You are on page 1of 440

REQUEST FOR PROPOSAL (RFP)

FOR
PROVIDING PROJECT MANAGEMENT CONSULTANCY (PMC)
for the Project of
“DEVELOPMENT OF MULTI-PURPOSE CARGO BERTH
(BERTH No.17) AT NEW MANGALORE PORT”

NIT No. CIVIL/CE(C)/EE(C)/ 02 /2022-23


eProcureTender ID: 2022_NMPT_684111_1

16.04. 2022
DISCLAIMER

The information contained in this Request for Proposal document (“RFP”) or subsequently provided to
Applicants, whether verbally or in documentary or any other form by or on behalf of the Authority or any of
its employees or advisers, is provided to Applicants on the terms and conditions set out in this RFP and
such other terms and conditions subject to which such information is provided.

This RFP is not an agreement or an offer by the Authority to the prospective Applicants or any other
person. The purpose of this RFP is to provide interested parties with information that may be useful to
them in the formulation of their Proposals pursuant to this RFP. This RFP includes statements, which
reflect various assumptions and assessments arrived at by the Authority in relation to the Consultancy.
Such assumptions, assessments and statements do not purport to contain all the information that each
Applicant may require. This RFP may not be appropriate for all persons, and it is not possible for the
Authority, its employees or advisers to consider the objectives, technical expertise and particular needs of
each party who reads or uses this RFP. The assumptions, assessments, statements and information
contained in this RFP, may not be complete, accurate, adequate or correct. Each Applicant should,
therefore, conduct its own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions, assessments and information contained in
this RFP and obtain independent advice from appropriate sources.

Information provided in this RFP to the Applicants may be on a wide range of matters, some of which
may depend upon interpretation of law. The information given is not intended to be an exhaustive account
of statutory requirements and should not be regarded as a complete or authoritative statement of law.
The Authority accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on
the law expressed herein.

The Authority, its employees and advisers make no representation or warranty and shall have no liability
to any person including any Applicant under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from
or be incurred or suffered on account of anything contained in this RFP or otherwise, including the
accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form part of this RFP or arising in
any way in this Selection Process.

The Authority also accepts no liability of any nature whether resulting from negligence or otherwise
however caused arising from reliance of any Applicant upon the statements contained in this RFP.

The Authority may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumption contained in this RFP.

The issue of this RFP does not imply that the Authority is bound to select an Applicant or to appoint the
Selected Applicant, as the case may be, for the Consultancy and the Authority reserves the right to reject
all or any of the Proposals without assigning any reasons whatsoever.

The Applicant shall bear all its costs associated with or relating to the preparation and submission of its
Proposal including but not limited to preparation, copying, postage, delivery fees, expenses associated
with any demonstrations or presentations which may be required by the Authority or any other costs
incurred in connection with or relating to its Proposal. All such costs and expenses will remain with the
Applicant and the Authority shall not be liable in any manner whatsoever for the same or for any other
costs or other expenses incurred by an Applicant in preparation or submission of the Proposal, regardless
of the conduct or outcome of the Selection Process.
Contents Page No.

I Notice Inviting E-Tender 1–4


II Instructions to Applicants for Online Bid submission 5–7
III Sections
1 Introduction 8–9
2 Instructions to Applicants 10 – 28
3 Criteria for Evaluation 29 – 34
4 Fraud and Corrupt Practice 34 – 35
5 Pre-Proposal Conference 36
6 Miscellaneous 36 – 37
Schedules 38
Schedule - 1 39
1 Terms of Reference 39 – 54
Schedule - 2 55
2 Form of Agreement 59 – 80
Annex-1: Terms of Reference 81
Annex-2: Deployment of Personnel 82
Annex-3: Payment Schedule 83
Annex-4: Bank Guarantee for Performance Security 84 – 86
Schedule - 3
3 Guidance Note on Conflict of Interest 87 – 88
Appendices 89
Appendix-I: Technical Proposal
Form 1: Letter of Proposal 90 – 93
Form 2: Particulars of the Applicant 94 – 95
Form 3: Statement of Legal Capacity 96
Form 4: Power of Attorney 97 – 98
Form 5: Financial Capacity of Applicant 99
Form 6: Particulars of Key Personnel 100
Form 7: Abstract of Eligible Assignments of the Applicant 101
Form 7A: Abstract of other relevant experience of the Applicant 102
Form 8: Abstract of Eligible Assignments of Key Personnel 103
Form 8A: Abstract of other relevant experience of Key 104
Personnel
Form 9: Eligible Assignments of Applicant 105
Form 9A: Other relevant assignments of Applicant 106
Form 10: Eligible Assignments of Key Personnel 107
Form 10A: Other relevant assignments of Key Personnel 108
Form 11: CVs of Professional Personnel 109 – 110
Form 12: Integrity Pact 111 – 117
Form 13: Proposed Deployment Schedule 118
Form 14: E-Payment Form 119
Appendix-II Financial Proposal
Reference Format of Financial Proposal 120 – 121
Appendix-III Project Information Memorandum 122
(1 – 314)
NEW MANGALORE PORT AUTHORITY

I - NOTICE INVITING E-TENDER


NIT No. CIVIL/CE(C)/EE(C)/ 02 /2022-23, dt. 16/04/2022
[e Procure Tender ID: 2022_NMPT_684111_1]
“REQUEST FOR PROPOSAL (RFP) FOR PROVIDING PROJECT
MANAGEMENT CONSULTANCY SERVICES FOR DEVELOPMENT OF
MULTIPURPOSE CARGO BERTH (BERTH NO.17) AT NEW MANGALORE
PORT”

1.1 New Mangalore Port Authority invites Proposals (the “Proposals”) through
E-Procurement System https://eprocure.gov.in/cppp/ of CPP from IPA
empanelled Consultants for Providing Project Management Consultancy
Services (the “Consultant”) who shall in accordance with the Terms of
Reference specified at Schedule-1 (the “TOR”), prepare detailed estimate,
tender documents, tender drawings, EPC tender packages, proof checking,
assist the Authority in the bidding process, during execution of agreement
with selected EPC contractors and monitor the work during execution
(collectively the “Consultancy”).

The Authority intends to select the Consultant through a competitive online


bidding in accordance with the procedure set out herein.

1.2 Due diligence by Applicants


Applicants are encouraged to inform themselves fully about the assignment
and the local conditions before submitting the Proposal by paying a visit to
the Authority and the Project site, sending written queries to the Authority,
and attending a Pre-Proposal Conference on the date and time specified in
Clause 1.7.

1.3 Schedule of Selection Process


The complete RFP document can be downloaded from NMPA website:
www.newmangaloreport.gov.in and https://eprocure.gov.in/cppp/ submit as
application on or before the due date and time of submission.
Earnest Money Deposit Rs. 59,500/- EMD shall be
paid by NEFT in favour of
FA&CAO, NMPA.
Cost of Tender Rs. 1,120/- (including GST
@12%) shall be paid by NEFT
in favour of FA&CAO, NMPA.

1
Date of tender document available to 16.04.2022 at 16:00 HRS
parties to download
Last date for receiving Pre bid 30.04.2022 at 15:30 HRS
queries/clarifications
Pre-bid meeting 30.04.2022 at 15:30 HRS
Starting date of e-Tender for submission 10.05.2022 at 11:00 HRS
of on line Techno-Commercial Bid and
price Bid
Proposal Due Date (PDD) 17.05.2022 at 15:30 HRS
Closing date of online e-tender for
submission of Techno-Commercial Bid
& Price Bid
Part-I : Date of Opening of Technical 18.05.2022 at 15:30 HRS
Proposal
Part-ll -Financial Proposal: Shall be communicated
separately.
Validity of Tender 180 days from the closing date
of online submission of e-
tender.

Note: The benefit of Exemption of EMD / Cost of Tender to all Micro and
small Enterprises (MSE) will be allowed. The bidder shall upload
with their offer, proof of their being MSE registered with District
Industries Centre (DIC) or Khadhi and village industries commission
or Khadhi and Industries board (KVIV) or Coir board or National
Small Scale Industries Corporation (NSIC) or Directorate of
handicrafts and handlooms or Udhyog Aadhar Memorandum or any
other body specified by Ministry of MSME, will be considered.

NMPA Bank Details


1. Name of the Bank: State Bank of India, Panambur,
Mangalore - 575 010.
2. Bank A/C No. 10205649448
3. IFSC Code: SBIN0002249
4. MICR Code: 575002011

1.4 Validity of the Proposal


The Proposal shall be valid for a period of not less than 180 days from the
Proposal Due Date (the “PDD”).

2
1.5 Brief description of the Selection Process
The Authority has adopted a two stage selection process (collectively the
“Selection Process”) in evaluating the Proposals comprising technical
and financial bids through online bidding process. Scanned copies of
Technical Bid shall be submitted on https://eprocure.gov.in/cppp/ and
also one hard copy of the same shall be submitted to address given at
Clause 1.8 immediately after the PDD.
In the first stage, a technical evaluation will be carried out as specified in
Clause 3.1. Based on this technical evaluation, a list of qualified applicants
shall be prepared. In the second stage, a financial evaluation will be carried
out as specified in Clause 3.2 of the technically qualified applicant.
Proposals will finally be ranked according to their combined technical and
financial scores as specified in Clause 3.3. The first ranked Applicant will
be selected (the “Selected Applicant”) shall be called for negotiation, if
necessary.

1.6 Pre-Proposal visit and inspection of data


Prospective applicants may visit the office of the Project Authority and the
Project site and review the available documents and data at any time prior
to PDD.
For the convenience of the Applicants, a pre-Proposal visit to the Project
site has been arranged on 30.04.2022 at 11:00 Hrs. The Applicants who
desire to avail this facility may inform prior to the above date in writing or
by E-mail.

1.7 Pre-Proposal Conference


The date, time and venue of Pre-Proposal Conference
shall be: Date: 30.04.2022 at 15:30 Hrs.
Venue: Office of the Chief Engineer (Civil), 2nd floor, Administration
Office Building, New Mangalore Port Authority, Panambur,
Mangalore -575010
The Prospective Applicant who need clarifications on any specific issue, if
any, shall submit to the Chief Engineer (Civil), New Mangalore Port
Authority, Panambur, Mangaluru-575010 before the date and time
indicated in Online bid reference in writing and a copy of the same shall
also be submitted through Email provided in Clause 1.8. No queries /
clarifications shall be entertained after the date and time indicated in
Online bid reference.

Clarification / Amendments / further information etc. pertaining to the


tender, if any shall be uploaded only on websites
www.newmangaloreport.gov.in and https://eprocure.gov.in/cppp/, may have
to be referred by the prospective applicant from time to time.

3
1.8 Communications
All communications including the submission of Proposal should be
addressed to:
Chief Engineer (Civil)
Civil Engineering Department
New Mangalore Port Authority
Panambur,
Mangalore – 575 010
Karnataka (India)
Phone : 0824 2407493
Fax :0824 2407493
Email : chiefengineer@nmpt.gov.in

1.9 The Official Website of the Authority is:


www.newmangaloreport.gov.in

4
II – SPECIAL INSTRUCTIONS TO THE BIDDERS FOR THE E-SUBMISSION
OF THE BIDS ONLINE THROUGH E-PROCUREMENT PORTAL

1. Bidder should do Online Enrolment in the Portal using the option Click
Here to Enroll available in the Home Page. Then the Digital Signature
enrollment has to be done with the e-token, after logging into the portal.

2. Bidder then logs into the portal giving user id / password chosen during
enrollment.

3. The e-token that is registered should be used by the bidder and should not
be misused by others.

4. DSC once mapped to an account cannot be remapped to any other


account. It can only be inactivated.

5. The Bidders can update well in advance, the documents such as


certificates, purchase order details etc., under My Documents option and
these can be selected as per tender requirements and then attached along
with bid documents during bid submission. This will ensure lesser upload
of bid documents.

6. After downloading / getting the tender schedules, the Bidder should go


through them carefully and then submit the documents as per the tender
document; otherwise, the bid will be rejected.

7. The BOQ template must not be modified/replaced by the bidder and the
same should be uploaded after filling the relevant columns, else the bidder
is liable to be rejected for that tender. Bidders are allowed to enter the
Bidder Name and Values only.

8. If there are any clarifications, this may be obtained online through the e-
Procurement Portal, or through the contact details given in the tender
document. Bidder should take into account of the corrigendum published
before submitting the bids online on the portal or on
http://eprocure.gov.in/eprocure/appor www.newmangalore-port.com
Bidder, in advance, should prepare the bid documents to be submitted as
indicated in the tender schedule and they should be in PDF formats.

9. Bidder should arrange for the EMD and tender fee as specified in the
tender. The original should be posted/couriered/given in person to the
Tender Inviting Authority, within the bid submission date and time for the
tender.

10. The bidder should read the terms and conditions and accepts the same to
proceed further to submit the bids.

5
11. The bidder has to submit the tender document(s) online well in advance
before the prescribed time to avoid any delay or problem during the bid
submission process. There is no limit on the size of the file uploaded at the
server end. However, the upload is decided on the Memory available at the
Client System as well as the Network bandwidth available at the client side
at that point of time. In order to reduce the file size, bidders are suggested
to scan the documents in 75-100 DPI so that the clarity is maintained and
the size of file gets reduced. This will help in quick uploading even at very
low bandwidth speeds.

12. It is important to note that, the bidder has to click on the Freeze Bid Button,
to ensure that, he/she completes the Bid Submission Process. Bids, which
are not frozen, are considered as Incomplete/Invalid bids and are not
considered for evaluation purposes.

13. The Tender Inviting Authority (TIA) will not be held responsible for any sort
of delay or the difficulties faced during the submission of bids online by the
bidders due to local issues.

14. The bidder may submit the bid documents online mode only, through this
portal. Offline documents will not be handled through this system. Only
hard copy of the Technical Bid should reach immediately after PDD to the
Chief Engineer (Civil), NMPA

15. At the time of freezing the bid, the e-Procurement system will give a
successful bid updating message after uploading all the bid documents
submitted and then a bid summary will be shown with the bid no., date &
time of submission of the bid with all other relevant details. The documents
submitted by the bidders will be digitally signed using the e-token of the
bidder and then submitted.

16. After the bid submission, the bid summary has to be printed and kept as an
acknowledgement as a token of the submission of the bid. The bid
summary will act as a proof of bid submission for a tender floated and will
also act as an entry point to participate in the bid opening event.

17. Successful bid submission from the system means, the bids as uploaded
by the bidder is received and stored in the system. System does not certify
for its correctness.

18. The bidder should see that the bid documents submitted should be free
from virus and if the documents could not be opened, due to virus, during
tender opening, the bid is liable to be rejected.

19. The time that is displayed from the server clock at the top of the tender
Portal, will be valid for all actions of requesting bid submission, bid opening
etc., in the e-Procurement portal. The Time followed in this portal is as per

6
Indian Standard Time (IST) which is GMT+5:30. The bidders should
adhere to this time during bid submission.

20. The bidders are requested to submit the bids through online e-
Procurement system to the Tender Inviting Authority (TIA) well before the
bid submission end date and time (as per Server System Clock).

21. Tender form Fee and EMD shall be submitted with the Part I- Technical
BID. BID submitted without fees, as mentioned above will not be
considered for evaluation and shall be rejected summarily. The benefit of
Exemption of EMD to all Micro and small Enterprises (MSE) will be
allowed. The bidder shall upload with their offer, proof of their being MSE
registered with District Industries Centre (DIC) or Khadhi and village
industries commission or Khadhi and Industries board (KVIV) or Coir board
or National Small Scale Industries Corporation (NSIC) or Directorate of
handicrafts and handlooms or Udhyog Aadhar Memorandum or any other
body specified by Ministry of MSME, will be considered. Also, necessary
document for having registered with similar category should be submitted
along with Technical Bid.

22. The EMD of un-successful Bidders shall be refunded only after the contract
has been awarded to the successful Bidder. No interest shall be paid on
the EMD.

23. The EMD of successful Bidder will be discharged upon the Bidder’s
accepting the award & signing the Agreement, and furnishing the Contract
Performance Security/Bank Guarantee. No interest shall be paid on the
EMD. If the successful bidder fails to sign the agreement within the
stipulated time, the EMD shall be forfeited to NMPA.

24. The bidder/Tenderer/contractor shall file the applicable returns with Tax
departments in time and submit the same as documentary proof.

25. The GST applicable shall be shown as separate line items in the Tax
invoices to avail input credit to Port.

26. In the event of forfeiting the EMD/LD/SD, GST is applicable and while
imposing penalty, applicable GST shall be collected.

7
1. INTRODUCTION

1.1 Background
New Mangalore Port Authority (NMPA) intends to develop an additional
deep draft general cargo berth in between berth No.8 and No.13, named as
Berth No. 17.

1.2 Brief Description of the Project


The berth is proposed to handle RO-RO/ Cruise ships bunkering cargo
ships Iron ore fines/concentrate, fertilizers, river sand, bentonite, gypsum,
machinery, steel coil etc. at the proposed new berth No. 17. The proposed
handling capacity of the multipurpose berth No 17 would be 9 MMTPA.

The details of the berth are as under:


S. No Facility Size and dimension

1 Length of the Berth 348m


2 Width of the berth 26 m
3 Approach trestles 10 m width, 2 nos.
4 Deck elevation 1. Berthing Jetty: Deck level - (+)4.66 m
2. Approach Jetty: Deck level - (+)4.66 m
3. Dredging level for Berthing structure –
(-)15.10mCD

Further, 2.5 acres of water area will be used for Construction of Berth
adjacent to existing berth No. 8 and 30 Acres (Approximate) of Port land
which will be utilized for storage of cargo handled at proposed Berth.

1.3 Objective

1.3.1 Authority wishes to engage a Project Management Consultant (PMC) (the


“Consultant”) for period of 3 years which may be extendable till completion
of construction on mutual consent to enable Authority in discharging its
functions / responsibilities effectively and efficiently. The Consultant as per
the Terms of Reference will work with Authority officials in discharging its
functions / responsibilities for overall management of the project, including
project planning, budgeting supervision, monitoring and evaluation,
reporting and coordination to ensure project development in accordance
with the Authority's development strategy and various other compliances.

1.3.2 The Consultant would act as a vital link between Authority and the working
teams and ensure coordinated execution. The Consultant will actively
shape agendas, participate and drive meetings, bring in outside-in topic

8
expertise, proactively challenge content and targets set by consultants to
maximize value, and not just play a coordinating role. The Consultant will
track progress, assess the benefits from the projects on a regular, ongoing
basis and step in where necessary to ensure that the overall Authority
objectives are being achieved.

1.3.3 The Consultant has to provide services from inception to completion of the
project. At every stage of project life cycle, the principles of pro-activeness
and creating the win-win situation is necessary keeping in mind the Client’s
requirements.

1.3.4. In this Project Management Consultancy (PMC), the Consultants shall


function in the capacity as Engineer’s Representative and the Engineer’s
role shall continue to be with regular Engineers of New Mangalore Port
Authority.

1.3.5. The Project Management Consultant’s main responsibility is to ensure


execution of work with due controls for safety, quality control and project
progress monitoring. The project planning, scheduling, monitoring and
coordinating the works of and with various agencies and vendors, with
economical execution with quality assurance and completing the project
within stipulated time and respecting the labour laws.

9
2. INSTRUCTIONS TO APPLICANTS

A. GENERAL
2.1 Scope of Proposal

2.1.1 Detailed description of the objectives, scope of services, Deliverables and


other requirements relating to this Consultancy are specified in this RFP. In
case an applicant firm possesses the requisite experience and capabilities
required for undertaking the Consultancy, it shall participate in the
Selection Process individually (the “Sole Firm”) in response to this
invitation. The term applicant (the “Applicant”) means the Sole Firm. The
manner in which the Proposal is required to be submitted, evaluated and
accepted is explained in this RFP.

2.1.2 Applicants are advised that the selection of Consultant shall be on the
basis of an evaluation by the Authority through the Selection Process
specified in this RFP. Applicants shall be deemed to have understood and
agreed that no explanation or justification for any aspect of the Selection
Process will be given and that the Authority’s decisions are without any
right of appeal whatsoever.

2.1.3 Key Personnel


The Consultant’s team (the “Consultancy Team”) shall consist of the
following key personnel (the “Key Personnel”) who shall discharge their
respective responsibilities as specified below:

Key Personnel Responsibilities


Team Leader He will lead, co-ordinate the Consultancy Team for
delivering the Consultancy works in a timely manner
as envisaged in this RFP. He will be responsible for
planning of various facilities for Construction of Berth
no. 17.
Marine Structure He will be responsible for basic engineering of
expert berthing facilities and reviewing the detailed design
of berthing facilities
Resident Engineer He will co-ordinate and supervise the supervision
work for timely completion of the project. He shall not
delegate his responsibilities except with the prior
written approval of the Authority.
Assistant Resident He will provide qualitative technical and
Engineer – 2 Nos. administrative services for implementation and
management of the Construction of Berth no. 17.

10
2.2 Conditions of Eligibility of Applicants
2.2.1 Applicants must read carefully the minimum conditions of eligibility (the
“Conditions of Eligibility”) provided herein. Proposals of only those
Applicants who satisfy the Conditions of Eligibility will be considered for
evaluation.

2.2.2 To be eligible for evaluation of its Proposal, the Applicant shall fulfill the
following:
(A)Technical Capacity: The Applicant shall have, over the past 7 (seven)
years preceding the PDD, undertaken assignments as specified in
Clause 3.1.4. The Consultant shall have to substantiate the above
experience with a work order and Completion certificate from the Client
of having successfully completed the works indicating the time period
during which the work has been executed and actual fees received.
(B)Financial Capacity: The Applicant shall have received a minimum of
Rs. 1.30 Crore (US $ 0.17 million (US Dollar Zero Point One Seven Million)
per annum as professional fees during each of the three financial years
preceding the PDD. For the avoidance of doubt, professional fees
hereunder refer to fees received by the Applicant for providing
consultancy services to its clients.

(C) Availability of Key Personnel: The Applicant shall offer and make
available all Key Personnel meeting the requirements specified in Sub-
clause (D) below.

(D) Conditions of Eligibility for Key Personnel: Each of the Key Personnel
must fulfill the Conditions of Eligibility specified below:

Key Educational Length of Experience on Eligible


Personnel Qualification Professional Assignments
Experience
Team Master/ 15 years in He should have led the team in
Leader Bachelor in port sector consultancy work for not less
Civil than 5 (five) Port Sector Projects
which consists of design of
berths, jetties, quays, dredging,
reclamation and other civil works.
Marine Master/ 10 years in He should have done 2 nos of
Structure Bachelor in Port Sector detailed design of berths/jetties
Expert Civil with at least 300m length

11
Resident Master/ 15 years in He should have led the team in
Engineer Bachelor in port sector PMC work for not less than 5
Civil (five) Port Sector Projects which
consists of berths, jetties, quays,
dredging, reclamation and other
civil works.

Asst. Master/ 10 years in He should have worked as Asst.


Resident Bachelor in Port Sector Resident Engineer in not less
Engineer – Civil than 3 (three) Port Sector
2 Nos. Projects which consists berths,
jetties, quays, dredging,
reclamation and other civil works.

2.2.3 The Applicants who satisfies the above criteria at (A) to (D) shall be
considered for further evaluation in accordance with the method of
selection specified in Clause 3.1.3 of this document.

2.2.4 The Applicant shall enclose with its Proposal, certificate(s) from its
Statutory Auditors stating its total revenues from professional fees during
each of the past three financial years and the fee received in respect of
each of the Eligible Assignments specified in the Proposal. In the event that
the Applicant does not have a statutory auditor, it shall provide the requisite
certificate(s) from the firm of Chartered Accountants that ordinarily audits
the annual accounts of the Applicant.

2.2.5 The Applicant should submit a Power of Attorney as per the format at Form
- 4 of Appendix-I; provided, however, that such Power of Attorney would
not be required if the Application is signed by a partner or Director (on the
Board of Directors) of the Applicant, in case the Applicant is a partnership
firm or limited liability partnership.

2.2.6 Any entity which has been barred by the Central Government, any State
Government, a statutory authority or a public sector undertaking, as the
case may be, from participating in any project, and the bar subsists as on
the date of the Proposal, would not be eligible to submit a Proposal either
by itself or through its Associate.

2.2.7 An Applicant or its Associate should have, during the last three years,
neither failed to perform on any agreement, as evidenced by imposition of
a penalty by an arbitral or judicial authority or a judicial pronouncement or
arbitration award against the Applicant or its Associate, nor been expelled
from any project or agreement nor have had any agreement terminated for
breach by such Applicant or its Associate.

12
2.2.8 While submitting a Proposal, the Applicant should attach clearly marked
and referenced continuation sheets in the event that the space provided in
the specified forms in the Appendices is insufficient. Alternatively,
Applicants may format the specified forms making due provision for
incorporation of the requested information.

2.3 Conflict of Interest


2.3.1 An Applicant shall not have a conflict of interest that may affect the
Selection Process or the Consultancy (the “Conflict of Interest”). Any
Applicant found to have a Conflict of Interest shall be disqualified. In the
event of disqualification, the Authority shall forfeit and appropriate the
Performance Security, if available, as mutually agreed genuine pre-
estimated compensation and damages payable to the Authority for, inter
alia, the time, cost and effort of the Authority including consideration of
such Applicant’s Proposal, without prejudice to any other right or remedy
that may be available to the Authority hereunder or otherwise.

2.3.2 The Authority requires that the Consultant provides professional, objective,
and impartial advice and at all times hold the Authority’s interests
paramount, avoid conflicts with other assignments or its own interests, and
act without any consideration for future work. The Consultant shall not
accept or engage in any assignment that would be in conflict with its prior
or current obligations to other clients, or that may place it in a position of
not being able to carry out the assignment in the best interests of the
Authority

2.3.3 Some guiding principles for identifying and addressing Conflicts of Interest
have been illustrated in the Guidance Note at Schedule-3. Without limiting
the generality of the above, an Applicant shall be deemed to have a
Conflict of Interest affecting the Selection Process, if:

(a) the Applicant, its consortium member (the “Member”) or Associates


(or any constituent thereof) and any other Applicant, its consortium
member or Associate (or any constituent thereof) have common
controlling shareholders or other ownership interest; provided that
this disqualification shall not apply in cases where the direct or
indirect shareholding or ownership interest of an Applicant, its
Member or Associate (or any shareholder thereof having a
shareholding of more than 5 per cent of the paid up and subscribed
share capital of such Applicant, Member or Associate, as the case
may be) in the other Applicant, its consortium member or Associate
is less than 5% (five per cent) of the subscribed and paid up equity
share capital thereof. For the purposes of this Clause 2.3.3(a),
indirect shareholding held through one or more intermediate persons
shall be computed as follows:

13
(aa) where any intermediary is controlled by a person through
management control or otherwise, the entire shareholding held by such
controlled intermediary in any other person (the “Subject Person”) shall be
taken into account for computing the shareholding of such controlling
person in the Subject Person; and
(bb) subject always to Sub-clause (aa) above, where a person does not
exercise control over an intermediary, which has shareholding in the
Subject Person, the computation of indirect shareholding of such person in
the Subject Person shall be undertaken on a proportionate basis; provided,
however, that no such shareholding shall be reckoned under this Sub-
clause (bb) if the shareholding of such person in the intermediary is less
than 26% (twenty six per cent) of the subscribed and paid up equity
shareholding of such intermediary; or

(b) a constituent of such Applicant is also a constituent of another


Applicant;
or
(c) such Applicant or its Associate receives or has received any direct
or indirect subsidy or grant from any other Applicant or its Associate;
or
(d) such Applicant has the same legal representative for purposes of
this Application as any other Applicant; or
(e) such Applicant has a relationship with another Applicant, directly or
through common third parties, that puts them in a position to have
access to each others’ information about, or to influence the
Application of either or each of the other Applicant; or
(f) there is a conflict among this and other consulting assignments of
the Applicant (including its personnel and other members, if any)
and any subsidiaries or entities controlled by such Applicant or
having common controlling shareholders. The duties of the
Consultant will depend on the circumstances of each case. While
providing consultancy services to the Authority for this particular
assignment, the Consultant shall not take up any assignment that by
its nature will result in conflict with the present assignment; or
(g) a firm which has been engaged by the Authority to provide goods or
works or services for a project, and its Associates, will be
disqualified from providing consulting services for the same project
save and except as provided in Clause 2.3.4; conversely, a firm
hired to provide consulting services for the preparation or
implementation of a project, and its Members or Associates, will be
disqualified from subsequently providing goods or works or services
related to the same project; or

14
(h) the Applicant, its Member or Associate (or any constituent thereof),
and the bidder or Concessionaire, if any, for the Project, its
contractor(s) or sub-contractor(s) (or any constituent thereof) have
common controlling shareholders or other ownership interest;
provided that this disqualification shall not apply in cases where the
direct or indirect shareholding or ownership interest of an Applicant,
its Member or Associate (or any shareholder thereof having a
shareholding of more than 5% (five per cent) of the paid up and
subscribed share capital of such Applicant, Member or Associate, as
the case may be,) in the bidder or Concessionaire, if any, or its
contractor(s) or sub-contractor(s) is less than 5% (five per cent) of
the paid up and subscribed share capital of such Concessionaire or
its contractor(s) or sub-contractor(s); provided further that this
disqualification shall not apply to ownership by a bank, insurance
company, pension fund or a Public Financial Institution referred to in
section 4A of the Companies Act 1956. For the purposes of this
Sub-clause (h), indirect shareholding shall be computed in
accordance with the provisions of Sub-clause (a) above.

For purposes of this RFP, Associate means, in relation to the Applicant, a


person who controls, is controlled by, or is under the common control with
such Applicant, or is deemed or published as an “Associate Office”;or
has a formal arrangement such as tie up for client referral or technology
sharing, joint venture with the Applicant (the “Associate”); provided,
however, that if the Applicant has any formal arrangement such as
consortium membership in a consortium of advisers/ consultants for a
particular assignment/project, not being this project, with any other person,
then such other person shall not be treated to be an Associate of the
Applicant solely due to the reason of forming such consortium. As used in
this definition, the expression “control” means, with respect to a person
which is a company or corporation, the ownership, directly or indirectly, of
more than 50% (fifty per cent) of the voting shares of such person, and with
respect to a person which is not a company or corporation, the power to
direct the management and policies of such person by operation of law or
by contract.

