder & Precast RCC I-Girder with RCC
structure Deck
iv) Type of sub structure Super structure resting on pile & pile cap
v) Catchment area -
i) Distance -
42
iii) Design discharge of NA
spillway
iv) Max. Observed flood NA
ddischarge
4B If the Scheme is on D/S
Ingli’s discharge NA
Maximum observed -
discharged
Manning’s Discharge With N -
= 0.03 & bed gradient
1.1250
FSL 60.728
Depth of Superstructure -
Road level -
FSL 60.728
Silt factor -
Type of soil -
8 Approaches
Project Details-3
xi) Type of super structure Precast RCC I-Girder with RCC Deck and
Diaphragm
xii) Type of sub structure Super structure resting on pile & pile cap
i) Distance -
44
iii) Type of Foundaion -
Ingli’s discharge NA
Obstruction -
Depth of Superstructure -
Road level -
45
Discharge -
FSL 54.846
Silt factor -
Type of soil -
8 Approaches
Left Bank 90 m
Right Bank 90 m
Project Details-4
xx) Type of sub structure Super structure resting on pile & pile cap
46
iii) Type of Foundaion -
i) Distance -
Ingli’s discharge NA
47
Afflux -
Obstruction -
Depth of Superstructure -
Road level -
FSL 53.125
Silt factor -
Type of soil -
8 Approaches
CLIMATE:
(a) TEMPERATURE
The project road lies in the State of Gujarat. This state is situated in western part of Indian and has semi arid
climate Ref. Index. Map. Large part of the state lies between 350 C and isotherms. May is the hottest month and
January the coldest. The isotherm generally run east west and the temperature increase steadily as one moves
southwards.
48
(b) RAIN FALL
Gujarat receives most of its rainfall from the south-west monsoon between June and September with maximum
intensity in July and August. The monsoon arrives earlier in the south and east and last longer than in the
northwest. Hence the rainfall intensity ranges from over 2400 mm in the southwest to less than 250 mm in the
extreme west. Some depressions and cyclones in the Arabian Sea which move across the coastal area
sometimes bring rains and strong winds in the months of April to June and October to November.
(i) Areas with more than 1000 mm rainfall include the districts of Valsad, Dangs, Surat and the eastern parts of
Bharuch with Rajpipla Hills.
(ii) Areas receiving rainfall between 800 mm and 1000 mm include Panchmahals, Vadodara, Anand, Kheda and part
of Ahmedabad.
(iii) Areas having rainfall between 400 mm and 800 mm include Saurashtra and areas north of Ahmedabad.
(iv) Areas receiving less than 400 mm rainfall include Kachch Banaskantha and Coastal Jamnagar.
(c) HUMIDITY:
The relative humidity in all parts of the State, with the exception of the coastal areas is low in the summer the
relative humidity varies from 75 and 80 percent in winter from 40 to 50 percent. The coastal areas, on the other
hand, have moderately high humidity all the year round with a maximum in the summer months reaching as high
as high as 90 percent.
(d) HYDROLOGY:
Sabarmati river is the major river (perennial) in the East of the Road which serves as the main water source for
drainage
(e) TOPOGRAPHY:
Gujarat is located in western side of the India and bounded by the State of Rajasthan in the north, Madhya
Pradesh in east and Maharashtra in south. It has also an international border with Pakistan on its north for length
of about 360 km. The state of Gujarat covers a total area of 195,904 sq. km. and is situated between 20"06"
to 24"42". North latitude and 68 10" to 74 24" East longitude. The state has the longest coastline in the country
measuring about 1600 km along western part of India, extending from Lakhpat in North to Daman in the south.
(i) The Alluvial Plains extend in North Gujarat to Bulsar in the south, and westward to the little Rann and Banni
area of Kachchh.
(ii) The Eastern hilly tract lies between the altitude of 300 –1400 m and forms a major divide.
(iii) Uplands of Kachchh and Saurashtra consist of sandstone shale and basalt rock with elevations of about 150-500
m sloping radically towards the coast. The Girnar hill forest is at an elevation 1117 m.
(iv) The Eastern hilly tract lies between the altitude of 300 –14000 m and forms a major divide.
(v) The low-laying coastal tract ranges in elevation from 3-25 m surrounding the Kachchh and Saurashtra uplands.
These low laying areas extend from Rann of Kachchh to little Rann of Kachchh and to the low laying delta
region of Bhadar, Bhoqavo, Mahl, Dhadar. Narmada and Tapi rivers.
49
(vi) The Marshy to saline desert of Rann of Kachchh and little Rann of Kachchh extend into the saline Tracts around
the Gulf of Cambay. This vast fields of salt mixed with clay is devoid of any vegetation or habitation. The
general elevation of this tract varies between 3 To 10 Mtr.
The sites of the bridges are located along the Kadi-thol-sanand road. Located at 45 Km on vadsar road if arrival
is from Ahmedabad, at 48 km if the arrival is from mehsana through Ahmedabad-palanpur highway and at 46 km
if the arrival is from Gandhinagar through kalol.
Passenger Road Transport in the state is mainly provided by Gujarat State Transport Corporation, a State
Government undertaking Goods transport operation is with the private sector.
The communication facilities in the State consist of post, telegraph, telex and fax. These facilities are provided
by the Post and Telegraph Department of Government of India. Besides private sector operated courier, fax and
other similar services, Government facilities also exists in all important cities of the state.
All the important cities have fully fledged Government medical Hospitals besides private clinics and nursing
homes etc.
Expected construction period from contracts if 12 months (twelve Months) from the date of award.
Free access to the work sites will be assured by the Employer for expected Agencies.
1. Soil Characteristics
The Soils of Gujarat state can be classified into Black Cotton Soils. Alluvial Soils, Saline Alkaline Soils and
desert Soils.
a) Black Soils : The black soils are either medium black or deep black.
i) Medium Black Soil :- Medium black soils are found in Saurashtra, some parts of Sabarkantha
and Panchmahal district,
South – west of Ahmedabad and parts of Vadodara and Kachchh district. This soil type is not so deep. Soil
textures clay loam to clayey.
.ii) Deep Black Soil. The deep black soils are found in the district of Vadodara, Bharuch, Surat and Valsad,
Soil depth varies from less than one meter to as deep as six meters. These soils have very heavy clay
content. Montmorilloniteper domination.
.b) Alluvial Soils : These soils in Gujarat are formed due to silting by Indus river system. These
soils occur through Banaskantha district and the greater part of Gandhinagar and Sabarkantha. Ahmedabad,
50
Kheda district, Further more alluvial soils also occur in the northern part of Vadodara and Jambusar and eastern
part of Surat and Valsad district.
.c) Saline – Alkaline Soils : These soils are found in " Bhal Tract " of Bhavnagar, Ahmedabad, and
Kheda district and also in southern part of state along the sca coast except in Bharuch, Surat and Valsad district.
Saline soil is also found in portions Kachchh. Gandhinagar and Banaskantha district due tolessrain – fall and
high evaporation.
.d) Desert Soils : These are mainly found in Rann of Kanchchh (Northern and north – eastern
parts).
.e) Earthquake Zone : The District of Kachchh comes under the Zone-5 of the earth quake
where as districts of Saurashtra comes under Zone-3 & Zone-4. The part of Bharuch district comes under Zone-4
where as other district of Gujarat comes under Zone-3. Since the district of Kachchh and some district of
Saurashtra, part of Bharuch district comes under Earth quake Zones of moderate intensity, necessary precautions
are to be taken for the construction works.
51