2.3.4 An Applicant eventually appointed to provide Consultancy for this Project,


its Associates and affiliates, shall be disqualified from subsequently
providing goods or works or services related to the construction and
operation of the same Project and any breach of this obligation shall be
construed as Conflict of Interest; provided that the restriction herein shall
not apply after a period of 3 (three) years from the completion of this
assignment or to any consulting assignments granted by banks/ lenders at
any time; provided further that this restriction shall not apply to consultancy/
15
advisory services performed for the Authority in continuation of this
Consultancy or to any subsequent consultancy/ advisory services
performed for the Authority in accordance with the rules of the Authority.
For the avoidance of doubt, an entity affiliated with the Consultant shall
include a partner in the Consultant’s firm or a person who holds more than
5% (five per cent) of the subscribed and paid up share capital of the
Consultant, as the case may be, and any Associate thereof. For the
avoidance of doubt, in the event that: (a) an Applicant/ Consultant was a
partner or an employee of another firm, which attracts the provisions
relating to Conflict of Interest hereunder; and (b) was directly or indirectly
associated with any assignment that causes a Conflict of Interest
hereunder, then such expert shall be deemed to suffer from Conflict of
Interest for the purpose hereof.

2.3.5 In the event that the Consultant, its Associates or affiliates are auditors or
financial advisers to any of the bidders for the Project, they shall make a
disclosure to the Authority as soon as any potential conflict comes to their
notice but in no case later than 7 (seven) days from the opening of the RFP
applications for the Project and any breach of this obligation of disclosure
shall be construed as Conflict of Interest. The Authority shall, upon being
notified by the Consultant under this Clause 2.3.5, decide whether it wishes
to terminate this Consultancy or otherwise, and convey its decision to the
Consultant within a period not exceeding 15 (fifteen) days.

2.4 Number of Proposals


No Applicant or its Associate shall submit more than one Application for the
Consultancy. An Applicant applying individually or as an Associate shall not
be entitled to submit another application either individually or as a member
of any consortium, as the case may be.

2.5 Cost of Proposal


The Applicants shall be responsible for all of the costs associated with the
preparation of their Proposals and their participation in the Selection
Process including subsequent negotiation, visits to the Authority, Project
site etc. The Authority will not be responsible or in any way liable for such
costs, regardless of the conduct or outcome of the Selection Process.

2.6 Visit to the Authority and verification of information


Applicants are encouraged to submit their respective Proposals after
visiting the office of the Authority and ascertaining for themselves the
availability of documents and other data with the Authority, Applicable Laws
and regulations or any other matter considered relevant by them.

2.7 Acknowledgement by Applicant


2.7.1 It shall be deemed that by submitting the Proposal, the Applicant has:
16
(a) made a complete and careful examination of the RFP;
(b) received all relevant information requested from the Authority;
(c) accepted the risk of inadequacy, error or mistake in the information
provided in the RFP or furnished by or on behalf of the Authority or
relating to any of the matters referred to in Clause 2.6 above;
(d) satisfied itself about all matters, things and information, including
matters referred to in Clause 2.6 herein above, necessary and
required for submitting an informed Application and performance of all
of its obligations there under;
(e) acknowledged that it does not have a Conflict of Interest; and
(f) agreed to be bound by the undertaking provided by it under and in
terms hereof.

2.7.2 The Authority shall not be liable for any omission, mistake or error in
respect of any of the above or on account of any matter or thing arising out
of or concerning or relating to RFP or the Selection Process, including any
error or mistake therein or in any information or data given by the Authority.

2.8 Right to reject any or all Proposals


2.8.1 Notwithstanding anything contained in this RFP, the Authority reserves the
right to accept or reject any Proposal and to annul the Selection Process
and reject all Proposals, at any time without any liability or any obligation
for such acceptance, rejection or annulment, and without assigning any
reasons thereof.

2.8.2 Without prejudice to the generality of Clause 2.8.1, the Authority reserves
the right to reject any Proposal if:

(a) at any time, a material misrepresentation is made or discovered, or

(b) the Applicant does not provide, within the time specified by the Authority,
the supplemental information sought by the Authority for evaluation of the
Proposal.
Misrepresentation/ improper response by the Applicant may lead to the
disqualification of the Applicant. If the Applicant is the Lead Member of a
consortium, then the entire consortium may be disqualified / rejected. If
such disqualification / rejection occurs after the Proposals have been
opened and the highest ranking Applicant gets disqualified / rejected, then
the Authority reserves the right to consider the next best Applicant, or take
any other measure as may be deemed fit in the sole discretion of the
Authority, including annulment of the Selection Process.

2.9 Integrity Pact


Integrity Pact (IP) shall cover this RFP throughout its various phases, and
IP would be deemed as a part of the contract. The Applicant should sign
17
and submit a ‘Integrity Pact’ to be executed between the Applicant and the
Authority as per the format at Form-12, and shall be submitted along with
the Bid Enclosure in the manner provided in this RFP. IP would be
implemented through the following Independent External Monitor (“IEM”)
for this Bid:

Sri Prem Chand Pankaj,


Ex-CMD, NEEPCO.
M 402, Pioneer Park,
Sectror-61, Golf Course,
Extn. Road, Gurgaon
Mob: 9717433886
Email: prempankaj@gmail.com

B. DOCUMENTS

2.9 Contents of the RFP


2.9.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as
listed below and will additionally include any Addendum / Amendment
issued in accordance with Clause 2.11:

Request for Proposal


I Notice Inviting Online Tender
II Instructions to Applicants for Online Bid Submissions
III Sections
1. Introduction
2. Instructions to Applicants
3. Criteria for Evaluation
4. Fraud and corrupt practices
5. Pre-Proposal Conference
6. Miscellaneous
Schedules
1 Terms of Reference
2 Form of Agreement
Annex-1: Terms of Reference
Annex-2: Deployment of Personnel
Annex-3: Payment Schedule
Annex-4: Bank Guarantee for Performance Security
3 Guidance Note on Conflict of Interest
4 Appendices
Appendix – I.
Technical Proposal
Form 1: Letter of Proposal
Form 2: Particulars of the applicant
Form 3: Statement of Legal Capacity
18
Form 4: Power of Attorney
Form 5: Financial Capacity of Applicant
Form 6: Particulars of Key Personnel
Form 7: Abstract of Eligible Assignments of the Applicant
Form 7A: Abstract of other relevant experience of the Applicant
Form 8: Abstract of Eligible Assignments of Key Personne
Form 8A: Abstract of other relevant experience of Key Personnel
Form 9: Eligible Assignments of Applicant
Form 9A: Other relevant assignments of Applicant
Form 10: Eligible Assignments of Key Personnel
Form 10A: Other relevant assignments of Key Personnel
Form 11: CVs of Professional Personnel
Form 12: Integrity Pact
Form 13: Proposed Deployment Schedule
Form 14: E-Payment Form
Appendix – II – Reference Format of Financial Proposal
Appendix – III – Project Information Memorandum

2.10 Clarifications
2.10.1 Applicants requiring any clarification on the RFP may send their queries to
the Authority in writing before the date mentioned in the Schedule of
Selection Process at Clause 1.3 of I - Notice Inviting Online Tender. The
envelopes shall clearly bear the following identification:

"QUERIES/REQUEST FOR ADDITIONAL INFORMATION CONCERNING


RFP FOR PROVIDING PROJECT MANAGEMENT CONSULTANCY
SERVICES FOR CONSTRUCTION OF MULTIPURPOSE CARGO
HANDLING BERTH (BERTH NO.17) AT NEW MANGALORE PORT.
The Authority shall endeavor to respond to the queries and will post the
reply to all such queries on the E-Tender portal and Official Website
and copies thereof will also be circulated by e-mail to all Applicants
who have purchased the RFP document without identifying the source
of queries.

2.10.2The Authority reserves the right not to respond to any queries or


provide any clarifications, in its sole discretion, and nothing in this
Clause 2.10 shall be construed as obliging the Authority to respond to
any question or to provide any clarification.

2.11 Amendment of RFP

2.11.1 At any time prior to the deadline for submission of Proposal, the Authority
may, for any reason, whether at its own initiative or in response to
clarifications requested by an Applicant, modify the RFP document by the
19
issuance of Addendum/ Amendment and posting it on the E-Tender portal
and Official Website.
2.11.2 In order to afford the Applicants a reasonable time for taking an
amendment into account, or for any other reason, the Authority may, in its
sole discretion, extend the PDD.

C. PREPARATION AND SUBMISSION OF PROPOSAL


2.12 Language
The Proposal with all accompanying documents (the “Documents”) and
all communications in relation to or concerning the Selection Process shall
be in English language and strictly on the forms provided in this RFP. No
supporting document or printed literature shall be submitted with the
Proposal unless specifically asked for and in case any of these Documents
is in another language, it must be accompanied by an accurate translation
of all the relevant passages in English, in which case, for all purposes of
interpretation of the Proposal, the translation in English shall prevail.

2.13 Format and signing of Proposal


2.13.1 The Applicant shall provide all the information sought under this RFP. The
Authority would evaluate only those Proposals that are received in the
specified forms and complete in all respects.

2.13.2 Deleted

2.13.3 The Proposal shall be typed or written in indelible ink and signed by the
authorised signatory of the Applicant who shall initial each page, in blue
ink. In case of printed and published Documents, only the cover shall be
initialed. All the alterations, omissions, additions, or any other amendments
made to the Proposal shall be initialed by the person(s) signing the
Proposal. The Proposals must be properly signed by the authorised
representative (the “Authorised Representative”) as detailed below:

(a) by the proprietor, in case of a proprietary firm; or


(b) by a partner, in case of a partnership firm and/or a limited liability
partnership; or
(c) by a duly authorised person holding the Power of Attorney, in case
of a Limited Company or a corporation; or
(d) by the authorised representative of the Lead Member, in case of
consortium.
A copy of the Power of Attorney certified by a notary public in the form
specified in Appendix-I (Form-4) shall accompany the Proposal (if
required).

2.13.4 Applicants should note the PDD, as specified in Clause 1.3 of I-Notice
Inviting Online Tender, for submission of Proposals. Except as specifically
20
provided in this RFP, no supplementary material will be entertained by the
Authority, and that evaluation will be carried out only on the basis of
Documents received online by the closing time of PDD as specified in
Clause 2.17.1.

2.14 Technical Proposal


2.14.1 Applicants shall submit the technical proposal in the formats at Appendix
(the “Technical Proposal”).

2.14.2 While submitting the Technical Proposal, the Applicant shall, in particular,
ensure that:
(a) all forms are submitted in the prescribed formats and signed by the
prescribed signatories;
(b) power of attorney, if applicable, is executed as per Applicable Laws;
(c) CVs of all Key Personnel have been included;
(d) Key Personnel have been proposed only if they meet the Conditions
of Eligibility laid down at Clause 2.2 of the RFP;
(e) no alternative proposal for any Key Personnel is being made and
only one CV for each position has been furnished;
(f) the CVs have been recently signed and dated, in blue ink by the
respective Personnel and countersigned by the Applicant.
Photocopy or unsigned/countersigned CVs shall be rejected;
(g) the CVs shall contain an undertaking from the respective Key
Personnel about his/her availability for the duration specified in the
RFP;
(h) it contains sealed and signed copy of RFP and addendums if any;
also an undertaking shall be furnished for no change made in RFP
document.
(h) Key Personnel proposed have good working knowledge of English
language;
(i) Key Personnel would be available for the period indicated in the
TOR;
(j) no Key Personnel should have attained the age of 65 years at the
time of submitting the proposal;
(k) Proposed methodology and work plan.
(l) the proposal is responsive in terms of Clause 2.21.3.
(m) the proposal shall include copies of payment made towards EMD
and Tender document fee.

2.14.3 Failure to comply with the requirements spelt out in this Clause 2.14 shall
make the Proposal liable to be rejected.

2.14.4 If an individual Key Personnel makes a false averment regarding his


qualification, experience or other particulars, he shall be liable to be
debarred for any future assignment of the Authority for a period of 3 (three)
21
years. The award of this Consultancy to the Applicant may also be liable to
cancellation in such an event.

2.14.5 The Technical Proposal shall not include any financial information relating
to the Financial Proposal.

2.14.6 The proposed team shall include experts and specialists (the
“Professional Personnel”) in their respective areas of expertise and
managerial/support staff (the “Support Personnel”) such that the
Consultant should be able to complete the Consultancy within the specified
time schedule. The Key Personnel specified in Clause 2.1.3 shall be
included in the proposed team of Professional Personnel. The team shall
comprise other competent and experienced professional personnel in the
relevant areas of expertise (where applicable) as required for successful
completion of this Consultancy. The CV of each such professional
personnel, if any, should also be submitted in the format at Form-11 of
Appendix-I.

2.14.7 Deleted.

2.14.8 The Authority reserves the right to verify all statements, information and
documents, submitted by the Applicant in response to the RFP. Any such
verification or the lack of such verification by the Authority to undertake
such verification shall not relieve the Applicant of its obligations or liabilities
hereunder nor will it affect any rights of the Authority there under.

2.14.9 In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of thereof, that one
or more of the eligibility conditions have not been met by the Applicant or
the Applicant has made material misrepresentation or has given any
materially incorrect or false information, the Applicant shall be disqualified
forthwith if not yet appointed as the Consultant either by issue of the LOA
or entering into of the Agreement, and if the Selected Applicant has
already been issued the LOA or has entered into the Agreement, as the
case may be, the same shall, notwithstanding anything to the contrary
contained therein or in this RFP, be liable to be terminated, by a
communication in writing by the Authority without the Authority being liable
in any manner whatsoever to the Selected Applicant or Consultant, as the
case may be.

In such an event, the Authority shall forfeit and appropriate the


Performance Security, if available, as mutually agreed pre-estimated
compensation and damages payable to the Authority for, inter alia, time,
cost and effort of the Authority, without prejudice to any other right or
remedy that may be available to the Authority.
22
2.15 Financial Proposal

2.15.1 Financial Proposal should be quoted in file available in e- portal only


(website www.eprocure.gov.in/eprocure/app) any indication of ‘Quoted
price’ in the online technical bid documents shall lead to rejection of the bid
outright.

2.15.2 While submitting the Financial Proposal, the Applicant shall ensure the
following:

(i) All the costs associated with the assignment shall be included in the
Financial Proposal. These shall normally cover remuneration for all
the Personnel, additional personnels, telephone/fax, photocopying,
courier and postage, collection, deliveries, stationery, cost of support
staff and counsel fee, stamping agreement, cost towards making 10
sets of complete agreement copies, accommodation, traveling
expenses, equipment, printing of documents, etc. The total amount
indicated in the Financial Proposal shall be without any condition
attached or subject to any assumption, and shall be final and
binding. In case any assumption or condition is indicated in the
Financial Proposal, it shall be considered non-responsive and liable
to be rejected.
(ii) The Financial Proposal shall take into account all expenses and tax
liabilities except GST. Further, all payments shall be subject to
deduction of taxes at source as per Applicable Laws.
(iii) Costs (including break down of costs) shall be expressed in INR.

2.16 Submission of Proposal


Bidders shall submit their bid through E-tenders
https://eprocure.gov.in/cppp/ of CPP.

2.17 Proposal Due Date


2.17.1 Proposal must be uploaded in the website https://eprocure.gov.in/cppp/ not
later than the time and date indicated in the online bid reference.

2.17.2 The Authority may, in its sole discretion, extend the PDD by issuing an
Addendum in accordance with Clause 2.11 uniformly for all Applicants.

2.17.3 Since the bid document is downloaded from web site and uploaded through
e- Tender, the bidder shall give an undertaking that no changes have been
made in document.

2.17.4 For both Technical and Financial evaluation purpose, e-tender only will be
considered. In case the Applicant unable to upload the supporting
23
documents through e-tender mode in case of Technical Proposal only, the
hard copy of the supporting documents submitted before the due date also
considered for technical evaluation.

2.18 Deleted

2.19 Modification/ substitution/ withdrawal of Proposals


2.19.1 The Applicant may modify, substitute or withdraw their tender after
submission by giving notice in writing before the deadline prescribed in
clause 1.3 of I - Notice Inviting online Tender through e-Tender Mode.

2.20 The Applicant, by submitting its Application pursuant to this RFP, shall be
deemed to have acknowledged that without prejudice to the Authority’s any
other right or remedy hereunder or in law or otherwise, the Bid Security
shall be forfeited and appropriated by the Authority as the mutually agreed
pre-estimated compensation and damage payable to the Authority for, inter
alia, time, cost and effort of the Authority in regard to the RFP including the
consideration and evaluation of the Proposal under the following
conditions:
(a) If an Applicant submits a non-responsive Proposal;
(b) If an Applicant engages in any of the Prohibited Practices specified
in Section 4 of this RFP;
(c) If an Applicant withdraws its Proposal during the period of its validity
as specified in this RFP and as extended by the Applicant from time
to time;
(d) In the case of a Selected Applicant, if the Applicant fails to sign the
Agreement or commence the assignment as specified in Clause
2.28 and 2.29 respectively; or
(e) If the Applicant is found to have a Conflict of Interest as specified in
Clause 2.3.

D. EVALUATION PROCESS

2.21 Evaluation of Proposals


2.21.1 Prior to evaluation of Proposals, the Authority will determine whether each
Proposal is responsive to the requirements of the RFP. A Proposal shall be
considered responsive only if:
a. It is received by the Proposal Due Date (PDD) and Time.
b. It is Digitally Signed.
c. It contains the information and documents as required in the RFP
Document.
d. It contains information in formats specified in the RFP Document.
e. It mentions the validity period as set out in the document.
f. It provides the information in reasonable detail. The Port Authority
reserves the right to determine whether the information has been
24
provided in reasonable detail.
g. There are no significant inconsistencies between the proposal and the
supporting documents.
h. The Technical qualification conforms to as specified in the qualification
criteria.
i. It contains sealed and signed copy of RFP document, amendments and
addendum (if any) issued by New Mangalore Port are submitted with
initials on all pages.
j. the EMD and Tender document fee have been paid.

2.21.2 The Authority reserves the right to reject any Proposal which is non-
responsive and no request for alteration, modification, substitution or
withdrawal shall be entertained by the Authority in respect of such
Proposals.

2.21.3 The Authority shall subsequently examine and evaluate Proposals in


accordance with the Selection Process specified at Section 3 of this RFP.

2.21.4 After the technical evaluation, the Authority shall prepare a list of pre-
qualified Applicants in terms of Clause 3.1.1 for opening of their Financial
Proposals. A date, time and venue will be notified to all Applicants for
announcing the result of evaluation and opening of Financial Proposals.
The opening of Financial Proposals will be through E-Tender. The Authority
will not entertain any query or clarification from Applicants who fail to
qualify at any stage of the Selection Process. The financial evaluation and
final ranking of the Proposals shall be carried out in terms of Clauses 3.2
and 3.3

2.21.5 Applicants are advised that Selection shall be entirely at the discretion of
the Authority. Applicants shall be deemed to have understood and agreed
that the Authority shall not be required to provide any explanation or
justification in respect of any aspect of the Selection Process or Selection.
2.21.6 Any information contained in the Proposal shall not in any way be
construed as binding on the Authority, its agents, successors or assigns,
but shall be binding against the Applicant if the Consultancy is
subsequently awarded to it.

2.22 Confidentiality
Information relating to the examination, clarification, evaluation, and
recommendation for the selection of Applicants shall not be disclosed to
any person who is not officially concerned with the process or is not a
retained professional adviser advising the Authority in relation to matters
arising out of, or concerning the Selection Process. The Authority shall treat
all information, submitted as part of the Proposal, in confidence and shall
require all those who have access to such material to treat the same in
25
confidence. The Authority may not divulge any such information unless it is
directed to do so by any statutory entity that has the power under law to
require its disclosure or to enforce or assert any right or privilege of the
statutory entity and/or the Authority or as may be required by law or in
connection with any legal process.

2.23 Clarifications
2.23.1 To facilitate evaluation of Proposals, the Authority may, at its sole
discretion, seek clarifications from any Applicant regarding its Proposal.
Such clarification(s) shall be provided within the time specified by the
Authority for this purpose. Any request for clarification(s) and all
clarification(s) in response thereto shall be in writing.

2.23.2 If an Applicant does not provide clarifications sought under Clause 2.23.1
above within the specified time, its Proposal shall be liable to be rejected.
In case the Proposal is not rejected, the Authority may proceed to evaluate
the Proposal by construing the particulars requiring clarification to the best
of its understanding, and the Applicant shall be barred from subsequently
questioning such interpretation of the Authority.

E. APPOINTMENT OF CONSULTANT

2.24 Negotiations
The Selected Applicant may, if necessary be invited for negotiations. The
negotiations shall generally not be for reducing the price of the Proposal,
but will be for re-confirming the obligations of the Consultant under this
RFP. Issues such a deployment of Key Personnel, understanding of the
Scope of Work, methodology and quality of the work plan shall be
discussed during the negotiations. In case, the Selected Applicant fails to
reconfirm its commitment, the Client reserve the right to designate the next
ranked Applicant as the Selected Applicant and invite it for negotiations.
The Authority will examine the CVs of all other Key Personnel and those
not found suitable shall be replaced by the Applicant to the satisfaction of
the Client.

2.25 Substitution of Key Personnel

2.25.1 The Authority will not normally consider any request of the Selected
Applicant for substitution of Key Personnel, as the ranking of the Applicant
is based on the evaluation of Key Personnel and any change therein may
upset the ranking. Substitution, will, however be permitted if the Key
Personnel is not available for reasons of any incapacity or due to health or
due to conditions beyond the consultants control, subject to equally or
better qualified and experienced personnel being provided to the
satisfaction of the Authority.
26
2.25.2 Notwithstanding to Clauses 2.25.1, since this is a long term contract some
staff turnover in the core team and resource pool is normal. The Consultant
will fill a vacancy with equally qualified and experienced staff immediately.
In cases when a critical vacancy cannot be filled immediately, due to
conditions beyond the consultants control, the consultant will be allowed to
fill the critical vacancy for temporary periods up to 3 months but only with
Authority approval and assessment that the replacement personnel is of
equivalent qualifications. The remuneration payable for such temporary
personnel shall not exceed 90% of the remuneration which would have
been payable for the personnel replaced, for the remaining period. For
avoidance of doubt, the Authority will not consider any staff turnover as the
basis for any project delays – the Consultant is expected to meet every
deliverable due dates, and the project completion milestones as approved
by the Authority.

2.26 Indemnity
The Consultant shall, subject to the provisions of the Agreement, indemnify
the Authority, for an amount not exceeding 3 (three) times the value of the
Agreement, for any direct loss or damage that is caused due to any
deficiency in Services.

2.27 Award of Consultancy


After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate,
by the Authority to the Selected Applicant and the Selected Applicant shall,
within 7 (seven) days of the receipt of the LOA, sign and return the
duplicate copy of the LOA in acknowledgement thereof. In the event the
duplicate copy of the LOA duly signed by the Selected Applicant is not
received by the stipulated date, the Authority may, unless it consents to
extension of time for submission thereof, cancel the LOA and the next
highest ranking Applicant may be considered.

2.28 Execution of Agreement


After acknowledgement of the LOA as aforesaid by the Selected Applicant,
it shall execute the Agreement within 7 (seven) days from the date of issue
of LoA. The Selected Applicant shall not be entitled to seek any deviation in
the Agreement.

The successful Bidder shall prepare and submit agreement format in line
with the draft enclosed to the proposal document. On Approval of the
Authority the agreement shall be signed by both the Bidder and Authority,
after payment of stamp duties as may be necessary by the successful
Bidder. The successful bidder shall also bear the cost for making of 10 sets
of Agreement copies.

27
2.29 Commencement of Assignment
The Consultant shall commence the Consultancy within seven days of the
date of the Agreement, or such other date as may be mutually agreed. If
the Consultant fails to either sign the Agreement as specified in Clause
2.28 or commence the assignment as specified herein, the Authority may
invite the second ranked Applicant for negotiations. In such an event, the
LOA or the Agreement, as the case may be, may be cancelled /terminated.

2.30 Proprietary data


Subject to the provisions of Clause 2.22, all documents and other
information provided by the Authority or submitted by an Applicant to the
Authority shall remain or become the property of the Authority. Applicants
and the Consultant, as the case may be, are to treat all information as
strictly confidential. The Authority will not return any Proposal or any
information related thereto. All information collected, analysed, processed
or in whatever manner provided by the Consultant to the Authority in
relation to the Consultancy shall be the property of the Authority.

28
2. CRITERIA FOR EVALUATION

3.1 Evaluation of Technical Proposals


3.1.1 In the first stage, the Technical Proposal will be evaluated on the basis of
Applicant’s experience, the experience of Key Personnel and proposed
methodology and Work Plan. Only those Applicants whose Technical
Proposals score 70 points or more out of 100 shall be qualified for further
consideration, and shall ranked from highest to the lowest on the basis of
their technical score (ST).

3.1.2 Each Key Personnel must score a minimum of 70% marks except as
provided herein. A Proposal shall be rejected if the Team Leader scores
less than 70 marks or any two of the remaining Key personnel scores less
than 70% marks. In case of selected Applicant has one Key Personnel,
other than Team leader, who scores less than 70% marks, he would have
to be replaced during negotiations, with a better candidate who, in the
opinion of the Authority, would score 70 % or above.

3.1.3 The scoring criteria to be used for evaluation shall be as follows.

Item Parameter Max. Criteria Scoring


Code Marks
I Relevant 20
Experience of the
Applicant
A Technical Capacity – 8 One completed project 8.00
Eligible Assignments costing Rs.170.40 Crore
undertaken by the and above
Applicant over the
past 7 (Seven) years Or
preceding to PDD Two completed projects
costing Rs.106.50 Crore
Or
Three completed
projects costing
Rs.85.20 Crore
B Overall turnover of 8 Rs.1.30 Crore and 8.00
the firm above

3.1.1 & Proposed 4 Evaluation based on 4.00


2.14.2 Methodology and quality of submission
(k) works plan

29
C&D Relevant 80
Experience of the
Key Personnel
i Team Leader 20
i. Length / status of 5 Permanent and more 5.00
Association with Firm than 7 years or an
Independent Expert with
more than 10 years
experience.
Permanent with more 4.25
than 5 years or an
Independent Expert with
more than 7 years
experience.
Permanent with more 3.50
than 2 year or an
Independent Expert with
more than 5 years
experience.
ii. Qualification 5 Master 5.00
Bachelor 3.50
iii. Total Work 5 More than 20yrs 5.00
Experience 16-20 yrs 4.25
15 yrs 3.50
iv. Adequacy in 5 More than 7 Projects 5.00
Assignment /Job 7 projects 4.25
Experience in 5 projects 3.50
carrying out Eligible
assignment
ii Marine Structure 15
Expert
i. Length / status of 5.0 Permanent and more 5.00
Association with Firm than 7 years or an
Independent Expert with
more than 10 years
experience.
Permanent with more 4.25
than 5 years or an
Independent Expert with
more than 7 years
experience.

30
Permanent with more 3.50
than 2 year or an
Independent Expert with
more than 5 years
experience.
ii. Qualification 3.0 Master 3.00
Bachelor 2.10
iii. Total Work 4.0 More than 20yrs 4.00
Experience 16-20 yrs 3.40
15 yrs 2.80
iv. Adequacy in 3.0 More than 7 Projects 3.00
Assignment /Job 7 projects 2.55
Experience in 5 projects 2.10
carrying out Eligible
assignment
iii Resident Engineer 15
i. Length / status of 5.0 Permanent and more 5.00
Association with Firm than 7 years or an
Independent Expert with
more than 10 years
experience.
Permanent with more 4.25
than 5 years or an
Independent Expert with
more than 7 years
experience.
Permanent with more 3.50
than 2 year or an
Independent Expert with
more than 5 years
experience.
ii. Qualification 3.0 Master 3.00
Bachelor 2.10
iii. Total Work 4.0 More than 20yrs 4.00
Experience 16-20 yrs 3.40
15 yrs 2.80
iv. Adequacy in 3.0 More than 7 Projects 3.00
Assignment /Job 7 projects 2.55
Experience in 5 projects 2.10
carrying out Eligible
assignment

31
iv Asst. Resident 15
Engineer-1
i. Length / status of 5.0 Permanent and more 5.00
Association with Firm than 7 years or an
Independent Expert with
more than 10 years
experience.
Permanent with more 4.25
than 5 years or an
Independent Expert with
more than 7 years
experience.
Permanent with more 3.50
than 2 year or an
Independent Expert with
more than 5 years
experience.
ii. Qualification 3.0 Master 3.00
Bachelor 2.10
iii. Total Work 4.0 more than 15 yrs 4.00
Experience 11-15 yrs 3.40
10 yrs 2.80
iv. Adequacy in 3.0 More than 5 Projects 3.00
Assignment /Job 5 projects 2.55
Experience in 3 projects 2.10
carrying out Eligible
assignment
v. Asst. Resident 15
Engineer-2
i. Length / status of 5.0 Permanent and more 5
Association with Firm than 7 years or an
Independent Expert with
more than 10 years
experience.
Permanent with more 4.25
than 5 years or an
Independent Expert with
more than 7 years
experience.
Permanent with more 3.5
than 2 year or an
Independent Expert with
more than 5 years
experience.
ii. Qualification 3.0 Master 3.00

32
Bachelor 2.10
iii. Total Work 4.0 more than 15 yrs 4.00
Experience
11-15 yrs 3.40
10 yrs 2.80
iv. Adequacy in 3.0 More than 5 Projects 3.00
Assignment /Job 5 projects 2.55
Experience in 3 projects 2.10
carrying out Eligible
assignment

3.1.4 Eligible Assignments


For the purpose of determining Conditions of Eligibility and for evaluating
the Proposals under this RFP, Project Management Consultancy
assignments for the following projects shall be deemed as eligible
assignments (the “Eligible Assignments”):
PMC contracts for Development of Port Infrastructure such as Construction
of Berths & Jetties having an Estimated capital cost (excluding land) of
atleast Rs. 85.20 crore (Rupees Eighty Five Crore and Twenty Lakhs only)
in case of a project in India, and US $ 11.36 million (US Dollar Eleven point
Three Six million) for projects elsewhere; for three completed projects.
Or
Estimated capital cost (excluding land) of atleast Rs. 106.50 Crore
(Rupees Hundred and Six Crore and Fifty Lakhs only) in case of a project
in India, and US $ 14.2 million (US Dollar Fourteen point Two million) for
projects elsewhere; for two completed projects.
Or
Estimated capital cost (excluding land) of atleast Rs. 170.40 Crore
(Rupees One Hundred and Seventy Crores and Forty Lakhs only) in case
of a project in India, and US $ 22.72 million (US Dollar Twenty Two point
Seven Two million) for projects elsewhere; for one completed project.

3.2 Evaluation of Financial Proposal


3.2.1 In the second stage, the financial evaluation will be carried out as per this
Clause 3.2. Each Financial Proposal will be assigned a financial score (SF)
as specified in Clause 3.2.3.
3.2.2 For financial evaluation, the total cost (excluding GST) indicated in the
Financial Proposal will be considered.
3.2.3 The Authority will determine whether the Financial Proposals are complete,
unqualified and unconditional. The cost indicated in the Financial Proposal
shall be deemed as final and reflecting the total cost of services.
Omissions, if any, in costing any item shall not entitle the Consultant to be
compensated and the liability to fulfil its obligations as per the TOR within
the total quoted price shall be that of the Consultant. The lowest Financial
33
Proposal (FM) will be given a financial score (SF) of 100 points. The
financial scores of other proposals will be computed as follows:
SF = 100 x FM/F
(F = amount of Financial Proposal)

3.3 Combined and Final Evaluation


3.3.1 Proposals will finally be ranked according to their combined technical (ST)
and financial (SF) scores as follows:

S = ST x T w + S F x F w
Where, Tw and Fw are weights assigned to Technical Proposal and
Financial Proposal that shall be 0.8 and 0.2 respectively.

3.4.2 The Selected Applicant shall be the Applicant having the highest combined
score. The second highest Applicant shall be kept in reserve and may be
invited in its discretion for negotiations in case the first-ranked Applicant
withdraws, or fails to comply with the requirements specified in Clauses
2.28 and 2.29, as the case may be.

4. FRAUD AND CORRUPT PRACTICES

4.1 The Applicants and their respective officers, employees, agents and
advisers shall observe the highest standard of ethics during the Selection
Process. Notwithstanding anything to the contrary contained in this RFP,
the Authority shall reject a Proposal without being liable in any manner
whatsoever to the Applicant, if it determines that the Applicant has, directly
or indirectly or through an agent, engaged in corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice
(collectively the “Prohibited Practices”) in the Selection Process. In such an
event, the Authority shall, without prejudice to its any other rights or
remedies, forfeit and appropriate the Performance Security, if available, as
mutually agreed genuine pre-estimated compensation and damages
payable to the Authority for, inter alia, time, cost and effort of the Authority,
in regard to the RFP, including consideration and evaluation of such
Applicant’s Proposal.
4.2 Without prejudice to the rights of the Authority under Clause 4.1
hereinabove and the rights and remedies which the Authority may have
under the LOA or the Agreement, if an Applicant or Consultant, as the case
may be, is found by the Authority to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice during the
Selection Process, or after the issue of the LOA or the execution of the
Agreement, such Applicant or Consultant shall not be eligible to participate
in any tender or RFP issued by the Authority during a period of 2 (two)
34
years from the date such Applicant or Consultant, as the case may be, is
found by the Authority to have directly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as the case may be.

4.3 For the purposes of this Clause, the following terms shall have the meaning
hereinafter respectively assigned to them:

(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the action of any
person connected with the Selection Process (for avoidance of doubt,
offering of employment to or employing or engaging in any manner
whatsoever, directly or indirectly, any official of the Authority who is or has
been associated in any manner, directly or indirectly with the Selection
Process or the LOA or has dealt with matters concerning the Agreement or
arising there from, before or after the execution thereof, at any time prior to
the expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the Authority, shall be deemed to
constitute influencing the actions of a person connected with the Selection
Process; or (ii) save as provided herein, engaging in any manner
whatsoever, whether during the Selection Process or after the issue of the
LOA or after the execution of the Agreement, as the case may be, any
person in respect of any matter relating to the Project or the LOA or the
Agreement, who at any time has been or is a legal, financial or technical
consultant/ adviser of the Authority in relation to any matter concerning the
Project;

(b) “fraudulent practice” means a misrepresentation or omission of facts or


disclosure of incomplete facts, in order to influence the Selection Process;

(c) “coercive practice” means impairing or harming or threatening to impair or


harm, directly or indirectly, any persons or property to influence any person’s
participation or action in the Selection Process;

(d) “undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by the Authority with the objective
of canvassing, lobbying or in any manner influencing or attempting to
influence the Selection Process; or (ii) having a Conflict of Interest; and

(e) “restrictive practice” means forming a cartel or arriving at any understanding


or arrangement among Applicants with the objective of restricting or
manipulating a full and fair competition in the Selection Process.

35
5. PRE-PROPOSAL CONFERENCE

5.1 Pre-Proposal Conference of the Applicants shall be convened at the


designated date, time and place. Only those Applicants who have
purchased the RFP document or downloaded the same from the Official
Website of the Authority, shall be allowed to participate in the Pre-Proposal
Conference. A maximum of two representatives of each Applicant shall be
allowed to participate on production of an authority letter from the
Applicant.

5.2 During the course of Pre-Proposal Conference, the Applicants will be free
to seek clarifications and make suggestions for consideration of the
Authority. The Authority shall endeavour to provide clarifications and such
further information as it may, in its sole discretion, consider appropriate for
facilitating a fair, transparent and competitive Selection Process.

6. MISCELLANEOUS

6.1 The Selection Process shall be governed by, and construed in accordance
with, the laws of India and the Courts at Mangalore shall have exclusive
jurisdiction over all disputes arising under, pursuant to and/or in connection
with the Selection Process.

6.2 The Authority, in its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to:

(a) suspend and/or cancel the Selection Process and/or amend and/or
supplement the Selection Process or modify the dates or other terms
and conditions relating thereto;
(b) consult with any Applicant in order to receive clarification or further
information;
(c) retain any information and/or evidence submitted to the Authority by,
on behalf of and/or in relation to any Applicant; and/or
(d) independently verify, disqualify, reject and/or accept any and all
submissions or other information and/or evidence submitted by or on
behalf of any Applicant.
6.3 It shall be deemed that by submitting the Proposal, the Applicant agrees
and releases the Authority, its employees, agents and advisers,
irrevocably, unconditionally, fully and finally from any and all liability for
claims, losses, damages, costs, expenses or liabilities in any way related to
or arising from the exercise of any rights and/or performance of any
obligations hereunder, pursuant hereto and/or in connection herewith and
waives any and all rights and/or claims it may have in this respect, whether
actual or contingent, whether present or future.

36
6.4 All documents and other information supplied by the Authority or submitted
by an Applicant shall remain or become, as the case may be, the property
of the Authority. The Authority will not return any submissions made
hereunder. Applicants are required to treat all such documents and
information as strictly confidential.

6.5 The Authority reserves the right to make inquiries with any of the clients
listed by the Applicants in their previous experience record.

37
SCHEDULES

SCHEDULE – 1
Terms of Reference

RFP FOR PROVIDING PROJECT MANAGEMENT CONSULTANCY SERVICES


FORDEVELOPMENT OF MULTIPURPOSE CARGO BERTH (BERTH NO.17) AT
NEW MANGALORE PORT.”

38
TERMS OF REFERENCE (TOR)

1.1 Objectives of assignment


The aim of this consultancy service is to provide qualitative technical and
administrative services for implementation and management of the
construction of Berth No.17.

1.2 Project Management Consultant Framework


The main features of Project Management Consultant Framework
formulated for the execution of the proposed project construction of Berth
No.17 are:

i. The Board of Members of the Major Port Authority of New Mangalore Port
(NMPA) acting through its Chairman, Chief Engineer (Civil), of the Port or
any other Officers so nominated will administer the project.

ii. To administer the Contracts under the Project, NMP will be the contractual
Authority and Chief Engineer (Civil) will act on behalf of the ‘Authority’.

iii. The Consultant shall be the ‘Engineer’ for the project. The “Engineer for the
Project” shall make the necessary measurements and control the quality of
works and shall make all engineering decisions required during the
implementation of the Contract. However, the Engineer shall seek prior
approval of the Authority with regard to the following:
a. Variation order with financial implications.
b. Variations in work quantities which attract for fixation of rates.
c. Sanction of additional items, sums or costs and variations of rates
and prices.
d. Approve the subletting of any part of works
e. Approve any extension of contractual time limits
f. Stopping and/or termination of the Contract for Works

1.3 Scope of consultancy services


The scope of project management consultancy services shall include but
not necessarily be limited to the following activities:-

1.3.1 Detailed Engineering and Administration


a) Consultant shall study the relevant reports on various studies available with
the Authority.
b) Consultants shall prepare tender document which includes estimate,
tender, Bill of Quantities, Layout and GA drawings, specifications,
prequalification criteria, notice inviting EPC tenders and finalization of
tender document for the execution of Construction of Berth No.17.The DPR
prepared by M/s. NTCPWC with respect to the said project along with DBR
has to be considered.
39
Consultants shall, on behalf and in consultation with the Authority, invite
bids for the execution of the construction of Berth No.17 project, thereafter
on receipt of the bids, consultants shall scrutinize, and evaluate the bids in
line with the tender conditions and submit detailed report with specific
recommendations for the relevant approval for the award of work.
c) Consultant shall identify the various elements of work, their
interdependencies and reviewing of action plan submitted by the contractor
in line with Authority’s requirement.
d) Consultant shall scrutinize the construction methods and activity proposed
by the EPC contractor, keeping in view the construction plan to ensure that
these are satisfactory with particular reference to the technical
requirements, project implementation schedule and environmental aspect
as well as safety of works, personnel and the general public.
e) Consultant shall review the detailed implementation methodology
submitted by the contractor including but not limited to, co-ordination
procedure with Authority and EPC contractor/vender.
f) To administer and manage the project.
g) Scrutinize the Contractor’s detailed work programme, suggest
modifications, if any, in the work programme after a careful study keeping
in view the overall interest of the project and recommend the same for
approval of the Authority.
h) Scrutinize Contractor’s superintendence, personnel and suggest
modifications, if any.
i) Initiate advance actions for handing over of site and timely issue of
drawings.
j) Actual setting out data and issue the same for execution.
k) Assist contractor in liasoning and coordinating with the local authorities.
l) Scrutinize and approve the Contractors charts and drawings as required for
execution.
m) Certify, the design basis report/detail engineering report, structural designs
and as executed drawings/charts for each component furnished by the
contractor.
n) The consultant shall provide technical assistance and furnish information
as may be required by the Authority in connection with audit comments and
queries from Central Vigilance Commission, Government of India and any
other statutory bodies etc.
o) Consultants shall Prepare and monitor Project network, bar/gantt chart,
monthly progress report format etc. Consultant shall provide assistance for
obtaining necessary clearances from the Government of India, Govt. of
Karnataka and any other statutory bodies if any.
p) A Revised Cost estimate (RCE) is required to be prepared by the
consultant, if the expenditure on a project is likely to exceed the sanctioned
estimate (SE) by the NMPA/ Govt. for it by more than 10%.

40
The revised estimate is required to contain the following analysis.
a) Variation between RCE & SE for each sub-head of SE.
b) Break up of each variation into –
1. Change in the scope of work (variation in quantities or quality).
2. Additional items of work.
3. Increase in the prices of labour and material.
4. An explanation for each variation.
c) Any other Analysis as required for obtaining NMPA / Govt. approval.

1.3.2 Man power deployment Schedule


The implementation of the Projects shall be scheduled so as to complete
the work in all respect within the time schedule. The composition and
duration for the Supervision Services for the Supervision Team will be as
per the Table given below

Sl. Description No. of Estimated Estimated


No. persons person days minimum man
per month month

1 Resident Engineer 01 1X26 = 26 1X26 = 26

2 Asst. Resident Engineer 02 2X26 = 52 2X26 = 52

Note:
(i) Minimum number and man months of key personnel to be
deployed of the assignment are mentioned in the above table.
(ii) Consultant shall deploy additional key personnel and other
support staff for effective and efficient execution of the
assignment as per the TOR.
(iii) Deployment of staff at site shall be made with prior approval of
Authority.
(iv) Above mention requirements are tentatively assessed. In case
progress of work demands additional personnel to cope with
the situation, Consultants have to deploy additional personnel
for supervision and same will be paid extra as per the rate
quoted.
(v) The man months indicated in the BOQ No 2 is based on the
present requirements, and the same schedule will increase/
decrease during execution based on the site condition. However
the total percentage variation amount is +/- 20% of the quoted
amount.

41
The above stated personnel are the requirements during execution of
construction work when work commence. However, the requirement of
officials/experts and staff during preparation of detailed estimates,
drawings, inviting tenders, scrutiny and evaluation of tenders including its
recommendations, etc., as per the Terms of Reference shall be assessed
and engaged by consultants provided that there should not be any delay in
scheduled programme at any point of time due to shortage of personnel.
Any external/internal experts as and when required for tackling technical /
environmental / legal matter, same have to be arranged by consultant at no
extra cost.

1.3.3 Construction Supervision:


The construction Supervision shall be as follows.
i. carry out detailed checking and verification of the setting-out data
available in DPR and in possession of Authority like bathymetric charts,
seismic profiles, soil investigation reports and model studies reports to
ensure conformity with the working drawings for execution.

ii. review and approve the drawings furnished by the contractor along with
the supporting data, based on geotechnical, hydrographic, bathymetric
reports, characteristics of materials from borrow areas and quarry sites,
topographic surveys to the Authority and the Contractor within 15
(fifteen) days of receipt of such drawings. In particular, such comments
shall specify the conformity or otherwise of such Drawings with the
Scope of the Project and Specifications and Standards.

iii. review any revised Drawings sent by the Contractor and furnish its
comments within 10 (ten) days of receiving such Drawings.

iv. review the methodology proposed to be adopted by the Contractor for


executing the Works, and convey its comments to the Contractor within
a period of 10 (ten) days from the date of receipt of the proposed
methodology from the Contractor.

v. review the monthly progress report furnished by the Contractor and send
its comments thereon to the Authority and the Contractor within 7
(seven) days of receipt of such report.

vi. inspect the Construction Works and the Project and shall submit a
monthly Inspection Report bringing out the results of inspections and the
remedial action taken by the Contractor in respect of Defects or
deficiencies. In particular, the Consultant shall include in its Inspection
Report, the compliance of the recommendations made by the Safety
Consultant.
42
vii. Carry out regular inspection of the Contractor’s equipment, plant,
machinery, installations, housing, medical facilities etc and ensure they
are adequate and are in accordance with the terms and conditions of the
Contract in respect all complying with statutory requirements pertain to
construction, labour, insurance and any other requirements imposed by
the statutory bodies time to time.

viii. Direct the Contractor to carry out all such works or to do all such things
as may be necessary to avoid or to reduce the risk in case of any
emergency affecting the safety of life or of the works or of the adjoining
property and advise the Authority thereof as soon thereafter as is
reasonably practicable.

ix. in the event that the Contractor fails to achieve any of the Milestones,
the Consultant shall undertake a review of the progress of construction
and identify potential delays, if any. If the Consultant shall determine that
completion of the Project is not feasible within the time specified in the
Agreement, it shall require the Contractor to indicate within 15 (fifteen)
days the steps proposed to be taken to expedite progress, and the
period within which the Project Completion Date shall be achieved. Upon
receipt of a report from the Contractor, the Consultant shall review the
same and send its comments to the Authority and the Contractor
forthwith.

x. Supervise the Contractor in all matters concerning safety and care of the
work including environmental aspects and labour welfare.

xi. Inspect the Works on substantial Completion before taking over and
indicate to the Chief Engineer any outstanding work to be carried out by
the Contractor before issue of completion certificate by the Authority.

xii. Construction of berths, dredging and reclamation activity during


construction shall be closely monitored. Checking and ensuring
unwanted dredged soil is being dumped at designated dumping grounds.

xiii. On completion of Construction work, before issuing of completion


certificate to the Contractor, consultant shall provide to the Authority,
photographs, detailed design calculations, as built drawings and facilitate
the contractor in obtaining certificate from Authority in respect of
satisfactory completion of work.

1.3.4 Testing of Material and works:


i. review the Quality Assurance Plan submitted by the Contractor and shall
convey its comments to the Contractor within a period of 21 (twenty-one)
43
days stating the modifications, if any, required thereto. The sampling
methods and the acceptance criteria shall be as per the
Indian/international standards/practices.

ii. Inspect the performance of works with regard to workmanship and


compliance with the specifications, order/supervise/perform tests on
materials and/or work and approve/disapprove the Contractor’s plant
and equipment.

iii. Associate with the work tests being carried out by the Contractor and
undertake additional tests as necessary to assess the nature of material.

iv. Carry out comprehensive technical supervision of the works to ensure


their quality and conformity with the standards and specifications as per
contract. In addition to assessing and checking the laboratory and field
tests carried out by the Contractor, the Consultants shall carry out
independent tests as necessary to establish their nature of material.

v. Maintain a permanent record of all measurements for the work quantities


to be paid for and the results of all tests carried out for monitoring the
quality of works.

vi. shall conduct the pre-construction review of manufacturer’s test reports


and standard samples of manufactured Materials, and such other
Materials as the Consultant may require.

vii. Consultant shall test check at least 20 (twenty) percent of the quantity or
number of tests prescribed for each category or type of test for quality
control by the Contractor.

viii. the criteria for acceptance/ rejection of their results shall be determined
by the Authority’s Engineer in accordance with the Quality Control
Manuals. The tests shall be undertaken on a random sample basis and
shall be in addition to, and independent of, the tests that may be carried
out by the Contractor for its own quality assurance in accordance with
Good Industry Practice.

ix. in the event that results of any tests conducted establish any Defects or
deficiencies in the Works, the Consultant shall require the Contractor to
carry out remedial measures.

x. shall obtain from the Contractor a copy of all the Contractor’s quality
control records and documents before the Completion Certificate is
issued.

44
1.3.5 Measurement and Payment:

i. Measurement of all civil and concrete works shall be as per Bureau of


Indian Standard Specifications, which are vogue in practice.

ii. With regard to the dredging, Identification of the strata dredged and
associating with the test of soil and rock samples being carried out by
contractor at approved laboratories.

iii. Associate with hydrographic survey being carried out by contractor for
the field measurement of completed works and quantities of materials
incorporated in the work and maintain up-to-date book containing such
computations.

iv. Maintain upto date records of remaining quantities in the work and
monitor the expected project cost based upon the remaining quantities.
General records of all labour, insurances, labour licenses, security
passes issued for the contractor's workers, wage rates paid by the
contractor shall be maintained.

v. Check and certify all requests for advances, all monthly bills, interim
bills, escalation bills and final bill of the contractor.

vi. scrutinize and advise Authority upon the claims raised by the contractor
if any

vii. Advise Authority during arbitration proceedings if any

viii. Plan and monitor expected payment schedule for the entire project for
arrangement of cash flow from Authority in order to avoid hindrance to
the project.

1.3.6 Progress of Work:

i. Implement a system for monitoring the progress of work based on the


computer based project management techniques.

ii. Systematically check the progress of work and order the initiations of
work which is the part of the contract.

iii. Maintain up-to-date status of all the various activities and other allied
works against the original schedule for completion of work.

xi. Shall investigate and initiate early actions with regard to the delays in the
execution of works. The Team Leader of the Consultants’ Supervision
45
Team shall explain in his monthly progress and special reports the
reasons for delays and explain the actions to be taken/already taken to
correct the situation. All reports prepared by the Consultants’ Team shall
be objective and shall substantiate any event/recommendation with
factual data and information. The Progress Reports shall contain the
pertinent data and chart form and shall clearly bring out the comparison
between the projected and the actual work done using “S” curves and/or
any other widely accepted superior methods of representation.

1.4 Facilities to be provided by the Consultant & the Authority.

1.4.1 Facilities to be provided by the consultant


The Consultants shall make their own arrangements for transport (vehicle)
at the project site. The Consultants shall also provide at their own cost all
facilities, equipment (engineering and office), transport, supplies, computer
hardware and peripherals, computer software, communication system
(telephone, fax, e-mail/Internet) and support staff which they consider to
carry out the Services. After completion of the Service, all such articles
deployed by the Consultant shall remain as their property.

1.4.2 The Consultant is allowed to obtain following facilities/Services for site from
the contractor by making provision in tender.
i. Provision of furnished temporary site office along with the upkeeps, to
be shared with the Authority.
ii. Computer with printer (2nos)
iii. One Xerox machine
iv. 2 nos. four wheeler for transport (for Authority and Consultant)

1.4.3 Facilities to be provided by the Authority


The Authority shall make available to the consultant temporary office
accommodation anywhere in the Authority’s estate free till establishment of
site office.

1.5 Reports

1.5.1 Reports to be submitted upto the Award of contract works


The various reports and documents (as well as in soft copy) shall be
submitted in accordance with the schedule as set forth below:-
1. Inception Report: 5 copies
2. Preliminary/Tender Estimate and General arrangement drawings
3. In respect of each contract packages:
a. Draft EPC tender documents – 5 copies
b. Final tender documents and set of tender drawings – 20 copies
c. Tender evaluation report(s) (Technical & financial bids – 10 Copies
separately for two cover system).
46
1.5.2 Reports to be submitted during the supervision stage
All reports and documents prepared by the Consultants for supervision shall
be professional, precise and objective. The report formats shall be finalised
in Consultation with the Authority officials. The Consultants shall provide
three copies/sets each of the following reports to the Authority:
a. Commencement Report within 30 days after commencement of
works,
b. Construction Supervision Manual within 30 days after
Commencement of works;
c. Quality Assurance (QA) Document within 30 days after
Commencement of works;
d. Monthly Progress Report by the 10th day of every month;
e. Quarterly Progress Report by the 10th day of the month of
submission; and,
f. Final Report at the completion of services.
1.5.3 The Commencement Report shall contain the details of all meetings held
with the Authority and the Contractor and decisions taken therein, the
resources mobilised by the Consultants as well as the Contractor and the
Consultants’ perception in the management and supervision of the project.
The report shall also include the Master Work Programme and Resource
Mobilisation for the Project.

1.5.4 The Progress Reports (Monthly and Quarterly) shall contain details of all
meetings, decisions taken therein, mobilisation of resources (Consultants’
and the Contractors’), physical and financial progress and the projected
progress for the forthcoming periods. The Report shall clearly bring out the
delays, if any reasons for such delay(s) and the recommendations for
corrective measures. The Report shall also contain the performance data
for Contractor’s plant and equipment. The broad scope of progress
reporting is as given under:-

a) Report on progress of work for each activity stating:


 percentage progress of the activity
 deviation from the schedule
 status of the activity (critical, sub-critical, non-critical);
 cash-flow for each item of works as well as for the total project;
 monthly summary of percentage progress; and,
 monthly summary of cash flow

b) Projections
 monthly projections of percentage progress; and,
 monthly projections for cash-flow

47
c) Critical Activity
 report on the progress and status of critical activities;
 change of status from non/sub-critical to critical activity due to
slippage;
 statement on slippage and remedial actions taken; and
 effectiveness of the remedial action(s) taken in the previous month.

1.6 Responsibilities of Key personnel

The Consultants shall ensure that at all times during the Consultants
performance of the Services all key personnel’s acceptable to the Authority,
shall take charge of the performance of such Services.

Team Leader:
He shall be responsible for the overall performance and administration of
the Consultant’s Team. He will be responsible for planning of various
facilities for construction of berths /jetties including both design reviews and
supervise the site management.
The major tasks for the Team leader shall include but not limited to the
following:
1. Review and approve detailed drawings submitted by the contractor.
2. Review and approve the working or drawings pertaining to
temporary works prepared by the contractor.

Marine Structure Expert :


He shall be responsible for the review and approval of design and drawings
pertaining to marine structures. He will be reporting directly to Team
Leader.

Resident Engineer:
He shall be responsible for the overall performance and administration of
the Consultant’s Team at the Project Site. The Resident Engineer will also
act as the Engineer’s Representative and shall be overall in-charge for the
Consultant’s Supervision team for the entire project.

The major tasks for the Resident Engineer shall include but not limited to
the following:
1. Establishment of Site offices and assist in establishment of
Laboratories;
2. Assist the Authority with the Review of the Contractors’ securities,
insurance and safety plans;
3. scrutiny of the Contractor’s work programme, and scheme for the
deployment of plant, equipment and machinery for approval of the
General Manager (Operations);
4. assist the Authority/ Chief Engineer (Civil) in the interpretation of
48
provisions in the Contract documents and technical specification;
5. assist the Authority/ Chief Engineer (Civil) in handing over the site and
issuing order to commence the works;
6. liasioning with the local authorities for shifting of utilities wherever
required;
7. Regular Supervision of works
8. Evolve and implement Quantity and Quality control procedures
9. evolve criteria for the acceptance of works;
10. prepare and issue variation orders after the approval of the Authority;
11. evolve criteria for the acceptance of works;
12. prepare and issue variation orders after the approval of the Authority;
13. assist the Authority in the evaluation of Contractor’s claims;
14. verify and certify Contractor’s Interim Certificates and bills for
approval of the Engineer –in – charge of the project
15. assist the Chief Engineer (Civil) in monitoring Physical and Financial
Progress of the works;
16. prepare quarterly project budgets and estimates;
17. assist NMPA in conducting monthly progress meetings;
18. compile monthly progress reports and prepare Quarterly Reports;
19. strictly monitor the progress of work for timely completion of the
project.
20. verify and certify Contractor's Statements at completion;
21. prepare Project Completion Report;
22. time schedule and management of Team’s resources; and
23. advising the Authority / Chief Engineer (Civil) in all matter related to
the progress of works, with particular reference to delays, possible
reasons and mitigating measures.

Asst. Resident Engineer :


He shall assist the Resident Engineer in day to day work and report
directly to the Resident Engineer. Ensure performance of the work in strict
accordance with the drawings, plans and specifications. Maintain a
detailed diary of the day work activities, issues, work approved or rejected,
hours of operation, labour and equipment used, etc. Coordinate with the
Contractor's in charge of the work on a frequent basis to ensure that no
issues are encountered. Coordinate with the discipline Engineers to
ensure that the relevant sections of works are managed, supervised and
inspected correctly. Review and comment appropriately to RFI's as
received from the Contractor, when directed by the Resident Engineer.
Review and comment appropriately to RFA's as received from the
Contractor, when directed by the Resident Engineer. Report to the
Resident Engineer any failure of the Contractor to conform to drawings,
plans and specifications and to provide good workmanship. Review and
comment appropriately to drawings received from the Contractor, when
directed by the Resident Engineer. Ensure that the works are being
49
constructed to the latest construction and shop drawings. Liaise with the
design office Engineer(s) when required. Assist the Resident Engineer in
monitoring the Contractor’s progress of the works. Ensure that works are
compliant with the Contractor's HSE plans at all times.

1.7 Payment to the Consultants


In consideration of the Services performed by the Consultants under this
Contract, the New Mangalore Port shall make to the Consultants eligible
payments and in such manner as is provided by clause 1.7.1 of this
Contract. Payment shall be made to the Bank directly as per the details
given in Form-14, E-Payment form of this tender document.

1.7.1 Remuneration towards Performance of Assignment by the Consultant


1. The Authority shall pay consultancy fees in Indian Rupees only as per
terms and conditions of accepted "Financial Proposal" against invoices
of the Consultant.
2. The monthly payment will be made @ 90% of the accepted man month
rates as per actual deployment of Personnel duly certified by Authority
or his representative.
3. Balance 10% will be released proportionately to the average financial
progress of the construction contract for which Consultant has been
appointed.
4. In case of contract extended due to reasons attributed to PMC
consultant, the payment per month in the extended period shall not be
made; however, entire staff as per requirement decided by the Authority
to complete the work shall continue to be provided by PMC. The part of
the money held back attributed to financial progress of work will
continue to be released based on actual financial progress of work. In
case consultant fails to deploy such personnel the equivalent amount
will be recovered from performance security deposit or any other sums
due to the consultants.
5. In the event of termination of construction contract or removal of
contractor, no further payment beyond 15 days shall be made to the
Consultant, till it is decided by the Authority, if the services of the
Consultant/personnel are required and in which case the entire situation
shall be reviewed including further deployment of consultant’s staff etc.
6. Remuneration shall be determined on the basis of time spent by the
personnel listed in the Staffing Schedule in performance of the Services
after the Effective Date at the rates specified in "Financial Proposal", in
respect of the personnel.
7. Remuneration for periods of less than one month shall be calculated on
a calendar day basis for the time spent in the field for part of the month.
The personnel shall not be entitled to be paid for overtime nor to take
paid sick leave or vacation leave. The Consultant’s remuneration shall
be deemed to cover these items. Any taking of leave by personnel shall
50
be subject to the prior approval of the Authority and the Consultant shall
ensure that absence for leave purpose will not delay the progress and
adequate supervision of the Services. The period for which the
Consultant’s personnel will be on leave shall not be charged on the bill
and the bill must be accompanied with the attendance record for the
period. The work of the personnel of the Consultants will have to be
adjusted for proper supervision at all times when the work is in
progress, without any over time according to the requirement at site. If
any person of consultant is on a continuous leave exceeding 7 days,
suitable substitute person shall be arranged for the leave period. The
substitute person should be equal to or better qualified than the
designated person. The substitute is only for the temporary leave period
of the designated personnel.
8. PMC personnel can avail a weekly rest on one day for which no
deduction in the remuneration will be made. However, this will only be
with prior approval of Authority. Consultant, if required shall
stagger/defer such weekly rest or availing holiday during exigencies, so
as to ensure uninterrupted progress of work.
 The working hours of Resident Engineer (RE) shall be from 8 AM
to 6 PM and Asst. Resident Engineer (ARE) shall be in 2 shifts.
 The RE and ARE age shall not be more than 65 years.
9. Payments to be made by the Authority hereunder shall be strictly
subject to, and representative of, satisfactory progress achieved by the
Consultant.
10. The Consultant shall, on a monthly basis, submit to the Authority, in a
format acceptable to the Authority, a report stating personnel
movements, inputs in the previous month compared to those shown in
the Staffing Schedule. In the event the forecast of progress as
anticipated in Staffing Schedule is substantially changed due to
variations pursuant to Clause 1.9 of this section, the Consultant may
request the Authority to revise the Payment Schedule specified in
Financial Proposal to reflect such change.
11. As soon as practicable and not later than (15) fifteen days after the end
of each calendar month during the period of the Services, the
Consultant shall submit to the Authority, in duplicate, itemized
statements, accompanied by receipted invoices, vouchers if any and
other appropriate supporting materials including the attendance record
for the period., of the amounts payable to the consultant for such month.
12. As soon as practicable after the completion of the Services or
termination of the Contract, the Consultant shall submit to the Authority
the Final Statement of Eligible payments referred in Financial Proposal.
13. Final payment pursuant to Financial Proposal shall be made by the
Authority only after the Final Statement and the Final Report have been
submitted by the Consultant and approved by the Authority. The
Consultant shall submit the Final Statement to the Authority within 120
51
calendar days of the date of approval by the Authority of the Final
Report. Should any discrepancy be found to exist between the actual
payments made by the Authority and the costs authorized to be incurred
by the Consultant pursuant to this Contract, the final payment shall be
adjusted by the Authority to reflect such discrepancy. The Consultant
shall reimburse any amount that the Authority has paid or caused to be
paid in accordance with this Section in excess of the costs actually
incurred to the Authority within 3 days after receipt by the Consultant of
notice thereof.
14. Authority shall pay to the Consultants the amounts claimed within
twenty one (21) calendar days after receipt of satisfactory statements
and supporting documents. The Authority may add to or subtract from
any subsequent payment any amount to cover the difference between
the amount paid and the cost authorized to be incurred.
15. Payments do not constitute acceptance of the Services nor relieve the
Consultant of any obligations hereunder.
16. Payments shall be made in accordance with Clause 1.7. No interest is
admissible on outstanding amounts by the Authority.

1.8 Remuneration
It is understood that the fee quoted by Consultants cover (A) such salaries
and allowances as the Consultants shall have agreed to pay to the
Personnel as well as factors for social charges and overhead, and (B) the
cost of back supporting by home office staff not included in the Personnel
listed and (C) the Consultants’ fee, (D) bonuses or other means of profit-
sharing, if any, and (E) all other expenditure involved in providing the
services as per the agreement which are not specifically stated herein
above.

1.9 Variations and adjustments


The variation quantity in the Man power supply for Construction
supervision is (+/-) 25%.The Variations may be initiated by Authority at
any time prior to issuing the Taking-Over Certificate for the construction
Works. The variation depends up on the requirement of manpower at the
time of extension of construction contract, which may either be by an
instruction or by a request for the Consultant to submit a proposal. The
Consultant shall not make any changes in man power and/or modification,
unless and until Authority instructs or approves a Variation. The quoted rate
is valid for the variation limit (+/-) 20%.

1.10 TIME AND PAYMENT SCHEDULE


The total duration envisaged up to award of contract is 30 weeks and
2 years for construction work which may be extendable till completion of
work on mutual consent.

52
The schedule for completing the Deliverables shall be determined by the
maximum number of days/ weeks from the Effective Date of the Agreement
(the “Key Dates” or “KD”). Time schedule for important Deliverables of the
Consultancy and the payment schedule linked to the specified Deliverables
are given below:

For BOQ No. 1


Key Dates Description of Deliverable Week No.* Payment
KD1 Inception Report 3rd week 10%
Submission of estimates, as per the
designs submitted by NTCPWC in
the DPR / DBR, general
arrangement drawing and
KD2 Preparation of BOQ, specification 15th week 30%
etc.
a. Construction of berth, slope
protection and allied structures
b. Dredging and reclamation
Submission of draft Tender for
a. Construction of berth, slope 19th week 10%
KD3
protection and allied structures
b. Dredging and reclamation 23rd week 5%
Submission of final Tender etc.
a. Construction of berth, slope 27th week 10%
KD4
protection and allied structures
b. Dredging and reclamation 30th week 5%
Conclusion of Bid Process and award
of work
KD 5 a. Construction of berth, slope - 15%
protection and allied structures
b. Dredging and reclamation
Completion of Services including
**
approval of as built drawing
KD 6 a. Construction of berth, slope - 15%
protection and allied structures
b. Dredging and reclamation

* Excluding time taken by Authority in providing comments on Draft


Reports. Final Report to be submitted in a week’s time after receipt of
comments of the Authority.

** Since these works are proposed to be taken up after completion of


construction of berths. The Consultant shall perform these tasks as per the
instruction of Authority.

53
1.10.1 In case for any reason the Consultancy is foreclosed, percentage payment
due upto the completed stage will be made as indicated above and in case
assignment foreclose in the middle of any indicated stage, pro-rata
payment shall be made for the completed services as assessed by the
Authority and the Authority’s decision in this regard shall be final.

1.11 DOCUMENTS TO BE MADE AVAILABLE BY THE AUTHORITY


Available data as may be required by the Consultant will be provided by the
Authority on request. The Nodal Officer designated by the Authority shall
facilitate handing over of such information to the Consultant. Available reports
with the Authority are as below;
i. Detailed Project report prepared by M/s. NTCPWC.
ii. TEFR prepared by M/s. IPA.
iii. EIA report (The EIA study is in progress).
iv. Desk and Mathematical model studies for ship mooring analysis for
development of proposed Berth No.17 at New Mangalore Port.
v. Hydraulic Physical Model Studies for Wave Tranquility and
directional spread near proposed deep draft multipurpose Berth
(Berth No.17) at NMP.
vi. Cost Estimate for the Proposed Berth No.17 prepared by
M/s. NTCPWC .
vii. Drawings of Layout, berth structure details, beam, slab and other
amenities prepared by M/s. NTCPWC.

54
SCHEDULE – 2

AGREEMENT

FOR

PROVIDING PROJECT MANAGEMENT CONSULTANCY SERVICES FOR


DEVELOPMENT OF MULTIPURPOSE CARGO BERTH (BERTH NO.17) AT
NEW MANGALORE PORT.

55
AGREEMENT

RFP FOR PROVIDING PROJECT MANAGEMENT CONSULTANCY


SERVICES FOR DEVELOPMENT OF MULTIPURPOSE CARGO BERTH
(BERTH NO.17) AT NEW MANGALORE PORT.

AGREEMENT No._________ This AGREEMENT (hereinafter called the


“Agreement”) is made on the _________ day of the month of ________ 2022,
between, on the one hand, the New Mangalore Port Authority (NMPA)
(hereinafter called the “Authority” which expression shall include their respective
successors and permitted assigns, unless the context otherwise requires) and,
on the other hand, ________________________ (hereinafter called the
“Consultant” which expression shall include their respective successors and
permitted assigns).

WHEREAS

The Authority vide its Request for Proposal for appointment of project
management consultancy services (called the “Consultancy”) for Development
of Multipurpose Cargo Berth (Berth no.17) at New Mangalore Port.
(hereinafter called the “project”);

(A) the Consultant submitted its proposals for the aforesaid work, whereby
the Consultant represented to the Authority that it had the required
professional skills, and in the said proposals the Consultant also agreed
to provide the Services to the Authority on the terms and conditions as
set forth in the RFP and this Agreement; and

(B) the Authority, on acceptance of the aforesaid proposals of the


Consultant, awarded the Consultancy to the Consultant vide its Letter of
Award No._________________ dated ________ (the “LOA”); and

(C) in pursuance of the LOA, the parties have agreed to enter into this
Agreement.

NOW, THEREFORE, the parties hereto hereby agree as follows:

1. GENERAL

1.1 Definitions and Interpretation


1.1.1 The words and expressions beginning with capital letters and defined in
this Agreement shall, unless the context otherwise requires, have the
meaning hereinafter respectively assigned to them:

56
a. Agreement” means this Agreement, together with all the Annexes;
b. “Agreement Value” shall have the meaning set forth in Clause 6.1.2;
c. “Applicable Laws” means the laws and any other instruments having the
force of law in India as they may be issued and in force from time to time;
d. “Confidential Information” shall have the meaning set forth in Clause 3.3;
e. “Conflict of Interest” shall have the meaning set forth in Clause 3.2 read
with the provisions of RFP;
f. “Dispute” shall have the meaning set forth in Clause 9.2.1;
g. “Effective Date” means the date on which this Agreement comes into
force and effect pursuant to Clause 2.1;
h. “Expatriate Personnel” means such persons who at the time of being so
hired had their domicile outside India;
i. “Government” means the Government of India;
j. “INR, Re. or Rs.” Means Indian Rupees;
k. “Member”, in case the Consultant consists of a consortium of more than
one entity, means any of these entities, and “Members” means all of
these entities;
l. “Party” means the Authority or the Consultant, as the case may be, and
Parties means both of them;
m. “Personnel” means persons hired by the Consultant or by any Sub-
Consultant as employees or retainers and assigned to the performance
of the Services or any part thereof;
n. “Resident Personnel” means such persons who at the time of being so
hired had their domicile inside India;
o. “RFP” means the Request for Proposal document in response to which
the Consultant’s proposal for providing Services was accepted;
p. “Services” means the work to be performed by the Consultant pursuant
to this Agreement, as described in the Terms of Reference hereto;
q. “Third Party” means any person or entity other than the Government, the
Authority, the Consultant or a Sub-Consultant.
r. All terms and words not defined herein shall, unless the context
otherwise requires, have the meaning assigned to them in the RFP.

1.1.2 The following documents along with all addenda issued thereto shall be
deemed to form and be read and construed as integral part of this
Agreement and in case of any contradiction between or among them the
priority in which a document would prevail over another would be as laid
down below beginning from the highest priority to the lowest priority:
(a) Agreement;
(b) Annexes of Agreement;
(c) RFP and Corrigendum’s if any; and
(d) Letter of Award

57
1.2 Relation between the Parties
Nothing contained herein shall be construed as establishing a relation of
master and servant or of agent and principal as between the Authority
and the Consultant. The Consultant shall, subject to this Agreement,
have complete charge of Personnel performing the Services and shall be
fully responsible for the Services performed by them or on their behalf
hereunder.

1.3 Rights and obligations


The mutual rights and obligations of the Authority and the Consultant
shall be as set forth in the Agreement, in particular:

(a) the Consultant shall carry out the Services in accordance with the
provisions of the Agreement; and
(b) the Authority shall make payments to the Consultant in
accordance with the provisions of the Agreement.

1.4 Governing law and jurisdiction


This Agreement shall be construed and interpreted in accordance with
and governed by the laws of India, and the courts at Mangalore shall
have exclusive jurisdiction over matters arising out of or relating to this
Agreement.

1.5 Language
All notices required to be given by one Party to the other Party and all
other communications, documentation and proceedings which are in any
way relevant to this Agreement shall be in writing and in English
language.

1.6 Table of contents and headings


The tables of contents, headings or sub-headings in this Agreement are
for convenience of reference only and shall not be used in, and shall not
affect, the construction or interpretation of this Agreement.

1.7 Notices
Any notice or other communication to be given by any Party to the other
Party under or in connection with the matters contemplated by this
Agreement shall be in writing and shall:

58
(a) in the case of the Consultant, be given by facsimile or e-mail and
by letter delivered by hand to the address given and marked for
attention of the Consultant’s Representative set out below in
Clause 1.10 or to such other person as the Consultant may from
time to time designate by notice to the Authority; provided that
notices or other communications to be given to an address outside
may, if they are subsequently confirmed by sending a copy thereof
by registered acknowledgement due, air mail or by courier, be
sent by facsimile or e-mail to the number/address as the
Consultant may from time to time specify by notice to the
Authority;

(b) in the case of the Authority, be given by facsimile or e-mail and by


letter delivered by hand and be addressed to the Authority with a
copy delivered to the Authority Representative set out below in
Clause 1.10 or to such other person as the Authority may from
time to time designate by notice to the Consultant; provided that if
the Consultant does not have an office in Mangalore it may send
such notice by facsimile or e-mail and by registered
acknowledgement due, air mail or by courier; and

(c) any notice or communication by a Party to the other Party, given


in accordance herewith, shall be deemed to have been delivered
when in the normal course of post it ought to have been delivered
and in all other cases, it shall be deemed to have been delivered
on the actual date and time of delivery; provided that in the case
of facsimile or email, it shall be deemed to have been delivered on
the working days following the date of its delivery.

1.8 Location
1.8.1 The Services shall be performed at the offices of the Consultant in
accordance with the provisions of RFP and at such locations as are
incidental thereto, including the offices of the Authority.

1.8.2 The Authority may require the expert to spend the required man hours at
the offices of the Authority and the Consultant agrees and undertakes to
provide such services on a best effort basis and without any
unreasonable delay.

1.9 Authority of Member-in-charge


In case the Consultant consists of a consortium of more than one entity,
the Parties agree that the Lead Member shall act on behalf of the
Members in exercising all the Consultant’s rights and obligations towards
59
the Authority under this Agreement, including without limitation the
receiving of instructions and payments from the Authority.

1.10 Authorised Representatives


1.10.1 Any action required or permitted to be taken, and any document required
or permitted to be executed, under this Agreement by the Authority or the
Consultant, as the case may be, may be taken or executed by the
officials specified in this Clause 1.10.

1.10.2 The Authority may, from time to time, designate one of its officials as the
Authority Representative. Unless otherwise notified, the Authority
Representative shall be:

Chief Engineer (Civil)


Civil Engineering Department
New Mangalore Port Authority
Panambur,
Mangalore – 575 010
Karnataka (India)
Phone : 0824 2407493
Fax :0824 2407493
Email : chiefengineer@nmpt.gov.in

1.10.3 The Consultant may designate one of its employees as Consultant’s


representative. Unless otherwise notified, the Consultant’s
Representative shall be:
Tel: -------------------
Mobile: --------------
Fax: -------------------
E-mail: ---------------

1.11 Taxes and duties


Unless otherwise specified in the Agreement, the Consultant shall pay all
such taxes, duties, fees and other impositions as may be levied under
the Applicable Laws and the Authority shall perform such duties in regard
to the deduction of such taxes as may be lawfully imposed on it.

2. COMMENCEMENT, COMPLETION AND TERMINATION OF


AGREEMENT

2.1 Effectiveness of Agreement


This Agreement shall come into force and effect on the date of this
Agreement (the “Effective Date”).

60
2.2 Commencement of Services
The Consultant shall commence the Services within a period of 7 (seven)
days from the Effective Date, unless otherwise agreed by the Parties.

2.3 Termination of Agreement for failure to commence Services


If the Consultant does not commence the Services within the period
specified in Clause 2.2 above, the Authority may, by not less than 1 (one)
weeks’ notice to the Consultant, declare this Agreement to be null and
void, and in the event of such a declaration, this Agreement shall stand
terminated and the Consultant shall be deemed to have accepted such
termination.

2.4 Expiration of Agreement


Unless terminated earlier pursuant to Clauses 2.3 or 2.9 hereof, this
Agreement shall, unless extended by the Parties by mutual consent,
expire upon the earlier of (i) expiry of a period of 60 (sixty) days after the
delivery of the final Deliverable to the Authority; and (ii) the expiry of 1
(one) year from the Effective Date. Upon Termination, the Authority shall
make payments of all amounts due to the Consultant hereunder.

2.5 Entire Agreement


2.5.1 This Agreement and the Annexes together constitute a complete and
exclusive statement of the terms of the agreement between the Parties
on the subject hereof, and no amendment or modification hereto shall be
valid and effective unless such modification or amendment is agreed to
in writing by the Parties and duly executed by persons especially
empowered in this behalf by the respective Parties. All prior written or
oral understandings, offers or other communications of every kind
pertaining to this Agreement are abrogated and withdrawn; provided,
however, that the obligations of the Consultant arising out of the
provisions of the RFP shall continue to subsist and shall be deemed to
form part of this Agreement.

2.5.2 Without prejudice to the generality of the provisions of Clause 2.5.1, on


matters not covered by this Agreement, the provisions of RFP shall
apply.

2.6 Modification of Agreement


Modification of the terms and conditions of this Agreement, including any
modification of the scope of the Services, may only be made by written
agreement between the Parties.

61
2.7 Force Majeure

2.7.1 Definition

(a) For the purposes of this Agreement, “Force Majeure” means an event
which is beyond the reasonable control of a Party, and which makes
a Party’s performance of its obligations hereunder impossible or so
impractical as reasonably to be considered impossible in the
circumstances, and includes, but is not limited to, war, riots, civil
disorder, earthquake, fire, explosion, storm, flood or other adverse
weather conditions, strikes, lockouts or other industrial action (except
where such strikes, lockouts or other industrial action are within the
power of the Party invoking Force Majeure to prevent), confiscation or
any other action by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party’s Sub-
Consultant or agents or employees, nor (ii) any event which a diligent
Party could reasonably have been expected to both (A) take into
account at the time of the conclusion of this Agreement, and (B) avoid
or overcome in the carrying out of its obligations hereunder.

(c) Force Majeure shall not include insufficiency of funds or failure to


make any payment required hereunder.

2.7.2 No breach of Agreement

The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Agreement insofar as
such inability arises from an event of Force Majeure, provided that the
Party affected by such an event has taken all reasonable precautions,
due care and reasonable alternative measures, all with the objective of
carrying out the terms and conditions of this Agreement.

2.7.3 Measures to be taken

(a) A Party affected by an event of Force Majeure shall take all


reasonable measures to remove such Party’s inability to fulfil its
obligations hereunder with a minimum of delay.

(b) A Party affected by an event of Force Majeure shall notify the


other Party of such event as soon as possible, and in any event
not later than 14 (fourteen) days following the occurrence of such
event, providing evidence of the nature and cause of such event,
62
and shall similarly give notice of the restoration of normal
conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.

2.7.4 Extension of time

Any period within which a Party shall, pursuant to this Agreement,


complete any action or task, shall be extended for a period equal to the
time during which such Party was unable to perform such action as a
result of Force Majeure.

2.7.5 Payments

The payment shall be made to the Consultant as specified in the Clause


1.10 of Terms of Reference.

2.7.6 Consultation

Not later than 30 (thirty) days after the Consultant has, as the result of an
event of Force Majeure, become unable to perform a material portion of
the Services, the Parties shall consult with each other with a view to
agreeing on appropriate measures to be taken in the circumstances.

2.8 Suspension of Agreement

The Authority may, by written notice of suspension to the Consultant,


suspend all payments to the Consultant hereunder if the Consultant shall
be in breach of this Agreement or shall fail to perform any of its
obligations under this Agreement, including the carrying out of the
Services; provided that such notice of suspension (i) shall specify the
nature of the breach or failure, and (ii) shall provide an opportunity to the
Consultant to remedy such breach or failure within a period not
exceeding 15 (fifteen) days after receipt by the Consultant of such notice
of suspension.

2.9 Termination of Agreement

2.9.1 By the Authority

The Authority may, by not less than 15 (fifteen) days’ written notice of
termination to the Consultant, such notice to be given after the
occurrence of any of the events specified in this Clause 2.9.1, terminate
this Agreement if:
63
(a) the Consultant fails to remedy any breach hereof or any failure in
the performance of its obligations hereunder, as specified in a
notice of suspension pursuant to Clause 2.8 hereinabove, within 15
(fifteen) days of receipt of such notice of suspension or within such
further period as the Authority may have subsequently granted in
writing;

(b) the Consultant becomes insolvent or bankrupt or enters into any


agreement with its creditors for relief of debt or take advantage of
any law for the benefit of debtors or goes into liquidation or
receivership whether compulsory or voluntary;

(c) the Consultant fails to comply with any final decision reached as a
result of arbitration proceedings pursuant to Clause 9 hereof;

(d) the Consultant submits to the Authority a statement which has a


material effect on the rights, obligations or interests of the Authority
and which the Consultant knows to be false;

(e) any document, information, data or statement submitted by the


Consultant in its Proposals, based on which the Consultant was
considered eligible or successful, is found to be false, incorrect or
misleading;

(f) as the result of Force Majeure, the Consultant is unable to perform


a material portion of the Services for a period of not less than 60
(sixty) days; or

(g) the Authority, in its sole discretion and for any reason whatsoever,
decides to terminate this Agreement.

2.9.2 By the Consultant

The Consultant may, by not less than 30 (thirty) days’ written notice to
the Authority, such notice to be given after the occurrence of any of the
events specified in this Clause 2.9.2, terminate this Agreement if:

(a) the Authority fails to pay any money due to the Consultant pursuant
to this Agreement and not subject to dispute pursuant to Clause 9
hereof within 45 (forty five) days after receiving written notice from
the Consultant that such payment is overdue;

(b) the Authority is in material breach of its obligations pursuant to this


Agreement and has not remedied the same within 45 (forty-five)
64
days (or such longer period as the Consultant may have
subsequently granted in writing) following the receipt by the
Authority of the Consultant’s notice specifying such breach;

(c) as the result of Force Majeure, the Consultant is unable to perform


a material portion of the Services for a period of not less than 60
(sixty) days; or

(d) the Authority fails to comply with any final decision reached as a
result of arbitration pursuant to Clause 9 hereof.

2.9.3 Cessation of rights and obligations

Upon termination of this Agreement pursuant to Clauses 2.3 or 2.9


hereof, or upon expiration of this Agreement pursuant to Clause 2.4
hereof, all rights and obligations of the Parties hereunder shall cease,
except (i) such rights and obligations as may have accrued on the date of
termination or expiration, or which expressly survives such Termination;
(ii) the obligation of confidentiality set forth in Clause 3.3 hereof; (iii) the
Consultant’s obligation to permit inspection, copying and auditing of such
of its accounts and records set forth in Clause 3.5, as relate to the
Consultant’s Services provided under this Agreement, and (iv) any right
or remedy which a Party may have under this Agreement or the
Applicable Laws.

2.9.4 Cessation of Services

Upon termination of this Agreement by notice of either Party to the other


pursuant to Clauses 2.9.1 or 2.9.2 hereof, the Consultant shall,
immediately upon dispatch or receipt of such notice, take all necessary
steps to bring the Services to a close in a prompt and orderly manner
and shall make every reasonable effort to keep expenditures for this
purpose to a minimum. With respect to documents prepared by the
Consultant and materials furnished by the Authority, the Consultant shall
proceed as provided respectively by Clauses 3.8 or 3.9 hereof.

2.9.5 Payment upon Termination


Upon termination of this Agreement pursuant to Clauses 2.9.1 or 2.9.2
hereof, the Authority shall make the following payments to the Consultant
(after offsetting against these payments any amount that may be due
from the Consultant to the Authority):

(i) Deleted

(ii) reimbursable expenditures pursuant to Clause 6 hereof for


65
expenditures actually incurred prior to the date of termination; and

(iii) except in the case of termination pursuant to Sub-clauses (a)


through (e) of Clause 2.9.1 hereof, reimbursement of any
reasonable cost incidental to the prompt and orderly termination of
the Agreement including the cost of the return travel of the
Consultant’s personnel.

2.9.6 Disputes about Events of Termination

If either Party disputes whether an event specified in Clause 2.9.1 or in


Clause 2.9.2 hereof has occurred, such Party may, within 30 (thirty) days
after receipt of notice of termination from the other Party, refer the matter
to arbitration pursuant to Clause 9 hereof, and this Agreement shall not
be terminated on account of such event except in accordance with the
terms of any resulting arbitral award.

3. OBLIGATIONS OF THE CONSULTANT


3.1 General
3.1.1 Standards of Performance

The Consultant shall perform the Services and carry out its obligations
hereunder with all due diligence, efficiency and economy, in accordance
with generally accepted professional techniques and practices, and shall
observe sound management practices, and employ appropriate
advanced technology and safe and effective equipment, machinery,
materials and methods. The Consultant shall always act, in respect of
any matter relating to this Agreement or to the Services, as a faithful
adviser to the Authority, and shall at all times support and safeguard the
Authority’s legitimate interests in any dealings with Sub-consultants or
Third Parties.

3.1.2 Terms of Reference


The scope of Services to be performed by the Consultant is specified in
the Terms of Reference (the “TOR”) at Annex-1 of this Agreement. The
Consultant shall provide the Deliverables specified therein in conformity
with the time schedule stated therein.

3.1.3 Applicable Laws

The Consultant shall perform the Services in accordance with the


Applicable Laws and shall take all practicable steps to ensure that any
Sub-Consultant, as well as the Personnel and agents of the Consultant
and any Sub-Consultant, comply with the Applicable Laws.

66
3.2 Conflict of Interest

3.2.1 The Consultant shall not have a Conflict of Interest and any breach
hereof shall constitute a breach of the Agreement.

3.2.2 Consultant and Affiliates not to be otherwise interested in the Project

The Consultant agrees that, during the term of this Agreement and after
its termination, the Consultant or any Associate thereof, as well as any
Sub-Consultant and any entity affiliated with such Sub-Consultant, shall
be disqualified from providing goods, works, services, loans or equity for
any project resulting from or closely related to the Services and any
breach of this obligation shall amount to a Conflict of Interest; provided
that the restriction herein shall not apply after a period of three years
from the completion of this assignment or to consulting assignments
granted by banks/ lenders at any time; provided further that this
restriction shall not apply to consultancy/ advisory services provided to
the Authority in continuation of this Consultancy or to any subsequent
consultancy/ advisory services provided to the Authority in accordance
with the rules of the Authority. For the avoidance of doubt, an entity
affiliated with the Consultant shall include a partner in the firm of the
Consultant or a person who holds more than 5% (five per cent) of the
subscribed and paid up share capital of the Consultant, as the case may
be, and any Associate thereof.

3.2.3 Prohibition of conflicting activities

Neither the Consultant nor its Sub-consultant nor the Personnel of either
of them shall engage, either directly or indirectly, in any of the following
activities:

(a) during the term of this Agreement, any business or professional


activities which would conflict with the activities assigned to them
under this Agreement;
(b) after the termination of this Agreement, such other activities as
may be specified in the Agreement; or
(c) at any time, such other activities as have been specified in the
RFP as Conflict of Interest.

3.2.4 Consultant not to benefit from commissions, discounts, etc.

The remuneration of the Consultant pursuant to Clause 6 hereof shall


constitute the Consultant’s sole remuneration in connection with this
Agreement or the Services and the Consultant shall not accept for its
own benefit any trade commission, discount or similar payment in
67
connection with activities pursuant to this Agreement or to the Services
or in the discharge of its obligations hereunder, and the Consultant shall
use its best efforts to ensure that any Sub-Consultant, as well as the
Personnel and agents of either of them, similarly shall not receive any
such additional remuneration.

3.2.5 The Consultant and its Personnel shall observe the highest standards of
ethics and not have engaged in and shall not hereafter engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice (collectively the “Prohibited Practices”).
Notwithstanding anything to the contrary contained in this Agreement,
the Authority shall be entitled to terminate this Agreement forthwith by a
communication in writing to the Consultant, without being liable in any
manner whatsoever to the Consultant, if it determines that the Consultant
has, directly or indirectly or through an agent, engaged in any Prohibited
Practices in the Selection Process or before or after entering into of this
Agreement. In such an event, the Authority shall forfeit and appropriate
the Performance Security, if any, as mutually agreed genuine pre-
estimated compensation and damages payable to the Authority towards,
inter alia, time, cost and effort of the Authority, without prejudice to the
Authority’s any other rights or remedy hereunder or in law.

3.2.6 Without prejudice to the rights of the Authority under Clause 3.2.5 above
and the other rights and remedies which the Authority may have under
this Agreement, if the Consultant is found by the Authority to have
directly or indirectly or through an agent, engaged or indulged in any
Prohibited Practices, during the Selection Process or before or after the
execution of this Agreement, the Consultant shall not be eligible to
participate in any tender or RFP issued during a period of 2 (two) years
from the date the Consultant is found by the Authority to have directly or
indirectly or through an agent, engaged or indulged in any Prohibited
Practices.

3.2.7 For the purposes of Clauses 3.2.5 and 3.2.6, the following terms shall
have the meaning hereinafter respectively assigned to them:

(a) “corrupt practice” means the offering, giving, receiving or soliciting,


directly or indirectly, of anything of value to influence the actions of
any person connected with the Selection Process (for removal of
doubt, offering of employment or employing or engaging in any
manner whatsoever, directly or indirectly, any official of the
Authority who is or has been associated in any manner, directly or
indirectly with Selection Process or LOA or dealing with matters
concerning the Agreement before or after the execution thereof, at
any time prior to the expiry of one year from the date such official
68
resigns or retires from or otherwise ceases to be in the service of
the Authority, shall be deemed to constitute influencing the actions
of a person connected with the Selection Process); or (ii) engaging
in any manner whatsoever, whether during the Selection Process
or after the issue of LOA or after the execution of the Agreement,
as the case may be, any person in respect of any matter relating
to the Project or the LOA or the Agreement, who at any time has
been or is a legal, financial or technical adviser the Authority in
relation to any matter concerning the Project;

(b) “fraudulent practice” means a misrepresentation or omission of


facts or suppression of facts or disclosure of incomplete facts, in
order to influence the Selection Process;

(c) “coercive practice” means impairing or harming, or threatening to


impair or harm, directly or indirectly, any person or property to
influence any person’s participation or action in the Selection
Process or the exercise of its rights or performance of its
obligations by the Authority under this Agreement;

(d) “undesirable practice” means (i) establishing contact with any


person connected with or employed or engaged by the Authority
with the objective of canvassing, lobbying or in any manner
influencing or attempting to influence the Selection Process; or (ii)
having a Conflict of Interest; and

(e) “restrictive practice” means forming a cartel or arriving at any


understanding or arrangement among Applicants with the
objective of restricting or manipulating a full and fair competition in
the Selection Process.

3.3 Confidentiality

The Consultant, its Sub-Consultants and the Personnel of either of them


shall not, either during the term or within two years after the expiration or
termination of this Agreement disclose any proprietary information,
including information relating to reports, data, drawings, design software
or other material, whether written or oral, in electronic or magnetic
format, and the contents thereof; and any reports, digests or summaries
created or derived from any of the foregoing that is provided by the
Authority to the Consultant, its Sub-Consultants and the Personnel; any
information provided by or relating to the Authority, its technology,
technical processes, business affairs or finances or any information
relating to the Authority’s employees, officers or other professionals or
suppliers, customers, or contractors of the Authority; and any other
69
information which the Consultant is under an obligation to keep
confidential in relation to the Project, the Services or this Agreement
(“Confidential Information”), without the prior written consent of the
Authority.

Notwithstanding the aforesaid, the Consultant, its Sub-Consultants and


the Personnel of either of them may disclose Confidential Information to
the extent that such Confidential Information:

(i) was in the public domain prior to its delivery to the Consultant, its
Sub-Consultants and the Personnel of either of them or becomes
a part of the public knowledge from a source other than the
Consultant, its Sub-Consultants and the Personnel of either of
them;

(ii) was obtained from a third party with no known duty to maintain its
confidentiality;

(iii) is required to be disclosed by Applicable Laws or judicial or


administrative or arbitral process or by any governmental
instrumentalities, provided that for any such disclosure, the
Consultant, its Sub-Consultants and the Personnel of either of
them shall give the Authority, prompt written notice, and use
reasonable efforts to ensure that such disclosure is accorded
confidential treatment; and

(iv) is provided to the professional advisers, agents, auditors or


representatives of the Consultant or its Sub-Consultants or
Personnel of either of them, as is reasonable under the
circumstances; provided, however, that the Consultant or its Sub-
Consultants or Personnel of either of them, as the case may be,
shall require their professional advisers, agents, auditors or its
representatives, to undertake in writing to keep such Confidential
Information, confidential and shall use its best efforts to ensure
compliance with such undertaking.

3.4 Liability of the Consultant

3.4.1 The Consultant’s liability under this Agreement shall be determined by


the Applicable Laws and the provisions hereof.

3.4.2 The Consultant shall, subject to the limitation specified in Clause 3.4.3,
be liable to the Authority for any direct loss or damage accrued or likely
to accrue due to deficiency in Services rendered by it.
3.4.3 The Parties hereto agree that in case of negligence or any
70
misconduct on the part of the Consultant or on the part of any person or
firm acting on behalf of the Consultant in carrying out the Services, the
Consultant, with respect to damage caused to the Authority’s property,
shall not be liable to the Authority:

(i) for any indirect or consequential loss or damage; and

(ii) for any direct loss or damage that exceeds (a) the Agreement Value
set forth in Clause 6.1.2 of this Agreement, or (b) the proceeds the
Consultant may be entitled to receive from any insurance maintained by
the Consultant to cover such a liability, whichever of (a) or (b) is higher.

3.4.4 This limitation of liability specified in Clause 3.4.3 shall not affect the
Consultant’s liability, if any, for damage to Third Parties caused by the
Consultant or any person or firm acting on behalf of the Consultant in
carrying out the Services subject, however, to a limit equal to 3 (three)
times the Agreement Value.

3.5 Accounting, inspection and auditing

The Consultant shall:

(a) keep accurate and systematic accounts and records in respect of


the Services provided under this Agreement, in accordance with
internationally accepted accounting principles and standards such
as Indian Accounting Standards, GAAP, etc and in such form and
detail as will clearly identify all relevant time charges and cost, and
the basis thereof (including the basis of the Consultant’s costs and
charges); and

(b) permit the Authority or its designated representative periodically,


and up to one year from the expiration or termination of this
Agreement, to inspect the same and make copies thereof as well
as to have them audited by auditors appointed by the Authority.

3.6 Consultant’s actions requiring the Authority’s prior approval

The Consultant shall obtain the Authority’s prior approval in writing


before taking any of the following actions:

(a) Appointing such members of the professional personnel as are not


listed in Annex–2;

(b) entering into a subcontract for the performance of any part of the
Services, it being understood (i) that the selection of the Sub-
71
consultant and the terms and conditions of the subcontract shall
have been approved in writing by the Authority prior to the
execution of the subcontract, and (ii) that the Consultant shall
remain fully liable for the performance of the Services by the Sub-
Consultant and its Personnel pursuant to this Agreement; or

(c) any other action that is specified in this Agreement.

3.7 Reporting obligations

3.7.1 The Consultant shall submit to the Authority the reports and documents
specified in the Agreement, in the form, in the numbers and within the
time periods set forth therein.

3.7.2 Deleted

3.8 Documents prepared by the Consultant to be property of the


Authority

3.8.1 All reports and other documents (collectively referred to as “Consultancy


Documents”) prepared by the Consultant (or by the Sub-Consultants or
any Third Party) in performing the Services shall become and remain the
property of the Authority, and all intellectual property rights in such
Consultancy Documents shall vest with the Authority. Any Consultancy
Document, of which the ownership or the intellectual property rights do
not vest with the Authority under law, shall automatically stand assigned
to the Authority as and when such Consultancy Document is created and
the Consultant agrees to execute all papers and to perform such other
acts as the Authority may deem necessary to secure its rights herein
assigned by the Consultant.

3.8.2 The Consultant shall, not later than termination or expiration of this
Agreement, deliver all Consultancy Documents to the Authority, together
with a detailed inventory thereof. The Consultant may retain a copy of
such Consultancy Documents. The Consultant, its Sub-Consultants or a
Third Party shall not use these Consultancy Documents for purposes
unrelated to this Agreement without the prior written approval of the
Authority.

3.8.3 The Consultant shall hold the Authority harmless and indemnified for any
losses, claims, damages, expenses (including all legal expenses),
awards, penalties or injuries (collectively referred to as “Claims”) which
may arise from or due to any unauthorized use of such Consultancy
Documents, or due to any breach or failure on part of the Consultant or
its Sub-Consultants or a Third Party to perform any of its duties or
72
obligations in relation to securing the aforementioned rights of the
Authority.

3.9 Materials furnished by the Authority

Materials made available to the Consultant by the Authority shall be the


property of the Authority and shall be marked accordingly. Upon
termination or expiration of this Agreement, the Consultant shall furnish
forthwith to the Authority, an inventory of such materials and shall
dispose of such materials in accordance with the instructions of the
Authority.

3.10 Providing access to Project Office and Personnel

The Consultant shall ensure that the Authority and officials of the
Authority are provided unrestricted access to the office of the Consultant
and to all Personnel during office hours. The Authority’s official, who has
been authorized by the Authority in this behalf, shall have the right to
inspect the Services in progress, interact with Personnel of the
Consultant and verify the records relating to the Services for his
satisfaction.

3.11 Accuracy of Documents

The Consultant shall be responsible for accuracy of the documents


drafted and/ or vetted and data collected by it directly or procured from
other agencies/authorities, estimates and all other details prepared by it
as part of these services. Subject to the provisions of Clause 3.4, it shall
indemnify the Authority against any inaccuracy in its work which might
surface during implementation of the Project, if such inaccuracy is the
result of any negligence or inadequate due diligence on part of the
Consultant or arises out of its failure to conform to good industry practice.
The Consultant shall also be responsible for promptly correcting, at its
own cost and risk, the documents including any re-survey /
investigations.

4 CONSULTANT’S PERSONNEL AND SUB-CONSULTANTS

4.1 General

The Consultant shall employ and provide such qualified and experienced
Personnel as may be required to carry out the Services.

73
4.2 Deployment of Personnel

The designations, names and other particulars of each of the


Consultant’s Key Personnel required in carrying out the Services are
described in Annex-2 of this Agreement.

4.3 Approval of Personnel

4.3.1 The Key Personnel listed in Annex-2 of the Agreement are hereby
approved by the Authority. No other Key Personnel shall be engaged
without prior approval of the Authority.

4.3.2 If the Consultant hereafter proposes to engage any person as


Professional Personnel, it shall submit to the Authority its proposal along
with a CV of such person in the form provided at Appendix–I (Form-11)
of the RFP. The Authority may approve or reject such proposal within 14
(fourteen) days of receipt thereof. In case the proposal is rejected, the
Consultant may propose an alternative person for the Authority’s
consideration. In the event the Authority does not reject a proposal within
14 (fourteen) days of the date of receipt thereof under this Clause 4.3, it
shall be deemed to have been approved by the Authority.

4.4 Substitution of Key Personnel

4.4.1 The Authority will not normally consider any request of the Selected
Applicant for substitution of Key Personnel, as the ranking of the
Applicant is based on the evaluation of Key Personnel and any change
therein may upset the ranking. Substitution, will, however be permitted if
the Key Personnel is not available for reasons of any incapacity or due to
health or due to conditions beyond the consultants control, subject to
equally or better qualified and experienced personnel being provided to
the satisfaction of the Authority.

4.4.2 Notwithstanding to Clauses 4.4.1, since this is a long term contract some
staff turnover in the core team and resource pool is normal. The
Consultant will fill a vacancy with equally qualified and experienced staff
immediately. In cases when a critical vacancy cannot be filled
immediately, due to conditions beyond the consultants control, the
consultant will be allowed to fill the critical vacancy for temporary periods
up to 3 months but only with Authority approval and assessment that the
replacement personnel is of equivalent qualifications. The remuneration
payable for such temporary personnel shall not exceed 90% of the
remuneration which would have been payable for the personnel
replaced, for the remaining period. For avoidance of doubt, the Authority
74
will not consider any staff turnover as the basis for any project delays –
the Consultant is expected to meet every deliverable due dates, and the
project completion milestones as approved by the Authority.

5. OBLIGATIONS OF THE AUTHORITY

5.1 Assistance in clearances etc.


Unless otherwise specified in the Agreement, the Authority shall make
best efforts to ensure that the Government shall:
(a) provide the Consultant, its Sub-Consultants and Personnel with
work permits and such other documents as may be necessary to
enable the Consultant, its Sub-Consultants or Personnel to
perform the Services;

(b) facilitate prompt clearance through customs of any property


required for the Services; and

(c) issue to officials, agents and representatives of the Government


all such instructions as may be necessary or appropriate for the
prompt and effective implementation of the Services.

5.2 Access to land and property

The Authority warrants that the Consultant shall have, free of charge,
unimpeded access to the site of the project in respect of which access is
required for the performance of Services; provided that if such access
shall not be made available to the Consultant as and when so required,
the Parties shall agree on (i) the time extension, as may be appropriate,
for the performance of Services, and (ii) the additional payments, if any,
to be made to the Consultant as a result thereof pursuant to Clause
6.1.3.

5.3 Change in Applicable Law


All service tax and other taxes other than income tax, as may be
applicable from time to time, on the payment of the professional fees to
the Consultant, shall be borne by the Authority.

5.4 Payment
In consideration of the Services performed by the Consultant under this
Agreement, the Authority shall make to the Consultant such payments
and in such manner as is provided in Clause 6 of this Agreement.

75
6. PAYMENT TO THE CONSULTANT
6.1 Cost estimates and Agreement Value

6.1.1 Deleted.

6.1.2 Except as may be otherwise agreed under Clause 2.6 and subject to
Clauses 5.2.1 and 5.2.2 of Schedule-1, the payments under this
Agreement shall not exceed the agreement value specified herein (the
“Agreement Value”). The Parties agree that the Agreement Value is Rs.
………. (Rs.…………………….).
6.1.3 Deleted.

6.2 Currency of payment

All payments shall be made in Indian Rupees. The Consultant shall be


free to convert Rupees into any foreign currency as per Applicable Laws.

6.3 Mode of billing and payment

Billing and payments in respect of the Services shall be made as


follows:-

(a) The Consultant shall be paid for its services as per the Payment
Schedule at Annex-3 of this Agreement, and Clauses 1.10 of the TOR
of this RFP, subject to the Consultant fulfilling the following
conditions:

(i) No payment shall be due for the next stage till the Consultant
completes to the satisfaction of the Authority the work pertaining
to the preceding stage; and
(ii) The Authority shall pay to the Consultant, only the undisputed
amount.

(b) The Authority shall cause the payment due to the Consultant to be
made within 30 (thirty) days after the receipt by the Authority of duly
completed bills with necessary particulars (the “Due Date”).

(c) The final payment under this Clause 6.3 shall be made only after the
final Deliverable shall have been submitted by the Consultant and
approved as satisfactory by the Authority. The Services shall be
deemed completed and finally accepted by the Authority and the final
Deliverable shall be deemed approved by the Authority as
satisfactory upon expiry of 60 (sixty) days after receipt of the final
Deliverable unless the Authority, within such 60 (sixty) day period,
76
gives written notice to the Consultant specifying in detail, the
deficiencies in the Services. The Consultant shall thereupon promptly
make any necessary corrections and/or additions, and upon
completion of such corrections or additions, the foregoing process
shall be repeated. The Authority shall make the final payment upon
acceptance or deemed acceptance of the final Deliverable by the
Authority.

(d) Any amount which the Authority has paid or caused to be paid in
excess of the amounts actually payable in accordance with the
provisions of this Agreement shall be reimbursed by the Consultant to
the Authority within 30 (thirty) days after receipt by the Consultant of
notice thereof. Any such claim by the Authority for reimbursement
must be made within 1 (one) year after receipt by the Authority of a
final report in accordance with Clause 6.3 I. Any delay by the
Consultant in reimbursement by the due date shall attract simple
interest @ PLR SBI +2% (two per cent) per annum.

(e) All payments under this Agreement shall be made to the account of
the Consultant as may be notified to the Authority by the Consultant.

7. LIQUIDATED DAMAGES AND PENALTIES

7.1 Performance Security

Within ten days of the receipt of the award letter from Authority, the
successful bidder/s shall furnish to the Authority a performance security
in the form of a Bank Guarantee of a Nationalized/ Scheduled Bank,
enforceable and encashable at Mangalore for an amount equivalent to
10% of the awarded cost/ fee including GST rounded off to nearest
highest 1000 as per the draft proforma specified at Annex-4 of the
proposal document. Failure of the successful bidder to lodge and
subsequently renew the required Bank Guarantee shall be constitute
sufficient grounds for the termination of the contract and forfeiting of “Bid
security”. The performance security shall remain in force until the
satisfactory completion of the contract and will be discharged thereafter.
The obtaining of such guarantee (and the cost of guarantee) shall be at
the expense of the Bidder/s

7.2 Liquidated Damages

7.2.1 Liquidated Damages for error/variation


In case any error or variation is detected in the reports submitted by the
Consultant and such error or variation is the result of negligence or lack
77
of due diligence on the part of the Consultant, the consequential
damages thereof shall be quantified by the Authority in a reasonable
manner and recovered from the Consultant by way of deemed liquidated
damages, subject to a maximum of the Agreement Value.

7.2.2 Liquidated Damages for delay


In case of delay in completion of Services, liquidated damages not
exceeding an amount equal to 0.5% (zero point five per cent) per week
of the activity specified in Time & Payment Schedule - Clause 1.10 of
TOR, subject to a maximum of 10% (ten per cent) of Agreement Value
will be imposed and shall be recovered by appropriation from the
Performance Security or otherwise. However, in case of delay due to
reasons beyond the control of the Consultant, suitable extension of time
shall be granted.

7.2.3 Encashment and appropriation of Performance Security


The Authority shall have the right to invoke and appropriate the proceeds
of the Performance Security, in whole or in part, without notice to the
Consultant in the event of breach of this Agreement or for recovery of
liquidated damages specified in this Clause 7.2.

7.3 Penalty for deficiency in Services


In addition to the liquidated damages not amounting to penalty, as
specified in Clause 7.2, warning may be issued to the Consultant for
minor deficiencies on its part. In the case of significant deficiencies in
Services causing adverse effect on the Project or on the reputation of the
Authority, other penal action including debarring for a specified period
may also be initiated as per policy of the Authority.
In the event of forfeiting the EMD/SD/Performance Security and
imposition of liquidated damages, GST is applicable and while imposing
penalty GST shall be collected. The GST shall be shown claimed as a
separate line item in Tax Invoice. The Consultant shall file the applicable
returns with Tax Dept. in time and submit the same as a documentary
proof. In case, input Tax credit lost due to non filing of returns will be
recovered from Consultant.

8. FAIRNESS AND GOOD FAITH

8.1 Good Faith


The Parties undertake to act in good faith with respect to each other’s
rights under this Agreement and to adopt all reasonable measures to
ensure tru78authorized78ion of the objectives of this Agreement.

78
8.2 Operation of the Agreement
The Parties recognize that it is impractical in this Agreement to provide
for every contingency which may arise during the life of the Agreement,
and the Parties hereby agree that it is their intention that this Agreement
shall operate fairly as between them, and without detriment to the
interest of either of them, and that, if during the term of this Agreement
either Party believes that this Agreement is operating unfairly, the Parties
will use their best efforts to agree on such action as may be necessary to
remove the cause or causes of such unfairness, but failure to agree on
any action pursuant to this Clause 8.2 shall not give rise to a dispute
subject to arbitration in accordance with Clause 9 hereof.

9. SETTLEMENT OF DISPUTES

9.1 Amicable settlement


The Parties shall use their best efforts to settle amicably all disputes
arising out of or in connection with this Agreement or the interpretation
thereof.

9.2 Dispute resolution


9.2.1 Any dispute, difference or controversy of whatever nature howsoever
arising under or out of or in relation to this Agreement (including its
interpretation) between the Parties, and so notified in writing by either
Party to the other Party (the “Dispute”) shall, in the first instance, be
attempted to be resolved amicably in accordance with the conciliation
procedure set forth in Clause 9.3.

9.2.2 The Parties agree to use their best efforts for resolving all Disputes
arising under or in respect of this Agreement promptly, equitably and in
good faith, and further agree to provide each other with reasonable
access during normal business hours to all non-privileged records,
information and data pertaining to any Dispute

9.3 Conciliation
In the event of any Dispute between the Parties, either Party may call
upon Chairman, New Mangalore Port Authority and the Managing
Partner/ Chairman of the Board of Directors of the Consultant or a
substitute thereof for amicable settlement, and upon such reference, the
said persons shall meet no later than 10 (ten) days from the date of
reference to discuss and attempt to amicably resolve the Dispute. If such
meeting does not take place within the 10 (ten) day period or the Dispute
is not amicably settled within 15 (fifteen) days of the meeting or the
Dispute is not resolved as evidenced by the signing of written terms of
settlement within 30 (thirty) days of the notice in writing referred to in
79
Clause 9.2.1 or such longer period as may be mutually agreed by the
Parties, either Party may refer the Dispute to arbitration in accordance
with the provisions of Clause 9.4.

9.4 Arbitration
9.4.1 Any Dispute which is not resolved amicably by conciliation, as provided
in Clause 9.3, shall be finally decided by reference to arbitration by an
Arbitral Tribunal appointed in accordance with Clause 9.4.2. Such
arbitration shall be held in accordance with the Rules of Arbitration of the
International Centre for Alternative Dispute Resolution, New Delhi (the
“Rules”), or such other rules as may be mutually agreed by the Parties,
and shall be subject to the provisions of the Arbitration and Conciliation
(Amendment) Act, 2015. The venue of such arbitration shall be
Mangalore and the language of arbitration proceedings shall be English.
There shall be a sole arbitrator whose appointment shall be made in
accordance with the Rules

9.4.2 The arbitrators shall make a reasoned award (the “Award”). Any Award
made in any arbitration held pursuant to this Clause 9 shall be final and
binding on the Parties as from the date it is made, and the Consultant
and the Authority agree and undertake to carry out such Award without
delay.

9.4.3 The Consultant and the Authority agree that an Award may be enforced
against the Consultant and/or the Authority, as the case may be, and
their respective assets wherever situated.

9.4.4 This Agreement and the rights and obligations of the Parties shall remain
in full force and effect, pending the Award in any arbitration proceedings
hereunder.

IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be


signed in their respective names as of the day and year first above written.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND


For and on behalf of Consultant For and on behalf of Authority
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
(Fax No.) (Fax No.)
In the presence of In the presence of
1. 1.
80
Annex -1

Terms of Reference

(Refer Clause 3.1.2)

(Reproduce Schedule-1 of RFP)

81
Annex-2

Deployment of Key Personnel

(Refer Clause 4.2)

(Reproduce as per Form-6 of Appendix-I)

82
Annex-3
Payment Schedule

(Refer Clause 6.3)

Time schedule for important Deliverables of the Consultancy and the payment
schedule linked to the specified Deliverables are given below:
For BOQ No. 1
Key Dates Description of Deliverable Week No.* Payment
rd
KD1 Inception Report 3 week 10%
Submission of estimates, as per the
designs submitted by NTCPWC in
the DPR / DBR, general
arrangement drawing and
KD2 Preparation of BOQ, specification 15th week 30%
etc.
a. Construction of berth, slope
protection and allied structures
b. Dredging and reclamation
Submission of draft Tender for
a. Construction of berth, slope 19th week 10%
KD3
protection and allied structures
b. Dredging and reclamation 23rd week 5%
Submission of final Tender etc.
a. Construction of berth, slope 27th week 10%
KD4
protection and allied structures
b. Dredging and reclamation 30th week 5%
Conclusion of Bid Process and award
of work
KD 5 a. Construction of berth, slope - 15%
protection and allied structures
b. Dredging and reclamation
Completion of Services including
**
approval of as built drawing
KD 6 a. Construction of berth, slope - 15%
protection and allied structures
b. Dredging and reclamation

* Excluding time taken by Authority in providing comments on Draft


Reports. Final Report to be submitted in a week’s time after receipt of
comments of the Authority.

** Since these works are proposed to be taken up after completion of


construction of berths. The Consultant shall perform these tasks as per
the instruction of Authority.
83
Annex-4

Bank Guarantee for Performance Security

(Refer Clause 7.1)

To

Board of Trustees New


Mangalore Port Authority
acting through

Chairman New Mangalore


Port Authority

In consideration of Chairman acting on behalf of the New Mangalore Port


Authority (hereinafter referred as the “Authority”, which expression shall, unless
repugnant to the context or meaning thereof, include its successors,
administrators and assigns) having awarded to M/s ……………….., having its
office at ……………….. (hereinafter referred as the “Consultant” which
expression shall, unless repugnant to the context or meaning thereof, include its
successors, administrators, executors and assigns), vide the Authority’s
Agreement no. ………………. dated ……………….. valued at Rs. ………………..

(Rupees ………………..), (hereinafter referred to as the “Agreement”) a


transaction advisory services for Providing Project Management Consultancy
Services for DEVELOPMENT OF MULTIPURPOSE CARGO BERTH (BERTH
NO.17) AT NEW MANGALORE PORT and the Consultant having agreed to
furnish a Bank Guarantee amounting to Rs.……………….. (Rupees
………………..) to the Authority for performance of the said Agreement.

We, ……………….. (hereinafter referred to as the “Bank”) at the request


of the Consultant do hereby undertake to pay to the Authority an amount not
exceeding Rs. ………………… (Rupees ………………….) against any loss or
damage caused to or suffered or would be caused to or suffered by the Authority
by reason of any breach by the said Consultant of any of the terms or conditions
contained in the said Agreement.

2. We, ……………….. (indicate the name of the Bank) do hereby undertake


to pay the amounts due and payable under this Guarantee without any demur,
merely on a demand from the Authority stating that the amount/claimed is due by
way of loss or damage caused to or would be caused to or suffered by the
Authority by reason of breach by the said Consultant of any of the terms or
conditions contained in the said Agreement or by reason of the Consultant’s
84
failure to perform the said Agreement. Any such demand made on the bank shall
be conclusive as regards the amount due and payable by the Bank under this
Guarantee. However, our liability under this Guarantee shall be restricted to an
amount not exceeding Rs. ……………….. (Rupees …………………..).

We, ……………….. (indicate the name of Bank) undertake to pay to the


Authority any money so demanded notwithstanding any dispute or
disputes raised by the Consultant in any suit or proceeding pending
before any court
3. or
tribunal relating thereto, our liability under this present being absolute and
unequivocal. The payment so made by us under this bond shall be a valid
discharge of our liability for payment thereunder and the Consultant shall have
no claim against us for making such payment.

4. We, ……………….. (indicate the name of Bank) further agree that the
Guarantee herein contained shall remain in full force and effect during the period
that would be taken for the performance of the said Agreement and that it shall
continue to be enforceable till all the dues of the Authority under or by virtue of
the said Agreement have been fully paid and its claims satisfied or discharged or
till the Authority certifies that the terms and conditions of the said Agreement
have been fully and properly carried out by the said Consultant and accordingly
discharges this Guarantee. Unless a demand or claim under this Guarantee is
made on us in writing on or before a period of one year from the date of this
Guarantee, we shall be discharged from all liability under this Guarantee
thereafter.

5. We, ………………… (indicate the name of Bank) further agree with the
Authority that the Authority shall have the fullest liberty without our consent and
without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said Agreement or to extend time of performance by
the said Consultant from time to time or to postpone for any time or from time to
time any of the powers exercisable by the Authority against the said Consultant
and to forbear or enforce any of the terms and conditions relating to the said
Agreement and we shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said Consultant or for any
forbearance, act or omission on the part of the Authority or any indulgence by
the Authority to the said Consultant or any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have the
effect of so relieving us
6. This Guarantee will not be discharged due to the change in the constitution of
the Bank or the Consultant(s)
7.We, ……………….. (indicate the name of Bank) lastly undertake not to revoke
this Guarantee during its currency except with the previous consent of the
Authority in writing
85
8. For the avoidance of doubt, the Bank’s liability under this Guarantee shall
be restricted to Rs. *** crore (Rupees ***** crore) only. The Bank shall be
liable to pay the said amount or any part thereof only if the Authority
serves a written claim on the Bank in accordance with paragraph 2
hereof, on or before [*** (indicate date falling 180 days after the Bid Due
Date specified in the RFQ/RFP for the Project)]

Dated, the ………. day of ………. 20

FI..............................................................

(Name of Bank)
(Signature, name and designation Authorized signatory)
Seal of the Bank:

NOTES:
(i) The Bank Guarantee should contain the name, designation and
code number of the officer(s) signing the Guarantee.

(ii) The address, telephone no. and other details of the Head Office of
the Bank as well as of issuing Branch should be mentioned on the
covering letter of issuing Branch.

86
SCHEDULE-3

(See Clause 2.3.3)

Guidance Note on Conflict of Interest

1. This Note further explains and illustrates the provisions of Clause 2.3 of
the RFP and shall be read together therewith in dealing with specific
cases.
2. Consultants should be deemed to be in a conflict of interest situation if
it can be reasonably concluded that their position in a business or their
personal interest could improperly influence their judgment in the
exercise of their duties. The process for selection of consultants should
avoid both actual and perceived conflict of interest.
3. Conflict of interest may arise between the Authority and a consultant or
between consultants and present or future concessionaries/
contractors. Some of the situations that would involve conflict of
interest are identified below:

(a) Authority and consultants:

(i) Potential consultant should not be privy to information


from the Authority which is not available to others.

Potential consultant should not have defined the project when earlier
working for the Authority.

Potential consultant should not have recently worked for the


Authority overseeing the project.

(b) Consultants and concessionaires/contractors:

(i) No consultant should have an ownership interest or a


continuing business interest or an on-going
relationship with a potential concessionaire/ contractor
save and except relationships restricted to project-
specific and short-term assignments.

No consultant should be involved in owning or operating entities resulting


from the project.
No consultant should bid for works arising from the project.
The participation of companies that may be involved as investors or
consumers and officials of the Authority who have current or recent
connections to the companies involved, therefore, needs to be avoided.
87
4. The normal way to identify conflicts of interest is through self-
declaration by consultants. Where a conflict exists, which has not
been declared, competing companies are likely to bring this to the
notice of the Authority. All conflicts must be declared as and when
the consultants become aware of them.

5. Another approach towards avoiding a conflict of interest is through


the use of “Chinese walls” to avoid the flow of commercially
sensitive information from one part of the consultant’s company to
another. This could help overcome the problem of availability of
limited numbers of experts for the project. However, in reality
effective operation of “Chinese walls” may be a difficult proposition.
As a general rule, larger companies will be more capable of
adopting Chinese walls approach than smaller companies.
Although, “Chinese walls” have been relatively common for many
years, they are an increasingly discredited means of avoiding
conflicts of interest and should be considered with caution. As a
rule, “Chinese walls” should be considered as unacceptable and
may be accepted only in exceptional cases upon full disclosure by a
consultant coupled with provision of safeguards to the satisfaction of
the Authority.
6. Another way to avoid conflicts of interest is through the appropriate
grouping of tasks. For example, conflicts may arise if consultants
drawing up the terms of reference or the proposed documentation
are also eligible for the consequent assignment or project.
7. Another form of conflict of interest called “scope–creep” arises when
consultants advocate either an unnecessary broadening of the
terms of reference or make recommendations which are not in the
best interests of the Authority but which will generate further work
for the consultants. Some forms of contractual arrangements are
more likely to lead to scope-creep. For example, lump-sum
contracts provide fewer incentives for this, while time and material
contracts provide built in incentives for consultants to extend the
length of their assignment.
8. Every project contains potential conflicts of interest. Consultants
should not only avoid any conflict of interest, they should report any
present/ potential conflict of interest to the Authority at the earliest.
Officials of the Authority involved in development of a project shall
be responsible for identifying and resolving any conflicts of interest.
It should be ensured that safeguards are in place to preserve fair
and open competition and measures should be taken to eliminate
any conflict of interest arising at any stage in the process.

88
APPENDICES

89
APPENDIX-I
(See Clause 2.1.3)

TECHNICAL PROPOSAL
Form-1

Letter of Proposal
(On Applicant’s letter head)
(Date and Reference) -----

Sub: RFP for Providing Project Management Consultancy Services


for Development of Multipurpose Cargo Berth (Berth
No.17) at New Mangalore Port

Dear Sir,

With reference to your RFP Document dated ……………, I/We, having


examined all relevant documents and understood their contents, hereby
submit our Proposal for Providing Project Management Consultancy
Services (the Consultant”) for Work of for DEVELOPMENT OF
MULTIPURPOSE CARGO BERTH (BERTH NO.17) AT
NEW MANGALORE PORT.

. The proposal is unconditional and unqualified.

1. I/We acknowledge that the Authority will be relying on the


information provided in the Proposal and the documents
accompanying the Proposal for selection of the Consultant, and we
certify that all information provided in the Proposal and in the
Appendices is true and correct, nothing has been omitted which
renders such information misleading; and all documents
accompanying such Proposal are true copies of their respective
originals.
2. This statement is made for the express purpose of
appointment as the Consultant for the aforesaid Project.

3. I/We shall make available to the Authority any additional information


it may deem necessary or require for supplementing or
authenticating the Proposal.

4. I/We acknowledge the right of the Authority to reject our application


without assigning any reason or otherwise and hereby waive our
right to challenge the same on any account whatsoever.

90
5. I/We certify that in the last three years, we or any of our Associates
have neither failed to perform on any contract, as evidenced by
imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Applicant, nor been
expelled from any project or contract by any public authority nor
have had any contract terminated by any public authority for breach
on our part.
I/We declare that:
(a) I/We have examined and have no reservations to the RFP
Documents, including any Addendum issued by the Authority;
(b) I/We do not have any conflict of interest in accordance with
Clause 2.3 of the RFP Document;
(c) I/We have not directly or indirectly or through an agent
engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive
practice, as defined in Clause 4.3 of the RFP document, in
respect of any tender or request for proposal issued by or any
agreement entered into with the Authority or any other public
sector enterprise or any government, Central or State; and
(d) I/We hereby certify that we have taken steps to ensure that in
conformity with the provisions of Section 4 of the RFP, no
person acting for us or on our behalf will engage in any
corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice.
6. I/We understand that you may cancel the Selection Process at any
time and that you are neither bound to accept any Proposal that you
may receive nor to select the Consultant, without incurring any
liability to the Applicants in accordance with Clause 2.8 of the RFP
document.

7. I/We declare that we are not a member of any other Consortium


applying for Selection as a Consultant.

8. I/We certify that in regard to matters other than security and integrity
of the country, we or any of our Associates have not been convicted
by a Court of Law or indicted or adverse orders passed by a
regulatory authority which would cast a doubt on our ability to
undertake the Consultancy for the Project or which relates to a
grave offence that outrages the moral sense of the community.

9. I/We further certify that in regard to matters relating to security and


integrity of the country, we have not been charge-sheeted by any
agency of the Government or convicted by a Court of Law for any
offence committed by us or by any of our Associates.

91
10. I/We further certify that no investigation by a regulatory authority is
pending either against us or against our Associates or against our
CEO or any of our Directors/Managers/employees.

11. I/We hereby irrevocably waive any right or remedy which we may
have at any stage at law or howsoever otherwise arising to
challenge or question any decision taken by the Authority [and/ or
the Government of India] in connection with the selection of
Consultant or in connection with the Selection Process itself in
respect of the above mentioned Project.

12. I/We agree and understand that the proposal is subject to the
provisions of the RFP document. In no case, shall I/we have any
claim or right of whatsoever nature if the Consultancy for the Project
is not awarded to me/us or our proposal is not opened or rejected.

13. I/We agree to keep this offer valid for 90 (ninety) days from the PDD
specified in the RFP.

14. A Power of Attorney in favour authorizedorised signatory to sign and


submit this Proposal and documents is attached herewith in Form 4.

15. In the event of my/our firm being selected as the Consultant, I/we
agree to enter into an Agreement in accordance with the form at
Schedule–2 of the RFP. We agree not to seek any changes in the
aforesaid form and agree to abide by the same.

16. In the event of my/our firm being selected as the Consultant, I/we
agree and undertake to provide the services of the Team Leader
/Resident Engineer in accordance with the provisions of the RFP
and that the Team Leader cum Resident Engineer shall be
responsible for providing the agreed services himself and not
through any other person or Associate.

17. I/We have studied RFP and all other documents carefully. We
understand that except to the extent as expressly set forth in the
Agreement, we shall have no claim, right or title arising out of any
documents or information provided to us by the Authority or in
respect of any matter arising out of or concerning or relating to the
Selection Process including the award of Consultancy.

18. The Financial Proposal is being submitted in a separate cover. This


Technical Proposal read with the Financial Proposal shall constitute
the Application which shall be binding on us.

92
19. I/We agree and undertake to abide by all the terms and conditions of
the RFP Document.

In witness thereof, I/we submit this Proposal under and in accordance with
the terms of the RFP Document.

Yours faithfully,

(Signature, name and designation Authorized signatory)

(Name and seal of the Applicant/ Lead Member)

93
APPENDIX-I
Form-2
Particulars of the Applicant

1.1 Title of Consulting services: Project Management Consultancy


1.2 Title of Project: RFP for Providing Project Management Consultancy
Services for Development of Multipurpose Cargo Berth (Berth No.17)
at New Mangalore Port
1.3 State the following:

Name of Company or Firm:

Legal status (e.g. incorporated private company, unincorporated


business, partnership etc.):

Country of incorporation:

Registered address:

\Year of Incorporation:

Year of commencement of business:

Principal place of business:


Brief description of the Company including details of its main lines of
business
Name,
designation,
address and phone numbers of
Authorised Signatory of the Applicant:
Name:
Designation:
Company:
Address
Phone No.:
Fax No. :
E-mail address::
1.4 For the Applicant, state the following information:

(i) In case of non Indian company, does the company have


business presence in India?
Yes/No

If so, provide the office address(es) in India.

94
(ii) Has the Applicant been penalized by any organization for
poor quality of work or breach of contract in the last five
years?
Yes/No

(iii)Has the Applicant ever failed to complete any work awarded


to it by any public authority/ entity in last five years?
Yes/No

(iv) Has the Applicant been blacklisted by any Government


department/Public Sector Undertaking in the last five years?
Yes/No

(v) Has the Applicant, suffered bankruptcy/insolvency in the last five


years?
Yes/No

Note: If answer to any of the questions at (ii) to (v) is yes, the


Applicant is not eligible for this assignment.

1.5 (Signature, name and designation of the Authorized Signatory)


For and on behalf of ………………..______________

95
APPENDIX-I
Form-3

Statement of Legal Capacity

(To be forwarded on the letter head of the Applicant)

Ref. Date:

To
Chief Engineer
Administrative Office Building
2rd Floor, New Mangalore Port Authority
Panambur

Mangalore 575010

Dear Sir,

Sub: RFP FOR PROVIDING PROJECT MANAGEMENT


CONSULTANCY SERVICES FOR DEVELOPMENT OF
MULTIPURPOSE CARGO BERTH (BERTH NO.17) AT
NEW MANGALORE PORT

I/We hereby confirm that we, the Applicant (along with other members in
case of consortium, constitution of which has been described in the
Proposal*), satisfy the terms and conditions laid down in the RFP
document.

I/We have agreed that ……………….. (insert Applicant’s name) will act as
the Lead Member of our Consortium.

I/We have agreed that ……………….. (insert individual’s name) will act as
our Authorised Representative/ will act as the Authorised Representative of
the consortium on our behalf and has been duly authorized to submit our
Proposal. Further96Authorised signatory is vested with requisite powers to
furnish such proposal and all other documents, information or
communication and authenticate the same.

Yours faithfully,

(Signature, name and designation Authorised signatory


For and on behaIf of ....................
*Please strike out whichever is not applicable
96
APPENDIX-I
Form-4
Power of Attorney

Know all men by these presence, I/ We, .........................................


(name of Firm and address of the registered office) do hereby constitute,
nominate, 97authorized Mr / Ms........................................son/daughter/wife
and presently siding at ........................................ , who is presently
employed with/ retained by us and holding the position of .................... as our
true and lawful attorney (hereinafter referred to as the “Authorised
Representative”) to do in our name and on our behalf, all such acts, deeds
and things as are necessary or required in connection with or incidental to
submission of our Proposal for Providing Project Management Consultancy
Services for Development of Multipurpose Cargo Berth (Berth NO.17) at
New Mangalore Port. proposed to be developed by the SPV/ VPT (the
“Authority”) including but not limited to signing and submission of all
applications, proposals and other documents and writings, participating in
pre-bid and other conferences and providing information/ responses to the
Authority, representing us in all matters before the Authority, signing and
execution of all contracts and undertakings consequent to acceptance of
our proposal and generally dealing with the Authority in all matters in
connection with or relating to or arising out of our Proposal for the said
Project and/or upon award thereof to us till the entering into of the
Agreement with the Authority.
AND, we do hereby agree to ratify and confirm all acts, deeds and things
lawfully done or caused to be done by our said Authorised Representative
pursuant to and in exercise of the powers conferred by this Power of
Attorney and that all acts, deeds and things done by our said Authorised
Representative in exercise of the powers hereby conferred shall and shall
always be deemed to have been done by us.
INITNESS WHEREOF WE, .................... THE ABOVE NAMED
PRINCIPAL HAVE EXECUTED THIS POWIOF ATTORNEY ON THIS

.................... DAY OF
.................... , 20**

For .......................................
(Signature, name, designation and
address)
Witnesses:

1.
2.

97
Notarised
Accepted

........................................

(Signature, name, designation and address of the


Attorney)
Notes:

The mode of execution of the Power of Attorney should be in accordance


with the procedure, if any, laid down by the applicable law and the
authorized documents of the executants (s) and when it is so required the
same should be under common seal affixed in accordance with the
required procedure.

Wherever required, the Applicant should submit for verification the extract
of the charter documents and other documents such as a resolution/power
of attorney in favour of the person executing this Power of Attorney for the
delegation of power hereunder on behalf of the Applicant.

For a Power of Attorney executed and issued overseas, the


document98will have to be legalised98/ authorized by Indian Embassy and
notarised in the jurisdiction where the Power of Attorney is being issued.
However, the Power of Attorney provided by Applicants from countries that
have signed the Hague Legislation Convention are not required to be
legalised / authorized by the Indian Embassy if it carries a conforming
Appostille certificate.

98
APPENDIX-I
Form-5
Financial Capacity of the Applicant

(Refer Clause 2.2.2 (B))

Sl. No. Financial Year Annual Revenue


(Rs.)
1.

2.

3.

Certificate from the Statutory Auditor$


This is to certify that .................... (name of the Applicant) has
received the payments shown above against the respective years on
account of professional fees.

(Signature, name and designation of the authorised signatory)

Date: Name and seal of the audit firm:

$
In case the Applicant does not have a statutory auditor, it shall provide
the certificate from its chartered accountant that ordinarily audits the
annual accounts of the Applicant.

99
APPENDIX-I
Form-6
Particulars of Key/ other Personnel

Sl. Designation of Key/ Name Educational Length of Present Employment No. of Eligible Remuneration
No other Personnel Professional Assignment of Key
Qualification Name of Employed personnel
Experience Firm Since

1 2 3 4 5 6 7 8 9

1 Team Leader

2 Marine Structure
Expert

3 Resident Engineer

4 Assistant Resident
Engineer - 1

5 Assistant Resident
Engineer – 2

#
Refer Form 8 of Appendix I Eligible Assignments of Key Personnel

100
APPENDIX-I

Form-7

Abstract of Eligible Assignments of the Applicant#


(Refer Clause 3.1)

S.No Name of Name of Estimated Professional fee##


Project Client capital cost of received by the
Project (in Rs Applicant (in Rs
crore/ US$ crore)
million)

(1)* (2) (3) (4) (5)

# The Applicant should provide details of only those assignments that have been
undertaken by it under its own name.
## Exchange rate should be taken as Rs. 75 per US $ for conversion to Rupees.
Copy of Contract/work orders along with completion certificate indicating the details of
previous assignment completed, client, value of assignment/proportionate value in
use of projects/ assignment in process date and year of award.
* The names and chronology of Eligible Assignments included here should conform
to the project-wise details submitted in Form-9 of Appendix-I.

Certificate from the Statutory Auditor$


This is to certify that the information contained in Column 5 above is correct as
per the accounts of the Applicant and/ or the clients.

(Signature, name and designation of the authorised signatory)


Date: Name and seal of the audit firm:
$
In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual accounts of
the Applicant.

101
APPENDIX-I

Form-7A

Abstract of other relevant experience of the Applicant#


(Refer Clause 3.1.5)

S.No Name of Name of Estimated capital Professional fee##


Project Client cost of Project (in received by the
Rs crore/ US$ Applicant (in Rs
million) crore)£
(1)* (2) (3) (4) (5)

1.

2.

3.

4.

# The Applicant should provide details of only those assignments that have been
undertaken by it under its own name.
## Exchange rate should be taken as Rs. 75 per US $ for conversion to Rupees.
Copy of Contract/work orders along with completion certificate indicating the details of
previous assignment completed, client, value of assignment/proportionate value in
use of projects/ assignment in process date and year of award.
* The names and chronology of the projects included here should conform
to the project-wise details submitted in Form-9A of Appendix-I.

Certificate from the Statutory Auditor$


This is to certify that the information contained in Column 5 above is correct as
per the accounts of the Applicant and/ or the clients.

(Signature, name and designation of the authorised signatory)

Date: Name and seal of the audit firm:


$
In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual accounts of
the Applicant.

102
APPENDIX-I

Form-8@
Abstract of Eligible Assignments of Key/ other Personnel$
(Refer Clause 3.1)
Name of Key/ Other Personnel:
Designation:

S.No Name Name Estimated Name of Designation Date of Man hours


of of capital firm for of the Key completion spent on
Project* Client cost of which the Personnel of the the
project Key on the assignment assignment
(in Rs Personnel assignment
cr./ US$ worked
million)

(1) (2) (3) (4) (5) (6) (7) (8)

@ Use separate Form for each Key Personnel.

1. $ In the case of Team Leader/ Project Manager, only those Eligible Assignments shall
be included where the Team Leader/ Project Manager as the Team Leader or the leader
of the Team in the relevant assignment.
* The names and chronology of projects included here should conform to the
project-wise details submitted in Form-10 of Appendix-I.

103
APPENDIX-I

Form-8A@
Abstract of other relevant experience of Key Personnel$
(Refer Clause 3.1.5)
Name of Key Personnel:
Designation:

S.No Name Name Estimated Name of Designation Date of Man hours


of of capital firm for of the Key completion spent on
Project* Client cost of which the Personnel of the the
project Key on the assignment assignment
(in Rs Personnel assignment
cr./ US$ worked
million)

(1) (2) (3) (4) (5) (6) (7) (8)

1) @ Use separate Form for each Key Personnel.


$
2) In the case of Team Leader/ Project Manager, only those Eligible Assignments
shall be included where the Team Leader/ Project Manager as the Team Leader or
the leader of the Team in the relevant assignment.
3) * The names and chronology of assignments included here should conform to the
project-wise details submitted in Form 10A of Appendix-I.

104
APPENDIX-I
Form-9
Eligible Assignments of Applicant
(Refer Clause 3.1.4)

Name of Applicant:

Name of the Project:

Project size particulars:

Description of services performed


by the Applicant firm:

Name of client and Address:

Name, telephone no. and fax no. of


client’s representative:

Estimated capital cost of Project (in


Rs crore or US$ million):

Payment received by the Applicant


as professional fees (in Rs. crore):

Start date and finish date of the


services (month/ year):

Brief Description of the Project

Notes:
1. Use separate sheet for each Eligible Assignment.
2. Exchange rate should be taken as Rs. 75 per US $ for converting
to Rupees.

105
APPENDIX-I
Form-9A
Other relevant assignments of Applicant
(Refer Clause 3.1.5)

Name of Applicant:

Name of the Project:

Project size particulars:

Description of services performed


by the Applicant firm:

Name of client and Address:

Name, telephone no. and fax no. of


client’s representative:

Estimated capital cost of Project (in


Rs crore or US$ million):

Payment received by the Applicant


as professional fees (in Rs. crore):

Start date and finish date of the


services (month/ year):

Brief description of the Project:

Notes:
1. Use separate sheet for each assignment.
2. Exchange rate should be taken as Rs. 75 per US $ for converting
to Rupees.

106
APPENDIX-I
Form-10
Eligible Assignments of Key Personnel
(Refer Clause 3.1.4)

Name of Key Personnel:

Designation of Key Personnel:

Name of the Project:

Project size particulars:


Name of Consulting Firm where
employed:

Description of services performed


by the Key Personnel (including
designation):

Name of client and Address:


Name, telephone no. and fax no.
of client’s representative:

Estimated capital cost of the


Project (in Rs crore or US$
million):

Start date and finish date of the


services (month/ year):

Brief description of the Project:

Notes:

1. Use separate sheet for each Eligible Assignment.


2. In the case of Team Leader/ Project Manager, only those Eligible
Assignments shall be included where the Team Leader/ Project
Manager as the Team Leader or the leader of the Team in the
relevant assignment.
3. Exchange rate should be taken as Rs. 75 per US $ for converting in
Indian Rupees.

107
APPENDIX-I
Form-10A
Other relevant assignments of Key Personnel
(Refer Clause 3.1.5)

Name of Key Personnel:

Designation of Key Personnel:

Name of the Project:

Project size particulars:

Name of Consulting Firm where


employed:

Description of services performed


by the Key Personnel (including
designation):

Name of client and Address:

Name, telephone no. and fax no. of


client’s representative:

Estimated capital cost of the


Project (in Rs crore or US$ million):

Start date and finish date of the


services (month/ year):

Brief description of the Project:

Notes:
1. Use separate sheet for each assignment.
2. In the case of Team Leader/ Project Manager, only those Eligible
Assignments shall be included where the Team Leader/ Project Manager
as the Team Leader or the leader of the Team in the relevant
assignment.
3. Exchange rate should be taken as Rs. 75 per US $ for converting in
Indian Rupees.

108
APPENDIX-I
Form -11
Curriculum Vitae (CV) of Professional Personnel
1. Proposed Position:
2. Name of Personnel:
3. Date of Birth:
4. Nationality:
5. Educational Qualifications:
6. Employment Record:

(Starting with present position, list in reverse order every


employment held.)
7. List of projects on which the Personnel has worked
a) Name of Project
b) Description of responsibilities

Certification:
1 I am willing to work on the Project and I will be available for
entire duration of the Project assignment as required.
2 I, the undersigned, certify that to the best of my knowledge
and belief, this CV correctly describes my qualifications, my
experience and me.

(Signature and name of the Professional


Personnel)

Place.........................................

(Signature and name of the authorised signatory of the Applicant)


Notes:
1. Use separate form for each Key Personnel and Professional Personnel.

109
1. In the case of PPP Expert, only those assignments shall be included
where the PPP Expert worked as the Team Leader or the leader of the
Financial/PPP Team in the relevant assignment.

2. The names and chronology of assignments included here should conform


to the project-wise details submitted in Form-7 or Form-7A, as the case may
be, of Appendix-I.

3. Each page of the CV shall be signed in ink by both the Personnel


concerned and by the Authorised Representative of the Applicant firm along
with the seal of the firm. Photocopies will not be considered for evaluation.

110
APPENDIX - I
Form – 12

Integrity Pact
General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made
on____________ day of the month of _______________ 20__, between, on one
hand, the Board of Trustees of New Mangalore Port Authority acting through Shri.
________________, Chief Engineer (Civil), New Mangalore Port ‘rust (her’inafter
called the 'AUTHORITY', which expression shall mean and include, unless the
context otherwise requires, his successors in office and assigns) of the First Part
and M/s. ____________________ represented by
Shri.___________________________, Chief Executive Of“icer (her”inafter called
the "APPLICANT" which expression shall mean and include, unless the context
otherwise requires, his successors and permitted assigns) of the Second Part.
WHEREAS the AUTHORITY has invited bids for the project of “Request for Proposal
(RFP) for Providing Project Management Consultancy Services for Development Of
Multipurpose Cargo Berth (Berth No.17) at New Mangalore Port (hereinafter referred
to as the “Work”) and the “APPLICANT” is submitting its Bid for the Project, and
WHEREAS the APPLICANT is a Private Limited Company/ Public Limited Company/
Government undertaking/ registered partnership firm/ Joint Venture/ Consortium,
constituted in accordance with the relevant law in the matter.

AUTHORITY NOW, THEREFORE,

To avoid all forms of corruption by following a system that is fair, transparent and
free from any influence/prejudiced dealings prior to, during and subsequent to the
currency of the contract to be entered into with a view to:-
Enabling APPLICANTS to abstain from bribing or indulging in any corrupt practice in
order to secure the contract by providing assurance to them that their competitors
will also abstain from bribing and other corrupt practices and the AUTHORITY will
commit to prevent corruption, in any form, by its officials by following transparent
procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as
follows:

Commitments of the AUTHORITY

1.1 The AUTHORITY undertakes that no official of the AUTHORITY, connected


directly or indirectly with the contract, will demand, take a promise for or
accept, directly or through intermediaries, any bribe, consideration, gift,
reward, favour or any material or immaterial benefit or any other advantage
from the APPLICANT, either for themselves or for any person, organisation or
third party related to the contract in exchange for an advantage in the bidding

111
process, bid evaluation, contracting or implementation process related to the
contract.
1.2 The AUTHORITY will, during the pre-contract stage, treat all APPLICANTS
alike and will provide to all APPLICANTS the same information and will not
provide any such information to any particular APPLICANT which could afford
an advantage to that particular APPLICANT in comparison to other
APPLICANTS.
1.3 All the officials of the CONCESSIONING AUTHORITY will report to the
appropriate Government office any attempted or completed breaches of the
above commitments as well as any substantial suspicion of such a breach.
2. In case any such preceding misconduct on the part of such official(s) is
reported by the APPLICANT to the AUTHORITY with full and verifiable facts
and the same is prima facie found to be correct by the AUTHORITY
necessary disciplinary proceedings, or any other action as deemed fit,
including criminal proceedings may be initiated by the AUTHORITY and such
a person shall be debarred from further dealings related to the contract
process. In such a case, while an enquiry is being conducted by the
AUTHORITY the proceedings under the contract would not be stalled.

Commitments of APPLICANTS

3. The APPLICANT commits itself to take all measures necessary to prevent


corrupt practices, unfair means and illegal activities during any stage of its bid
or during any pre-contract or post-contract stage in order to secure the
contract or in furtherance to secure it and in particular commit itself to the
following:-
3.1 The APPLICANT will not offer, directly or through intermediaries, any bribe,
gift, consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the
AUTHORITY connected directly or indirectly with the bidding process, or to
any person, organisation or third party related to the contract in exchange for
any advantage in the bidding, evaluation, contracting and implementation of
the contract.
3.2 The APPLICANT further undertakes that it has not given, offered or promised
to give, directly or indirectly any bribe, gift, consideration, reward, favour, any
material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of the AUTHORITY or otherwise in
procuring the Contract or forbearing to do or having done any act in relation to
the obtaining or execution of the contract or any other contract with the
Government for showing or forbearing to show favour or disfavour to any
person in relation to the contract or any other contract with the Government.
3.3* APPLICANTS shall disclose the name and address of agents and
representatives and Indian APPLICANTS shall disclose their foreign
principals or associates.

112
3.4* APPLICANTS shall disclose the payments to be made by them to
agents/brokers or any other intermediary, in connection with this bid/contract.
3.5* The APPLICANT further confirms and declares to the AUTHORITY that the
APPLICANT has not engaged any individual or firm or company whether
Indian or foreign to intercede, facilitate or in any way to recommend to the
AUTHORITY or any of its functionaries, whether officially or unofficially to the
award of the contract to the APPLICANT, nor has any amount been paid,
promised or intended to be paid to any such individual, firm or company in
respect of any such intercession, facilitation or recommendation.
3.6 The APPLICANT, either while presenting the bid or during pre-contract
negotiations or before signing the contract/ Concession Agreement, shall
disclose any payments he has made, is committed to or intends to make to
officials of the AUTHORITY or their family members, agents, brokers or any
other intermediaries in connection with the contract and the details of services
agreed upon for such payments.
3.7 The APPLICANT will not collude with other parties interested in the contract
to impair the transparency, fairness and progress of the bidding process, bid
evaluation, contracting and implementation of the contract.
3.8 The APPLICANT will not accept any advantage in exchange for any corrupt
practice, unfair means and illegal activities.
3.9 The APPLICANT shall not use impropriety for purposes of competition or
personal gain, or pass on to others, any information provided by the
AUTHORITY as part of the business relationship, regarding plans, technical
proposals and business details, including information contained in any
electronic data carrier. The APPLICANT also undertakes to exercise due and
adequate care lest any such information is divulged.
3.10 The APPLICANT commits to refrain from giving any complaint directly or
through any other manner without supporting it with full and verifiable facts.
3.11 The APPLICANT shall not instigate or cause to instigate any third person to
commit any of the actions mentioned above.
3.12 If the APPLICANT or any employee of the APPLICANT or any person acting
on behalf of the APPLICANT, either directly or indirectly, is a relative of any of
the officers of the AUTHORITY, or alternatively, if any relative of an officer of
the AUTHORITY has financial i’terest/stake in the APPLICANT's firm, the
same shall be disclosed by the APPLICANT at the time ‘f filing’of tender.
The term 'relative' for this purpose would be as defined in Section 6 of the
Companies Act 1956.
3.13 The APPLICANT shall not lend to or borrow any money from or enter into any
monetary dealings or transactions, directly or indirectly, with any employee of
the AUTHORITY.

4. Previous Transgression
4.1 The APPLICANT declares that no previous transgression occurred in the last
three years immediately before signing of this Integrity Pact, with any other
company in any country in respect of any corrupt practices envisaged
113
hereunder or with any Public Sector Enterprise in India or any Government
Department in Indi’ that could justify Applicant's exclusion from the tender
process.
4.2 The APPLICANT agrees that if it makes incorrect statement on this subject,
APPLICANT can be disqualified from the tender process or the contract, if
already awarded, can be terminated for such reason.

5. Sanctions for Violations


5.1 Any breach of the aforesaid provisions by the APPLICANT or any one
employed by it or acting on its behalf (whether with or without the knowledge
of the APPLICANT) shall entitle the AUTHORITY to take all or any one of the
following actions, wherever required:-
a. To immediately call off the pre-contract negotiations without assigning
any reason or giving any compensation to the APPLICANT. However,
the proceedings with the other APPLICANT(s) would continue.
b. The Bid Security (in pre-contract stage) and/or /Performance Security
(after the contract is signed) shall stand forfeited either fully or partially,
as decided by the AUTHORITY and the AUTHORITY shall not be
required to assign any reason therefore.
c. To immediately cancel the contract, if already signed, without giving
any compensation to the APPLICANT.
d. To cancel all or any other Contracts with the APPLICANT. The
APPLICANT shall, be liable to pay compensation for any loss or
damage to the AUTHORITY resulting from such cancellation/rescission
and the AUTHORITY shall be entitled to deduct the amount so payable
from the money(s) due to the APPLICANT.
e. To debar the APPLICANT from participating in future bidding
processes of the Government of India for a minimum period of five
years, which may be further extended at the discretion of the
AUTHORITY.
f. To recover all sums paid in violation of this Pact by APPLICANT(s) to
any middleman or agent or broker with a view to securing the contract.
g. Forfeiture of Performance Security in case of a decision by the
AUTHORITY to forfeit the same without assigning any reason for
imposing sanction for violation of this Pact.

6.2 The AUTHORITY will be entitled to take all or any of the actions mentioned at
para 6.1(a) to (g) of this Pact also on the Commission by the APPLICANT or
any one employed by it or acting on its behalf (whether with or without the
knowledge of the APPLICANT), of an offence as defined in Chapter IX of the
Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other
statute enacted for prevention of corruption.
6.3 The decision of the AUTHORITY to the effect that a breach of the provisions
of this Pact has been committed by the APPLICANT shall be final and

114
conclusive on the APPLICANT. However, the APPLICANT can approach the
Independent Monitor(s) appointed for the purposes of this Pact.

7. Fall Clause
7.1 The APPLICANT undertakes that it has not performed /is not performing
similar project at a price lower than that offered in the present bid in respect
of any other Ministry/Department of the Government of India or PSU and if it
is found at any stage that similar project was performed by the APPLICANT
to any other Ministry/Department of the Government of India or a PSU at a
lower price, then that very price, with due allowance for elapsed time, will be
applicable to the present case and the difference in the cost would be
refunded by the APPLICANT to the AUTHORITY, if the contract has already
been concluded.

8. Independent Monitors
8.1 The AUTHORITY has appointed the following Independent Monitors
(hereinafter referred to as Monitor) for this Pact in consultation with the
Central Vigilance Commission.

Sri Prem Chand Pankaj,


Ex-CMD, NEEPCO.
M 402, Pioneer Park,
Sectror-61, Golf Course,
Extn. Road, Gurgaon
Mob: 9717433886
Email: prempankaj@gmail.com

8.2 The task of the Monitors shall be to review independently and objectively,
whether and to what extent the parties comply with the obligations under this
Pact.

8.3 The Monitors shall not be subject to instructions by the representatives of the
parties and perform their functions neutrally and independently.

8.4 Both the parties accept that the Monitors have the right to access all the
documents relating to the project/bidding, including minutes of meetings.

8.5 As soon as the Monitor notices, or has reason to believe, a violation of this
Pact, he will so inform the Authority designated by the AUTHORITY,

8.6 The APPLICANT(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the AUTHORITY including that
provided by the APPLICANT. The APPLICANT will also grant the Monitor,
upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to
115
Subcontractors. The Monitor shall be under contractual obligation to treat the
information and documents of the APPLICANT/Subcontractor(s) with
confidentiality.
8.7 The AUTHORITY will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings
could have an impact on the contractual relations between the parties. The
parties will offer to the Monitor the option to participate in such meetings.
8.8 The Monitor will submit a written report to the designated Authority of
AUTHORITY within 8 to 10 weeks from the date of reference or intimation to
him by the AUTHORITY / APPLICANT and, should the occasion arise, submit
proposals for correcting problematic situations.

9. Facilitation of Investigation
In case of any allegation of violation of any provisions of this pact or payment
of commission, the AUTHORITY or its agencies shall be entitled to examine
all the documents including the Books of Accounts of the APPLICANT and the
APPLICANT shall provide necessary information and documents in English
and shall extend all possible help for thee of such examination.

10. Law and Place of Jurisdiction


This ’act is subject to Indian Law.' The place of performance and jurisdiction
seat of the AUTHORITY.

11. Other Legal Actions


The actions stipulated in this Integrity Pact are without prejudice to any other
legal action that may follow in accordance with the provisions of the extant
law in force relating to any civil or criminal proceedings.

12. Validity
12.1 The validity of this Integrity Pact shall be from date of its signing and extend
upto 5 years or the complete execution of the contract to the satisfaction of
both the AUTHORITY and the APPLICANT, including warranty period,
whichever is later. In case APPLICANT is unsuccessful, this Integrity Pact
shall expire after six months from the date of the signing of the contract.

12.2 Should one or several provisions of this Pact turn out to be invalid; the
remainder of this Pact shall remain valid. In this case, the parties will strive to
come to an agreement to their original intentions.

13. The parties hereby sign this Integrity Pact at _______on________

APPLICANT CONCESSIONING AUTHORITY

Name of the Officer. Chief Engineer (Civil)

116
Designation Dept./MINISTRY/PSU

Witness Witness
1. ________________ 1.___________________
2. _________________ 2.___________________,
* Provisions of these clauses would need to be amended/ deleted in line with the
policy of the AUTHORITY in regard to involvement of Indian agents of foreign
applicants.

117
APPENDIX
Form – 13

Proposed Deployment Schedule


Key Personnel Man 1 2 3 5 6 7 8 9 . . . 32
months
Team Leader
Marine structure
expert
Resident
Engineer
Asst. Resident
Engineer 1
Asst. Resident
Engineer 2

118
APPENDIX
FORM – 14
E- PAYMENT FORM

To

The FA&CAO,
New Mangalore Port Authority
Panambur- 575010.

Through Chief Engineer (Civil)


Sir,
We hereby give particulars for payment of the Works bill / Advance etc

Sl No Particulars
1 Name of the consultant
2 Address of the consultant
3 Name of the work for which payment is made
4 Agreement dated :
Work order No.
5 Name of the bank in which consultant operating
account.
6 Address of the Bank
7 Branch Code No
8 Type of Account ( Whether SB A/c or Current A/c )
9 Account No :
10 PAN No.
11 GST Registration No.

Yours Sincerely

(Signature of Authorized representative of consultant)

119
APPENDIX -II
[FOR REFERENCE ONLY]
Reference Format of FINANCIAL PROPOSAL
[Shall be submitted in E-Tender only]

BOQ No: 1: Detail Engineering, Tendering Process and Review of design reports
and drawings

Sl. Description of PMC Services Unit Amount in INR


No. (Figures and in
words)

1 Preparation of Detailed estimates, drawings, Lump


Tender document for Development of Sum
Multipurpose Cargo Berth (Berth No.17),
Invitation of NIT, Evaluation process, Award
of Contract, review of design reports and
drawings

Note:
(1) The price should include a Services of Team Leader, Marine Structure
Expert, a Contract expert and a Legal expert together with a Draftsman
and a Clerical staff with computer knowledge for the above said work. The
price should include all the expenses including stationery transporting,
taxes duties etc complete excluding GST.

(2) The BOQ No. 1 payment will be made on percentage basis as stipulated
in Clause 1.10

BOQ No: 2 Comprehensive supervision/monitoring construction activities of


Development of Multipurpose Cargo Berth (Berth No.17) at New
Mangalore Port by Technical / Office Staff and Maintaining office etc.
from the date of Award of Contract to the completion of PMC
Services.

Sl. Description Unit Quantity Rate Total


No (in months) (in Figures Amount
& in Words) (in Figures
and in Words)
1 Resident Engineer Man 26
months
2 Assistant Resident Man 2 x 26 = 52
120
Engineer months
Total of BOQ 2
Grand Total of BOQ-1
and BOQ-2

Note for BOQ 2:


1. The Remuneration for person per month shall include every one of the
payments, expenditure allowances, overheads & profit, and all taxes excluding
GST thereon which will be reimbursed as per the prevailing government rules
on documentary evidence.
2. The man month quantity in the BOQ No: 2 is estimated minimum
requirement and the same is considered for Financial Proposal evaluation.
Actual utilized man month will vary according to project requirement and only
actual utilized man month’s quantities only considered for payment purpose.
3. The payment will be made on calendar month basis on based on the actual
Manpower deployed.
4. For any external / internal experts as and when required for tackling any
technical / environmental / legal matter, the same have to be arranged by
consultant at no extra cost.
5. No escalation on any account will be payable on the above amounts during the
entire contract period.
6. Each man-month to be converted into 30 man-days
7. In case deployment of personnel in man days, remuneration schedule shall be
made accordingly in pro-rate man day basis based on Note No.6.

121
APPENDIX - III

Development of Multipurpose Cargo Berth (Berth No.17) at


New Mangalore Port

Information Memorandum

ATTACHED

DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL DEEP DRAFT GENERAL
CARGO BERTH (BERTH NO. 17) AT NEW MANGALORE PORT PREPARED BY NATIONAL TECHNOLOGY
CENTRE FOR PORTS, WATERWAYS AND COASTS DEPARTMENT OF OCEAN ENGINEERING INDIAN
INSTITUTE OF TECHNOLOGY MADRAS CHENNAI 600 036, INDIA – DECEMBER 2021.

PAGES 1 TO 314

122
DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF
ADDITIONAL DEEP DRAFT GENERAL CARGO BERTH (BERTH NO. 17) AT
NEW MANGALORE PORT

Client

New Mangalore Port Trust

Consultants

Prof. S. A. Sannasiraj

Prof. K. Murali

National Technology Centre for Ports, Waterways and Coasts


Department of Ocean Engineering
Indian Institute of Technology Madras
Chennai 600 036, India
DECEMBER 2021
Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Table of Contents

1.0 INTRODUCTION................................................................................................................... 7

2.0 OBJECTIVE AND SCOPE OF WORK ............................................................................... 8

3.0 PLANNING FOR BERTHING JETTY AND APPROACH JETTY ................................ 9

3.1 General ............................................................................................................................. 9

3.2 Materials and Covers ........................................................................................................ 9

3.2.1 Cement ....................................................................................................................... 9

3.2.2 Reinforcement ........................................................................................................... 9

3.2.3 Expansion Joints ...................................................................................................... 10

3.2.4 Clear Cover .............................................................................................................. 10

4.0 DESIGN CRITERIA ............................................................................................................ 10

4.1 Design Life ..................................................................................................................... 10

4.2 Tide levels ...................................................................................................................... 10

4.3 Geotechnical Parameters ................................................................................................ 11

4.4 Salient levels .................................................................................................................. 12

4.5 Standards and Codes of Practice .................................................................................... 12

4.5.1 Civil Works.............................................................................................................. 12

4.5.2 Geotechnical ............................................................................................................ 13

4.5.3 British standards ...................................................................................................... 13

4.5.4 Other international codes and references................................................................. 14

4.6 Reference ........................................................................................................................ 14

4.7 Design loads ................................................................................................................... 14

4.8 Berthing Criteria............................................................................................................. 15

4.9 Mooring Loads ............................................................................................................... 15

4.10 Environmental Data...................................................................................................... 15

4.10.1 Water depth............................................................................................................ 15

4.10.2 Waves and Currents ............................................................................................... 15

Client: New Mangalore Port Trust, Mangalore 2


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

4.10.3 Temperature ........................................................................................................... 16

4.10.4 Seismic force ......................................................................................................... 16

4.11 Crack width .................................................................................................................. 16

4.12 Concrete Design ........................................................................................................... 17

4.13 Wearing Coat................................................................................................................ 17

4.14 Development Length .................................................................................................... 17

4.15 Horizontal Deflection Limit ......................................................................................... 17

5.0 STRUCTURAL MODEL FOR BERTHING STRUCTURES ......................................... 18

5.1 General Arrangements.................................................................................................... 18

5.2 Arrangements of berthing jetty and approach jetty ........................................................ 19

5.2.1 Berthing jetty ........................................................................................................... 19

5.2.2 Approach jetty ......................................................................................................... 20

5.3 Analysis Model .............................................................................................................. 22

5.4 Structural Sizes ............................................................................................................... 23

6.0 DESIGN LOADS FOR JETTIES........................................................................................ 23

6.1 Dead Load ...................................................................................................................... 23

6.2 Live (Imposed) Load ...................................................................................................... 24

6.3 Mooring Load ................................................................................................................. 24

6.4 Berthing Force ................................................................................................................ 25

6.5 Vehicular/ Crane loads ................................................................................................... 25

6.6 Waves and Currents ....................................................................................................... 29

6.6.1 Design Wave............................................................................................................ 29

6.6.2 Current Loads .......................................................................................................... 29

6.7 Temperature Variation ................................................................................................... 29

6.8 Seismic Force ................................................................................................................. 29

6.9 Axial Load Bearing Capacity Calculation ..................................................................... 30

6.9.1 Axial Load Bearing Capacity Calculation for 1200mm pile ................................... 30

Client: New Mangalore Port Trust, Mangalore 3


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

6.9.2 Axial Load Bearing Capacity Calculation for 1400mm pile ................................... 32

6.9.3 Axial Load Bearing Capacity Calculation for 1000mm pile ................................... 34

6.10 Load combinations ................................................................................................... 37

7.0 BERTHING STRUCTURE MODEL DISCRETIZATION DIAGRAMS ...................... 39

7.1 General ........................................................................................................................... 39

8.0 STRUCTURAL ANALYSIS RESULTS FOR BERTHING JETTY............................... 40

8.1 Pile End Force summary for 1400mm pile .................................................................... 40

8.2 Pile End Force summary for 1200mm pile .................................................................... 41

8.3 Beam End Force Summary ............................................................................................ 42

8.3.1 Transverse beam (Main Beam) -MB- 1500x2000mm ............................................ 42

8.3.2 Crane Beam (CB) -1500x2000mm .......................................................................... 43

8.3.3 Long Beam (LB) -1300x2000mm ........................................................................... 45

8.3.4 Fender Beam (FB) -1300x3000mm ......................................................................... 46

8.3.5 Cantilever Main Beam -1500x900mm .................................................................... 48

8.4 Plate center stress summary ................................................................................................ 49

8.4.1 Deck slab – 550mm thick ............................................................................................ 49

9.0 STRUCTURAL ANALYSIS RESULTS FOR APPROACH JETTY ............................. 50

9.1 Pile End Force summary for 1000mm pile .................................................................... 50

9.2 Beam End Force Summary ............................................................................................ 51

9.2.1 Main Beam (MB) -1000x1800mm .......................................................................... 51

9.2.2 Long Beam (LB) -800x1800mm ............................................................................. 53

9.2.3 Main Beam cantilever -1000x850mm ..................................................................... 54

9.3 Plate center stress summary ........................................................................................... 55

9.3.1 Deck slab – 500mm thick ........................................................................................ 55

10.0 RESULTS DISCUSSIONS................................................................................................. 57

10.1 Piles .............................................................................................................................. 57

10.1.1 General................................................................................................................... 57

Client: New Mangalore Port Trust, Mangalore 4


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

10.2 Berthing jetty Analysis Results .................................................................................... 57

10.2.1 1400mm Diameter pile .......................................................................................... 57

10.2.2 1200mm Diameter pile .......................................................................................... 58

10.2.3 In-Situ Beam .......................................................................................................... 59

10.2.4 Deck slab – 550mm Thick ..................................................................................... 60

10.3 Approach jetty Analysis Results .................................................................................. 61

10.3.1 1000mm Diameter pile .......................................................................................... 61

10.3.2 In-Situ Beam .......................................................................................................... 62

10.3.3 Deck slab – 500mm Thick ..................................................................................... 63

11.0 RC DESIGN DETAILS OF BERTHING STRUCTURE AND APPROACH


STRUCTURE .............................................................................................................................. 65

11.1 RC Design for Berthing Jetty ....................................................................................... 65

11.1.1 Pile ......................................................................................................................... 65

11.1.2 Beams .................................................................................................................... 65

11.1.3 Deck slab ............................................................................................................... 66

11.2 RC Design for Approach Jetty ..................................................................................... 66

11.2.1 Pile ......................................................................................................................... 66

11.2.2 Beams .................................................................................................................... 66

11.2.3 Deck slab ............................................................................................................... 67

12.0 REVETMENT ..................................................................................................................... 68

13.0 BILL OF QUANTITY AND COST ESTIMATE ............................................................ 69

14.0 SUMMARY ......................................................................................................................... 69

List of Figures

Fig.1.1 Location of New Mangalore Port .................................................................................. 7

Fig1.2 Location of Proposed Berth No.17 (Deep draft General Cargo berth) ........................... 8

Client: New Mangalore Port Trust, Mangalore 5


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Fig.4.1 Google earth image – Bore-Hole location ................................................................... 11

Fig.5.1 Overall layout of proposed structures .......................................................................... 18

Fig.5.2 General Arrangements of berthing structure and approach structures ........................ 18

Fig.5.3 General Arrangements of Berthing Structures (Unit-1)-Typical ................................. 19

Fig.5.4 Cross section of berthing structure-Typical................................................................. 20

Fig.5.6 General Arrangements of Approach Jetty-1 and 2 (Typical) ...................................... 20

Fig.5.7 General Arrangements of Approach Jetty-1 and 2 (Typical) ...................................... 21

Fig.5.8 Longitudinal section of Approach Jetty-1 and 2 (Typical).......................................... 21

Fig.5.9 Structural model for berthing jetty .............................................................................. 22

Fig.5.10 Structural model for Approach jetty .......................................................................... 22

Fig.6.5 Response spectra for Rock and Soil sites for 5 percent Damping ............................... 30

Fig.12.1 – The proposed cross section of Revetment/ Slope protection.................................. 68

Fig.12.1 – The proposed cross section of Revetment/ Slope protection at Approach jetty
location ..................................................................................................................................... 69

List of Tables

Table 3.1 Grade of Concrete & Steel ......................................................................................... 9

Table 4.1 Tide levels ................................................................................................................ 10

Table 4.2 - BH-11 (Marine) - overview ................................................................................... 11

Table 4.3 Salient Levels ........................................................................................................... 12

Table. 4.5-Maximum crack width in different zone ................................................................ 17

Table 6.1 Unit weight of various materials .............................................................................. 24

Table 6.2 Mooring load............................................................................................................ 24

Table 6.3 Parameters for calculation of berthing energy ....................................................... 25

Table 6.4 Technical details for Reach stacker ........................................................................ 27

Client: New Mangalore Port Trust, Mangalore 6


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

1.0 INTRODUCTION

New Mangalore Port is located on the West Coast of India and managed by New Mangalore
Port Trust (NMPT). The Port is a modern all weather port situated at Panambur, Mangalore,
and The Mangalore Harbour Project started in 1962 and was completed in May 1974. On 1st
April 1980, the Port Trust Board was set up under the Major Port Trust Act, 1963. Since then,
NMPT has been functioning as the 9th Major Port Trust and has fallen in line with other
Major Port Trusts functioning in the country.

New Mangalore Port is a deep water port and the only major port of Karnataka. The major
commodities exported through the Port are Iron Ore Concentrates & Pellets, Iron Ore Fines,
POL Products, granite stones, containerized cargo, etc. The major imports of the Port are
Crude and POL products, LPG, coal, limestone, timber logs, finished fertilizers, liquid
ammonia, phosphoric acid, other liquid chemicals, containerized cargo, etc. The geographical
location of New Mangalore Port is 12°55'26.39"N and 74°48'58.66"E. Arial view of New
Mangalore Port is shown in Fig.1.1.

Fig.1.1 Location of New Mangalore Port

The Chief Engineer (Civil) i/c, New Mangalore Port Trust, Panambur, Mangalore has
requested the National Technology Centre for Ports, Waterways and Coasts, Department of
Ocean Engineering, Indian Institute of Technology Madras to prepare Detailed project report
(DPR) for the proposed development of additional deep draft general cargo berth which has
to handle coastal cargo also as well as Ro-Ro vessels and provisions given for container
vessels (Berth No.17) in New Mangalore Port. Port also has the plan for deepening the

Client: New Mangalore Port Trust, Mangalore 7


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

channel, turning circle to handle cape size vessels. NMPT has informed NTCPWC, IIT
Madras vide letter No.17/1/DPR-B.NO.17/EE (MW)/2020-21/TS on dated 21.08.2021 in
Proposed Berth No.17. NTCPWC, IIT Madras included in the DPR for provision of container
handling in futures which is restricted to 6500TEU vessel with LOA of 300m. The proposed
Berth No.17 location is shown in Fig.1.2. This report explicitly depicts the DPR for the
Proposed berth No.17.

Fig1.2 Location of Proposed Berth No.17 (Deep draft General Cargo berth)

2.0 OBJECTIVE AND SCOPE OF WORK

• Detailed Project Report (DPR) for the proposed development of additional deep draft
General Cargo Berth (Berth No.17) including conceptual design, drawings,
Preparation of overall bill of quantities.
• The proposed additional deep draft general cargo berth has to be designed to handle
cargo also as well Ro-Ro vessels.
• Deepening Berth No.17 to handle cape size vessels.
• For container vessel, Maximum 6500 TEU with LOA of 300m to be considered and
provisions will be given for the same.

Client: New Mangalore Port Trust, Mangalore 8


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

3.0 PLANNING FOR BERTHING JETTY AND APPROACH JETTY


3.1 General

The details of berthing structure and approach structure consists of the following

• The length of Berthing structure 348.2m (Unit-1, 2 and 3[116m])-Typical width is 26.05m.
• The length of Approach structure (AJ-1 and AJ-2) is 34m and width is 10m.
• Berthing structure and Approach structures consists of beams in both directions and it is
supported on piles.
• Berthing jetty has expansion joint for every 116m.
• Berthing structure and Approach structure is designed for various load as described in
clause 4.7.

The main considerations followed for the design of structures are

a) Structural safety and stability


b) Demands of aesthetics
c) Availability of material, equipment and expertise
d) Constructability and ease of maintenance
e) Durability

3.2 Materials and Covers

3.2.1 Cement

For all structural elements, OPC grade-53 cements conforming to IS: 12269 or 43 Grade
conforming to IS: 8112 has been used.

3.2.2 Reinforcement

TMT bars of grade Fe 500D (CRS) conforming to IS 1786-2008 is considered. Table 3.1 presents
the grade of concrete and steel.

Table 3.1 Grade of Concrete & Steel

Structural elements Materials


Pile, Pile muff, Beams and Deck slab Concrete grade TMT Steel - (Marine use)
M40 Fe 500D

Client: New Mangalore Port Trust, Mangalore 9


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

3.2.3 Expansion Joints

Strip steel type expansion joint has been used. Expansion joints are provided in connecting point
of Berthing jetty and Approach structures. Berthing structures has expansion joint for every 116m
with 100mm gap.

3.2.4 Clear Cover

Following clear cover to be provided to main reinforcement for various structural members.

Piles : 75 mm

Pile muff : 60mm

Beams : 50 mm

Deck Slab : 75mm

4.0 DESIGN CRITERIA

4.1 Design Life

All the permanent works has been designed in accordance with the following design life criteria.

➢ The minimum design life of the facility is 50 Years.


➢ This design life criterion is based on maintenance system as follows:
a. Frequency of inspection & repairs of work is 5years.

b. The design life of the fender is 8 years.

c. The design life of the bollards is 8 years.

4.2 Tide levels

The tides at Mangalore are semi-diurnal in nature with tidal levels, relative to the Chart
Datum (CD) as follows:

Table 4.1 Tide levels

Abbreviation Level (m)


Description
Highest High Water Spring HHWS (+) 1.68
Mean Highest High Water MHHW (+)1.48

Client: New Mangalore Port Trust, Mangalore 10


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Mean Lowest High Water MLHW (+)1.26


Mean Sea Level MSL (+)0.95
Mean Lowest Low Water MLLW (+)0.26
Lowest Low Water Spring LLWS (+)0.03

4.3 Geotechnical Parameters

The Geotechnical parameters to be considered in design of berthing jetty and Approach jetty
are mentioned in Table 4.2. Based on the Borehole report (VEL/GTI/2020-21/DR/0058/R2
Dated: 18-03-2021), Soil is good. BH-11 (Marine) is the weakest one among others. Hard
rock (Un-weathered – Grade-I) levels are starting to 23m (Average) from the bed level of all
bore-hole locations. Fig.4.1 shows the borehole location in google image and Table-4.2
shows the BH-11 (Marine) – overview.

Fig.4.1 Google earth image – Bore-Hole location

Table 4.2 - BH-11 (Marine) - overview

BH-11 (NMPT) – BED LEVEL – 2.5m


CORRECTED RELATIVE
DEPTH (m) LAYER AVERAGE N- DENSITY/
VALUES CONSISTENCY
0 to 8m Silty fine to medium sand 22 Medium

Client: New Mangalore Port Trust, Mangalore 11


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

8m to 17m Grey Silty clay 14 Medium


17m to 25m Silty fine to medium sand 21 Medium
RQD – Nil
Unweathered, light pinkish grey, medium to fine
RQD –31%
grained, moderately to widely spaced, presence of
TCR – 22%/ RQD – 47%
25m to 29m feldspar and mafic
35%/ 56%
minerals with QZ content, tight, strong, hornblend
biotite gneiss Grade – I

Where,

RQD - ROCK QUALITY DESIGNATION in (%)

TCR – Total core recovery in (%)

4.4 Salient levels

The salient levels for the deep draft general cargo berth are given below in Table 4.3.

Table 4.3 Salient Levels

Description Levels in m
S. No
1 Berthing Jetty (Unit-1, 2 and (+)4.66
3) - Deck level
2 Approach Jetty (AP-1 & (+)4.66
AP-2) - Deck level
3 Dredging level for Berthing (-)18.00m
structure

4.5 Standards and Codes of Practice

The following IS Standards are followed for the design of berth structure.

4.5.1 Civil Works

IS 4651: Part (1 to 5) [Code of Practice for Planning and Design of Ports and Harbors];

IS 1893: Criteria for Earthquake Resistant design of structures;

IS 875: Part (1 to 5) Code of Practice for Design Loads for Buildings and Structures;

IS 456-2000: Plain and Reinforced Concrete code of practice;

Client: New Mangalore Port Trust, Mangalore 12


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

IS 800-2007: Code of practice for General construction of steel;

IRC-5: Standard specifications and Code of Practice for Road Bridges, Section I - General
Features of Design;

IRC-6: Standard specifications and Code of Practice for Road Bridges, Section II - Loads and
Stresses;

IRC-21: Standard specifications and Code of Practice for Road Bridges, Section III - Cement
Concrete (Plain & Reinforced)

IRC 78 Standard specifications and code of practice for road bridges

SP-16: Design aids for reinforced concrete to IS 456-1980

SP-34-1987: Hand book on concrete reinforcement and detailing

IS: 13920 for “Ductile Detailing of Reinforced Concrete Structures subjected to Seismic
Forces”

4.5.2 Geotechnical

Indian Standards Code of practice shall be followed.

IS 2911-2010: Part-1/Sec-2 Code of Practice for Design and Construction of Pile Foundations
- Bored Cast in situ Piles;

IS 2911-2010: Part 4 Code of Practice for Design and Construction of Pile Foundations -
Load Test on Piles;

IS 8009: (Part-II) Code of Practice for Calculation of Settlement of Deep Foundations;

IS 14593: Design and Construction of bored cast-in situ piles founded on rocks – Guidelines;

IS 1893: Criteria for Earthquake Resistant Design of Structures;

Joseph E. Bowles “Foundation Analysis and Design", Fifth Edition;

4.5.3 British standards

BS6349 British Standard Code of Practice for Maritime Structure

Client: New Mangalore Port Trust, Mangalore 13


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Part 1 General criteria

Part 2 Design of quay walls, jetties, and dolphins

Part 4 Code of practice for design of fendering and mooring systems

Part 5 Code of practice for dredging and land reclamation

4.5.4 Other international codes and references

PIANC, Guidelines for the design of fenders systems, reports of working group no.33.

Recommended practice DNV-RP-C205

4.6 Reference

Bore-Hole investigation report - VEL/GTI/2020-21/DR/0058/R2 Dated: 18-03-2021

Safe Berthing and Mooring – Trelleborg Marine Systems

4.7 Design loads

The berthing structures and approach structures are designed adequately for the following
loads and appropriate combinations of the loads.

• Dead Load
• Live load
• Berthing force
• Mooring force
• Wave force on piles
• Seismic force
• Mobile harbour crane loadings
• Rail mounted quay crane loadings
• Truck loadings IRC vehicles
• Temperature

Client: New Mangalore Port Trust, Mangalore 14


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

4.8 Berthing Criteria

The berth is located in harbor basin and hence, the berthing velocity assumed in moderate
conditions for conservative design. The design berthing velocity is adopted for the design of
berthing structures is summarized in Table 4.4.
Table 4.4 - Berthing Criteria
Items 150000 DWT
Berthing Velocity (m/sec) 0.15
Berthing angle (deg) 6

4.9 Mooring Loads

Mooring conditions define the prevailing wind and current at the berth location during the
presence of the ship. Following conditions are assessed.
Wind: 30 m/sec
Current: 0.78 m/sec
Mooring bollard loads are arrived as per IS 4651 Part-3: 2020. References are made to the
report for details and the mooring bollard capacity of 150T is provided for the berthing
structure.
4.10 Environmental Data

4.10.1 Water depth

The dredged depth at the proposed berth no.17 is (-) 18m as instructed by NMPT. The
existing sea bed level is varying around (+) 3.5m (Road side) to (-) 6.0m (Harbour side)
approximately. However, this area has to be dredged to required water depth.

4.10.2 Waves and Currents

4.10.2.1 Design Wave

The Design Wave height is considered for both operating and extreme wind / storm
conditions is 0.5 meter with time period of 10 seconds

Client: New Mangalore Port Trust, Mangalore 15


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

4.10.2.2 Current Loads

Current velocity inside the harbour is negligible, and as such, the same is not considered in
design but even though assumed 1.5 m/s for conservative design of piles

4.10.3 Temperature

The berthing structure is designed for temperature varies from 22° C to 36° C.Co-efficient of
thermal expansion for RCC structures is taken as 11.7 x 10-6 / °C.

4.10.4 Seismic force

The design value for the horizontal seismic coefficient Ah is computed as per IS: 1893-2002
as explained below:
Ah = (Z*I*Sa) / (2*R*g)
Where
Ah = Design horizontal seismic coefficient
Z = Zone factor
I = Importance factor depending on the functional use of structure
R = Response reduction factor
Sa/g = Average response acceleration coefficient
New Mangalore Port, New Mangalore falls under Zone III as per the seismic map of India
shown in IS1893.

4.11 Crack width

Crack width is checked in accordance with IS 4651 (Part 4)-2014. As a guide, assessed
surface width of cracks at points nearest to the main reinforcement should not exceed
0.004 times the cover of the main reinforcement or maximum crack width in different
zones given in Table 4.5, whichever is minimum. Limit state of serviceability load
combinations are considered for crack width calculation.

Client: New Mangalore Port Trust, Mangalore 16


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Table. 4.5-Maximum crack width in different zone

4.12 Concrete Design

Concrete design has been carried out in accordance with IS 456-2000.

4.13 Wearing Coat

The thickness of the wearing coat is 100 mm thick (M30 concrete) for protection and
drainage. The slope will be 1:200 and sloped along two directions.

4.14 Development Length

Development length is calculated based on IS 456 specification which is found to be 36 times


the diameter of the bar based on grade of reinforcement and type of loading. The
development length considered in the design is 46 times diameter of the bar depending on the
load condition. For piles subjected to axial compression and bending, the main reinforcement
of pile is anchored into the deck beam by 46 times the diameter of the bar. For other beams
and slabs, 46 times diameter of the bar is used as anchorage length.

4.15 Horizontal Deflection Limit

Horizontal deflection at deck top level shall be checked for Limit State of Serviceability
load conditions only, with load combinations and partial safety factors as given in clause
6.10 here-in after. Generally, the deflection at deck top shall be restricted to L/250, where
L is the length of Pile from average point of fixity to deck top.

Client: New Mangalore Port Trust, Mangalore 17


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

5.0 STRUCTURAL MODEL FOR BERTHING STRUCTURES

5.1 General Arrangements

The proposed General Cargo berth is for 348.2m long with two Approaches connected to the land.
The dimensions of berthing structure is 348.2m long and 26.05m wide for handling deep draft
general Cargos and Approach jetty dimensions of 34m x 10m with 2 side berthing is used to
connect the land. 1,50,000 DWT vessel is considered for the design of proposed Berth No.17 with
dimensions of 294m (LOA) x 45.9m (Beam) x 16m (Draft) and Dredging depth is considered for
(-)18.0m CD in front of proposed berth for future handling. Overall layout of proposed structures
is shown in Fig.5.1 and the length 348.2m of berthing structure is divided into 3 Units with
expansion joints of 100mm which is showing in Fig.5.2. General Arrangement drawings are
attached in Annexure-A.

Fig.5.1 Overall layout of proposed structures

Fig.5.2 General Arrangements of berthing structure and approach structures

Client: New Mangalore Port Trust, Mangalore 18


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

5.2 Arrangements of berthing jetty and approach jetty

5.2.1 Berthing jetty

The structural system of proposed General cargo berth (Berth No.17) consists of 5 rows of RCC
Bored cast in-situ pile with diameter of 1400mm (A-1 to 51 and E-1 to 51) and 1200mm (B1, C1,
D1 to B51, C51, and D51). The deck level of proposed berth is (+) 4.66m. The dimensions of the
jetty structure (Unit -1/2/3) is 26.05m width and 116m in length. The typical general arrangement
drawings of berthing structure (Unit-1) typical and cross sections are shown in Fig.5.3 and Fig.5.4.
Service trench is provided on lee side of berthing structures, which will be the provision of water
and electrical components throughout the jetty structures. The centre to centre distance for Bollard
and Fender arrangements is 14m. The wearing coat is considered as 100mm. The provision is
given for crane anchoring in storm condition. The centre to centre distance for crane rail is 22m.
The dredging depth is (-) 18.0m CD in front of berthing structures. Stone pitching is considered for
stability of dredging depth in front of berthing structures (Refer: clause - 12.0). Behind the berth
natural slope will be adopted active to land side. The founding depth of pile berthing jetty is (-)
30m CD. While driving the pile for hard rock stratum, Minimum 3D (3 times the diameter
of pile) should be embedded into it.

Fig.5.3 General Arrangements of Berthing Structures (Unit-1)-Typical

Client: New Mangalore Port Trust, Mangalore 19


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Fig.5.4 Cross section of berthing structure-Typical

5.2.2 Approach jetty

The structural system of approach jetty 1(AJ-1) and 2 (AJ-2) (10m x 34m) consist of 2 rows of
RCC Bored cast in-situ pile with diameter of 1200mm. The deck level of approach jetty is (+)
4.66m. The typical general arrangement drawings of approach jetty (AJ-1 & AJ-2) and sections
are shown in Fig.5.6, Fig.5.7 and Fig.5.8. Service trench is provided on one side which is to
transfer the water facility and electrical duct to the land side. The centre to centre pile spacing in
longitudinal direction and transverse direction are 5m and 7.35m. Bed level of soil is vary depends
upon the slopes as shown in Fig.5.8. The founding depth of pile approach jetty is (-) 29m CD.
While driving the pile for hard rock stratum, Minimum 3D (3 times the diameter of pile)
should be embedded into it.

Fig.5.6 General Arrangements of Approach Jetty-1 and 2 (Typical)

Client: New Mangalore Port Trust, Mangalore 20


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Fig.5.7 General Arrangements of Approach Jetty-1 and 2 (Typical)

Fig.5.8 Longitudinal section of Approach Jetty-1 and 2 (Typical)

Client: New Mangalore Port Trust, Mangalore 21


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

5.3 Analysis Model


The finite element model of berthing jetty is considered as a three-dimensional frame which
includes the pile and beam. The structure is modelled as two units (26.05mx116m) and
(10mx34m). The piles are supported by fixity (Rock). The pile is modelled as beam elements
with appropriate properties of reinforced concrete. Static analysis was carried out in this
model. The structural model of berthing jetty and Approach jetty are shown in Fig.5.9 and
Fig.5.10.

Fig.5.9 Structural model for berthing jetty

Fig.5.10 Structural model for Approach jetty

Client: New Mangalore Port Trust, Mangalore 22


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

5.4 Structural Sizes


The berthing jetty and approach jetty structures are a RCC framed structure and the proposed
sizes are summarized in Table 5.1. These sizes are used for structural analysis to generate the
dead loads.
Table 5.1- Structural components
S:No Structural member Dimension
Berthing Jetty
Piles (Grid A1 to A51 and
1 1400mm Diameter
E1 to E51)
Piles (Grid B1, C1 and D1
2 1200mm Diameter
to B51, C51 and E51)
3 Pile Muff -1 1900x3000x600mm
4 Pile Muff -2 1700x1700x500mm
5 Pile Muff -3 1800x1800x600mm
Transvers Beam (Main
6 1500x2000mm
Beam)
7 Long Beam 1200x2000mm
8 Crane Beam 1500x2000mm
9 Slab 550mm
10 Service duct 1000x850mm
11 Wearing coat 100mm Thickness
Approach Jetty
1 Piles 1000mm Diameter
2 Pile Muff 1400x1400x500mm
Transvers Beam (Main
3 1000x1800mm
Beam)
4 Long Beam 800x1800mm
5 Slab 500mm
6 Wearing coat 100mm Thickness

6.0 DESIGN LOADS FOR JETTIES

The following loads are considered to be acting on the structure. The structure is analysed for all
possible combinations of loads i.e., mentioned in clause 6.10.

6.1 Dead Load


Dead loads consist of the weights of structure and all equipment of a permanent or semi-
permanent nature including conveyor system loads to structure, piping, cable trays and ducts. The
following unit weights are considered in the design to assess permanent loads due to the self-
weight of structural members.

Client: New Mangalore Port Trust, Mangalore 23


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Table 6.1 Unit weight of various materials

Reinforced Concrete 2.5 T/cum


Steel 7.85 T/cum
Sea Water 1.025 T/cum
Plain cement concrete 2.4 T/cum

The self-weight of the beam and plate members are considered in the analysis using self-weight
option.

6.2 Live (Imposed) Load

The following live (imposed) load is considered as per IS4651-part 3-2020 and IRC class for
design of the berth.

• UDL of 5.5 T/m2 for deck slab


• UDL of 1.5 T/m2 on cantilever portion of deck
• IRC Class A/ AA / 70 R (Wheeled / Tracked)
• Mobile Harbor Crane (MHC) Loading
• Provisions are considered for Ship to shore gantry cranes
• Reach Stacker

Note:
Lee side cantilever slab and service trench slab will not be considered for above mentioned
crane loads. Live load – 7.5kN/m2 is considered for design of service trench slab.
6.3 Mooring Load
Mooring load is calculated in accordance with IS 4651 (part 3) –2020. Mooring force is
calculated for the vessel of 150000 DWT. The mooring force of 150T bollard pull is chosen
from given Table 6.2.

Table 6.2 Mooring load.

Client: New Mangalore Port Trust, Mangalore 24


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

6.4 Berthing Force


It is proposed to handle 150000 DWT vessel and the design of the berthing structure
consider as moderate site conditions, berthing load is determined in accordance with IS:
4651 Part-3:2020 for the design vessels. Approach velocities and angle of approach for
design vessels are considered as per the table given below.

Table 6.3 Parameters for calculation of berthing energy

S No Description Vessel Size - 150000 DWT


1 Berthing velocity (m/sec) 0.15
2 Berthing angle (degrees) 6
3 Mass Coefficient 1.35
4 Displacement Tonnage (Tonne) 172500
5 Eccentricity Coefficient 0.51
6 Softness Coefficient 0.95
7 Normal berthing Energy (Tonne.m) 129.05
8 Factor of Safety 2
9 Design berthing Energy (kN.m) 2581
Super Cone Fender 1800 CV
10 Fender Selected
F 1.7
Maximum Energy Absorption
11 2598
(kN.m)
12 Maximum Rated Reaction (kN) 2471.2

Note:

1,50,000 DWT vessel is considered for the design of proposed Berth No.17 with dimensions of
294m (LOA) x 45.9m (Beam) x 16m (Draft) and Maximum vessel of 6500 TEU with LOA of
300m is considered for design.

6.5 Vehicular/ Crane loads


The berthing structures are designed for the loads of Ship to Gantry crane, LHM 550 and
Reach stacker. Approach jetty is designed for the loads of LHM 550 wheels, Reach stacker
unladen condition and IRC Vehicles as per IS Code 4651-Part-3 mentioned in the DBR. The
Technical details of vehicular/ Cranes are shown in Fig.6.1 to Fig.6.4 and Table 6.4 shows
the technical details for Reach stacker.

Client: New Mangalore Port Trust, Mangalore 25


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Fig.6.1 Technical data for Ship to gantry crane

Client: New Mangalore Port Trust, Mangalore 26


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Fig.6.2 Technical data for LHM 550

Table 6.4 Technical details for Reach stacker

Client: New Mangalore Port Trust, Mangalore 27


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Fig.6.3 Wheel placements for LHM 550

Fig.6.4 Technical data for IRC Vehicle

Client: New Mangalore Port Trust, Mangalore 28


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

6.6 Waves and Currents

6.6.1 Design Wave

The Design Wave height is considered for both operating and extreme wind / storm
conditions is 0.5 meter with time period of 10 seconds

6.6.2 Current Loads

Current velocity inside the harbor is negligible, and as such, the same is not considered in
design but even though assumed 1.5 m/s for conservative design of piles

6.7 Temperature Variation

The berth structure is designed for temperature varies from 22° C to 36° C.

Co-efficient of thermal expansion for RCC structures is taken as 11.7 x 10-6 / °C.

6.8 Seismic Force

The value of horizontal seismic coefficient Ah for design of structural elements is computed
according to the following expression as per IS: 1893-Part1 and Part3 for seismic zone III.

Where,

Ah = Design horizontal seismic coefficient

Z=Zone factor = 0.16

I = Importance Factor = 1.5

R=Response Reduction Factor = 5

Sa /g = Average acceleration co-efficient as given in IS: 1893 Part-3:2014 and Fig.6.5 shows
the response spectra for Rock and Soil sites for 5 percent Damping

Client: New Mangalore Port Trust, Mangalore 29


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Fig.6.5 Response spectra for Rock and Soil sites for 5 percent Damping

Time period of the structure is evaluated using STAAD Analysis software. 50% Live load is
considered during earthquake condition.

6.9 Axial Load Bearing Capacity Calculation

6.9.1 Axial Load Bearing Capacity Calculation for 1200mm pile

PILE CAPACITY CALCULATIONS (BH-11)


(IS: 2911 (PART I / SEC 2)-2020
BH-11
Maximum axial loads in piles = 4930 kN
Dredge level = -18 m
Founding level = -30 m(Tentative)
Diameter of pile = 1200 mm
Unit weight of water = 10.25 kN/m3

Skin Frictional Resistance


Layer 1
From level -18 to -25.82 m
Silty fine to medium
Type of soil
sand
Friction capacity Qs = KPditanδAsi
Length of segment L = 7.8 m
N - value N = 21

Client: New Mangalore Port Trust, Mangalore 30


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Dry unit weight of soil γd = 18 kN/m3


Submerged weight of soil γ' = 7.75 kN/m3
Coefficient of Earth Pressure K = 1.000
Effective Overburden Pressure Pdi = 30.3025 kN/m2
Angle of wall friction b/w pile & soil δ = 30 degree
Surface area of pile stem Asi = 3.14x1.2x7.82
= 29.48 m2

Qsf1 = 1x30.3025xtan30x29.48

= 515.77 kN
Total skin friction resistance Qsf = Qsf1
Factor of safety Fs = 2.50
Allowable skin friction resistance Qsf = 206.31 kN
Layer 2
From level -25.82 to -30.00 m

Skin Frictional Resistance Qf = αcu2*(πBL/Fs)

Factor of safety Fs = 3
α = 0.9
Average shear strength of rock in the
cu2 = 1000 kN/m2
socketed length of pile
Minimum width of pile shaft
B = 1.2 m
(Diameter in case of circular piles)
Socket length of pile L = 4.18 m
Qf = 4727.47 kN
Total skin friction resistance Qsf = 4933.78 kN

End bearing
From level -25.82 to -30.00 m
Unweathered rock-
Type of soil
Grade -I
N value (Assumed) N = 100.00
Skin Frictional Resistance and End
Qa = cu1Nc*(πB2/4Fs)
bearing resistance

Client: New Mangalore Port Trust, Mangalore 31


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Shear strength of rock below the base


cu1 = 1000 kN/m2
of the pile
Bearing capacity factor Nc = 9
Factor of safety Fs = 3
Minimum width of pile shaft
B = 1.2 m
(Diameter in case of circular piles)
Socket length of pile L = 4.18 m
Qa = 3392.92 kN

Total Ultimate Bearing Capacity Qu = Qsf+Qa


= 8326.70
4930 < 8327 kN
Hence safe in capacity

6.9.2 Axial Load Bearing Capacity Calculation for 1400mm pile

PILE CAPACITY CALCULATIONS (BH-11)


(IS: 2911 (PART I / SEC 2)-2020
BH-11
Maximum axial loads in piles = 8480 kN
Dredge level = -18 m
Founding level = -30 m(Tentative)
Diameter of pile = 1400 mm
Unit weight of water = 10.25 kN/m3

Skin Frictional Resistance


Layer 1
From level -18 to -25.82 m
Silty fine to medium
Type of soil
sand
Friction capacity Qs = KPditanδAsi
Length of segment L = 7.8 m
N - value N = 21

Client: New Mangalore Port Trust, Mangalore 32


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Dry unit weight of soil γd = 18 kN/m3


Submerged weight of soil γ' = 7.75 kN/m3
Coefficient of Earth Pressure K = 1.000
Effective Overburden Pressure Pdi = 30.3025 kN/m2
Angle of wall friction b/w pile & soil δ = 30 degree
Surface area of pile stem Asi = 3.14x1.4x7.82
= 34.39 m2

Qsf1 = 1x30.3025xtan30x34.39

= 601.73 kN
Total skin friction resistance Qsf = Qsf1
Factor of safety Fs = 2.50
Allowable skin friction resistance Qsf = 240.69 kN
Layer 2
From level -25.82 to -30.00 m

Skin Frictional Resistance Qf = αcu2*(πBL/Fs)

Factor of safety Fs = 3
α = 0.9
Average shear strength of rock in the
cu2 = 1000 kN/m2
socketed length of pile
Minimum width of pile shaft
B = 1.4 m
(Diameter in case of circular piles)
Socket length of pile L = 4.18 m
Qf = 5515.38 kN
Total skin friction resistance Qsf = 5756.07 kN
End bearing
From level -25.82 to -30.00 m
Unweathered rock-
Type of soil
Grade -I
N value (Assumed) N = 100.00
Skin Frictional Resistance and End
Qa = cu1Nc*(πB2/4Fs)
bearing resistance

Client: New Mangalore Port Trust, Mangalore 33


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Shear strength of rock below the base


cu1 = 1000 kN/m2
of the pile
Bearing capacity factor Nc = 9
Factor of safety Fs = 3
Minimum width of pile shaft
B = 1.4 m
(Diameter in case of circular piles)
Socket length of pile L = 4.18 m
Qa = 4618.14 kN

Total Ultimate Bearing Capacity Qu = Qsf+Qa


= 10374.21
8480 < 10374 kN
Hence safe in capacity

6.9.3 Axial Load Bearing Capacity Calculation for 1000mm pile

PILE CAPACITY CALCULATIONS (BH-11)


(IS: 2911 (PART I / SEC 2)-2020
BH-11
Maximum axial loads in piles = 2820 kN
Dredge level = -2.5 m
Founding level = -29 m(Tentative)
Diameter of pile = 1000 mm
Unit weight of water = 10.25 kN/m3

Skin Frictional Resistance


Layer 1
From level -2.5 to -8.82 m
Silty fine to medium
Type of soil
sand
Friction capacity Qs = KPditanδAsi
Length of segment L = 6.3 m
N - value N = 22
Dry unit weight of soil γd = 18 kN/m3

Client: New Mangalore Port Trust, Mangalore 34


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Submerged weight of soil γ' = 7.75 kN/m3


Coefficient of Earth Pressure K = 1.000
Effective Overburden Pressure Pdi = 24.49 kN/m2
Angle of wall friction b/w pile & soil δ = 30 degree
Surface area of pile stem Asi = 3.14x1x6.32
= 19.85 m2

Qsf1 = 1x24.49xtan30x19.85

Qsf1 = 280.73 kN
Layer 2
From level -8.82 to -17.82 m
Type of soil Grey silty clay
Friction capacity Qs = α*c*Asi
Length of segment L = 9.0 m
N - value N = 14
Adhesion factor for ith layer
depending upon the consistency of α = 0.55
soil
Average cohesion for ith layer c = 80 kN/m2

Surface area of pile stem Asi = 3.14x1x9


= 28.27 m2
Qsf2 = 1244.07 kN
Layer 3
From level -17.82 to -25.82 m
Silty fine to medium
Type of soil
sand
Friction capacity Qs = KPditanδAsi
Length of segment L = 8.0 m
N - value N = 21
Dry unit weight of soil γd = 18 kN/m3
Submerged weight of soil γ' = 7.75 kN/m3
Coefficient of Earth Pressure K = 1.000

Client: New Mangalore Port Trust, Mangalore 35


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Effective Overburden Pressure Pdi = 31 kN/m2


Angle of wall friction b/w pile & soil δ = 30 degree
Surface area of pile stem Asi = 3.14x1x8
= 25.13 m2
= 1x31xtan30x25.13
Qsf3 = 449.82 kN
Qsf = Qs1+Qs2+Qs3
Qsf = 1974.63 kN
Factor of safety Fs = 2.50
Allowable skin friction resistance Qsf 789.85 kN
Layer 4
From level -25.82 to -29.00 m
Unweathered rock -
Type of soil
Grade -I
N value (Assumed) N = 100.00
Skin Frictional Resistance and End
Qa = αcu2*(πBL/Fs)
bearing resistance
Factor of safety Fs = 3
α = 0.9
Average shear strength of rock in the
cu2 = 1000 kN/m2
socketed length of pile
Minimum width of pile shaft (
B = 1 m
Diameter in case of circular piles)
Socket length of pile L = 3.18 m
Qa = 2997.08 kN

Total skin friction resistance Qsftotal = Qsf+Qa


Allowable skin friction resistance Qsf = 3786.93 kN

End bearing resistance


Layer 4
From level -25.82 to -29.00 m
Type of soil Unweathered rock -

Client: New Mangalore Port Trust, Mangalore 36


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Grade -I
N value (Assumed) N = 100.00
Skin Frictional Resistance and End
Qa = cu1Nc*(πB2/4Fs)
bearing resistance
Shear strength of rock below the
cu1 = 1000 kN/m2
base of the pile
Bearing capacity factor Nc = 9
Factor of safety Fs = 3
Minimum width of pile shaft
B = 1 m
(Diameter in case of circular piles)
Socket length of pile L = 3.18 m
Qa = 2356.19 kN

Total Ultimate Bearing Capacity Qu = Qsf+Qa


= 6143.12
2820 < 6143 kN
Hence safe in capacity

6.10 Load combinations

Load Combination factors for the analysis and design shall be in accordance with IS
4651(Part 4)-2014.

Limit state of serviceability

Short term effect for crack width only


1.0(DL+WL+BF) + 1.0LL
1.0(DL+WL+BF) + 1.1DYN
1.0(DL+WL+MF) +1.0LL
1.0(DL+WL+MF) +1.1DYN
Short term effect for deflection check near expansion joints only
1.0(DL+WL ± EL) +1.0LL
1.0(DL+WL ± EL) +1.1DYN
Long term
1.0(DL+TEMP) +0.5LL

Client: New Mangalore Port Trust, Mangalore 37


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

1.0(DL+TEMP) +0.5DYN

Limit state of collapsibility

Normal load condition


1.5(DL+LL+BF) +1.2WL
1.5(DL+DYN+BF) +1.2WL
1.5(DL+LL+MF) +1.2WL
1.5(DL+DYN+MF) +1.2WL
Seismic load combination
1.5(DL+LL)
1.2(DL+LL ± EL)
1.5(DL ± EL)

Extreme/ Survival load condition

1.2(DL+LL) +1.0(WL+BF)
1.2(DL+DYN) +1.0(WL+BF)
1.2(DL+ LL ± EL) +1.0WL
1.2(DL+ DYN ± EL) +1.0WL
Temporary load condition
1.2(DL+ LL) +1.0WL
1.2(DL+ DYN) +1.0WL
Reversal load condition
0.9(DL+ LL) +1.5BF+1.0WL
0.9(DL+ DYN) +1.5BF+1.0WL
0.9(DL+ LL) +1.5MF+1.0WL
0.9(DL+ DYN) +1.5MF+1.0WL
0.9(DL+ LL) ± 1.5EL+1.0WL
0.9(DL+ DYN) ± 1.5EL+1.0WL

Where,

IL - imposed load such as weight of stairways, handrails, equipment’s reactions and super
structures etc.
DL - Dead Load

Client: New Mangalore Port Trust, Mangalore 38


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

LL - Live Load
MF - Mooring Force
BF - Berthing Force
EL - Seismic Force
DYN - Vehicle load/ Crane load
WF - Wave Force

7.0 BERTHING STRUCTURE MODEL DISCRETIZATION DIAGRAMS

7.1 General
The 3D rendered view of the Berthing jetty and approach jetty are furnished in Fig.7.1 and
Fig.7.2. The pile is modelled as beam element. The substructure is modelled till founding
level. The beams are modelled as beam elements.

Fig.7.1 3D rendered view of berthing jetty

Client: New Mangalore Port Trust, Mangalore 39


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Fig.7.2 3D rendered view of Approach jetty

The loads given in Clause 6.0 are considered for analysis. The detailed calculations for the
loads are given in above. The load application for the loads specified is furnished below.

8.0 STRUCTURAL ANALYSIS RESULTS FOR BERTHING JETTY


8.1 Pile End Force summary for 1400mm pile
Limit state of collapse

Client: New Mangalore Port Trust, Mangalore 40


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Short term)

Limit state of serviceability-(Long term)

8.2 Pile End Force summary for 1200mm pile


Limit state of collapse

Client: New Mangalore Port Trust, Mangalore 41


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Short term)

Limit state of serviceability-(Long term)

8.3 Beam End Force Summary

8.3.1 Transverse beam (Main Beam) -MB- 1500x2000mm

Limit state of collapse

Client: New Mangalore Port Trust, Mangalore 42


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Short term)

Limit state of serviceability-(Long term)

Limit state of serviceability-(Deflection)

8.3.2 Crane Beam (CB) -1500x2000mm

Limit state of collapse

Client: New Mangalore Port Trust, Mangalore 43


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Short term)

Limit state of serviceability-(Long term)

Client: New Mangalore Port Trust, Mangalore 44


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Deflection)

8.3.3 Long Beam (LB) -1300x2000mm

Limit state of collapse

Limit state of serviceability-(Short term)

Client: New Mangalore Port Trust, Mangalore 45


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Long term)

Limit state of serviceability-(Deflection)

8.3.4 Fender Beam (FB) -1300x3000mm

Limit state of collapse

Client: New Mangalore Port Trust, Mangalore 46


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Short term)

Limit state of serviceability-(Long term)

Limit state of serviceability-(Deflection)

Client: New Mangalore Port Trust, Mangalore 47


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

8.3.5 Cantilever Main Beam -1500x900mm

Limit state of collapse

Limit state of serviceability-(Short term)

Limit state of serviceability-(Long term)

Client: New Mangalore Port Trust, Mangalore 48


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Deflection)

8.4 Plate center stress summary


8.4.1 Deck slab – 550mm thick
Limit state of collapse

Limit state of serviceability-(Short term)

Client: New Mangalore Port Trust, Mangalore 49


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Long term)

Limit state of serviceability-(Deflection)

9.0 STRUCTURAL ANALYSIS RESULTS FOR APPROACH JETTY


9.1 Pile End Force summary for 1000mm pile
Limit state of collapse

Client: New Mangalore Port Trust, Mangalore 50


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Short term)

Limit state of serviceability-(Long term)

9.2 Beam End Force Summary

9.2.1 Main Beam (MB) -1000x1800mm

Limit state of collapse

Client: New Mangalore Port Trust, Mangalore 51


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Short term)

Limit state of serviceability-(Long term)

Limit state of serviceability-(Deflection)

Client: New Mangalore Port Trust, Mangalore 52


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

9.2.2 Long Beam (LB) -800x1800mm

Limit state of collapse

Limit state of serviceability-(Short term)

Limit state of serviceability-(Long term)

Client: New Mangalore Port Trust, Mangalore 53


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Deflection)

9.2.3 Main Beam cantilever -1000x850mm

Limit state of collapse

Limit state of serviceability-(Short term)

Client: New Mangalore Port Trust, Mangalore 54


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Long term)

Limit state of serviceability-(Deflection)

9.3 Plate center stress summary

9.3.1 Deck slab – 500mm thick

Limit state of collapse

Client: New Mangalore Port Trust, Mangalore 55


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability-(Short term)

Limit state of serviceability-(Long term)

Limit state of serviceability-(Deflection)

Client: New Mangalore Port Trust, Mangalore 56


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

10.0 RESULTS DISCUSSIONS


The static structural analysis were carried out to determine the structural responses such as
member forces and deflections. The member loads were used to design the RCC elements for
reinforcement. The maximum results for each structural element for the structure are
summarized in this section.
10.1 Piles

10.1.1 General
Following points shall be taken in to consideration when designing the piles for the berthing
structure.
• Pile geotechnical capacity has been calculated as per IS 2911 guidelines for bored cast
in situ RC piles.
• Piles are found on very hard stratum and deriving their capacity mainly for end
bearing then the minimum spacing shall be 2.5 times the diameter of the shaft.
• Piles deriving their capacity mainly from friction then the minimum spacing shall be
3.0 times the diameter of the shaft.
• A minimum factor of safety of 2.5 will be provided on the safe pile bearing capacity.

The piles are designed for limit state of collapse load combination and checked for crack
width and deflection for limit state of serviceability as per IS 456-2000 specifications.

10.2 Berthing jetty Analysis Results

10.2.1 1400mm Diameter pile

Pile Maximum Force Summary


Limit state of collapse for 1400mm pile
The member end forces are taken STAAD output file which is shown in Clause-8 and the
values are summarized in Table 10.1 for LSC.
Table 10.1- Pile maximum force summary (Collapse condition) – 1400mm pile
Axial
Moment My
Structure type Case Load, P Moment, Mz (kNm)
(kNm)
(kN)
Axial 12000 4360 511
Berthing structure Max My 7650 5010 523
Max Mz 4040 77 2840

Client: New Mangalore Port Trust, Mangalore 57


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Limit state of serviceability


The serviceability bending moment forces for 1400mm dia is given in below and the values
are summarized in Table 10.2 & 10.3 for LSS.

Table 10.2- Pile maximum force summary (short term condition) – 1400mm pile

Axial
Moment, Moment,
Structure type Case Load, P
My (kNm) Mz (kNm)
(kN)
Axial 8480 2850 342
Berthing structure Max My 5710 3340 346
Max Mz 5050 1380 705

Table 10.3- Pile maximum force summary (Long term condition) – 1400mm pile

Axial
Moment, Moment,
Structure type Case Load, P
My (kNm) Mz (kNm)
(kN)
Axial 5220 10 355
Berthing structure Max My 3100 237 320
Max Mz 1630 82 481

10.2.2 1200mm Diameter pile

Pile Maximum Force Summary


Limit state of collapse for 1200mm pile
The member end forces are taken STAAD output file which is shown in Clause-8 and the
values are summarized in Table 10.4 for LSC.
Table 10.4- Pile maximum force summary (Collapse condition) – 1200mm pile
Axial
Moment, Mz
Structure type Case Load, P Moment My (kNm)
(kNm)
(kN)
Axial 7040 951 147
Berthing structure Max My 3040 2780 152
Max Mz 2620 55 1480

Limit state of serviceability


The serviceability bending moment forces for 1200mm dia is given in below and the values
are summarized in Table 10.5 & 10.6 for LSS.

Client: New Mangalore Port Trust, Mangalore 58


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Table 10.5- Pile maximum force summary (short term condition) – 1200mm pile

Axial
Moment, Moment,
Structure type Case Load, P
My (kNm) Mz (kNm)
(kN)
Axial 4930 656 98
Berthing structure Max My 2100 1850 100
Max Mz 2900 181 223

Table 10.6- Pile maximum force summary (Long term condition) – 1200mm pile

Axial
Moment, Moment,
Structure type Case Load, P
My (kNm) Mz (kNm)
(kN)
Axial 3500 12 117
Berthing structure Max My 1460 81 166
Max Mz 1480 17 233

10.2.3 In-Situ Beam

The member end forces are taken STAAD output file which is shown in Clause-8 and the
values are summarized in Table 10.7 for LSC and LSS.

Table 10.7- Beam maximum force summary.

Dimensions LSC LSS


Short term Long term
Descriptio Widt Dept Hoggin Saggin Shear
Hoggin Hoggin Saggin
n h h g g Sagging (kN)
g g g
(mm) (mm) (kNm) (kNm) (kNm)
(kNm) (kNm) (kNm)
Main
1500 2000 7981 4764 5381 3292 1944 1162 3590
beam
Crane
Beam 1500 2000 6853 6999 4336 5108 2450 2490 5650
Long
Beam 1300 2000 2490 1982 1783 1409 1094 913 1520
Fender
beam 1300 3000 6032 6319 4334 4948 2206 2108 1970
Cantilever
main
beam 1500 900 633 28 434 38 360 8 375

Client: New Mangalore Port Trust, Mangalore 59


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Deflection of beams
The maximum deflection of beams are summarized in Table 10.8.

Table 10.8- Beam maximum deflection.


Actual Allowable deflection limit is
Description
deflection(mm) L/250(mm)
Main beam 6.048 22
Crane Beam 5.062 28
Long Beam 3.998 28
Fender beam 5.864 28
Cantilever
5.739 8
main beam

10.2.4 Deck slab – 550mm Thick

Deck slab maximum stress summary (Collapse condition)


The member end forces are taken from STAAD output file which is shown in Clause-8 and
the values are summarized in Table 10.9 for LSC.

Table 10.9- Slab maximum force summary (Collapse condition)


Maximum moment Maximum shear
Hogging Sagging Hogging Sagging (N/mm2)
(kNm)/m (kNm) (N/mm2) (Top) (Bottom)
Deck (Top) (Bottom)
Slab Max. Max. Max. Max. Max. Max. Max. Max.
Mx My Mx My Mx My Mx My
190 191 203 214 1.109 0.811 1.163 1.161

Deck slab maximum stress summary (Short term condition)


The serviceability bending moment forces for column is given below and the values are
summarized in Table 10.10 & 10.11 for LSS.

Client: New Mangalore Port Trust, Mangalore 60


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Table 10.10- Slab maximum force summary (short term condition)

Maximum moment Maximum shear


Hogging Sagging Hogging Sagging (N/mm2)
(kNm)/m (Top) (kNm) (N/mm2) (Top) (Bottom)
Deck (Bottom)
Slab Max. Max. Max. Max. Max. Max. Max. Mx Max. My
Mx My Mx My Mx My
139 137 147 151 0.805 0.592 0.845 0.846

Deck slab maximum stress summary (Long term condition)


Table 10.11- Slab maximum force summary (Long term condition)

Maximum moment Maximum shear


Hogging Sagging Hogging Sagging (N/mm2)
(kNm)/m (kNm) (N/mm2) (Top) (Bottom)
Deck (Top) (Bottom)
Slab Max. Max. Max. Max. Max. Max. Max. Max.
Mx My Mx My Mx My Mx My
66 66 77 65 0.396 0.279 0.422 0.398

The maximum deflection of slab is summarized in Table 10.12.

Table 10.12- Slab maximum deflection


Actual Allowable deflection limit is
Description
deflection(mm) L/250(mm)
Main beam 5.062 28

10.3 Approach jetty Analysis Results

10.3.1 1000mm Diameter pile

Pile Maximum Force Summary


Limit state of collapse for 1000mm pile

Client: New Mangalore Port Trust, Mangalore 61


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

The member end forces are taken from STAAD output file which is shown in Clause-9 and
the values are summarized in Table 10.13 for LSC.
Table 10.13- Pile maximum force summary (Collapse condition) – 1000mm pile
Axial
Moment, Mz
Structure type Case Load, P Moment My (kNm)
(kNm)
(kN)
Axial 4240 46 0
Berthing structure Max My 2680 1610 3
Max Mz 2030 51 1540

Limit state of serviceability


The serviceability bending moment forces for 1000mm dia is given in below and the values
are summarized in Table 10.14 & 10.15 for LSS.

Table 10.14- Pile maximum force summary (short term condition) – 1000mm pile

Axial
Moment, Moment,
Structure type Case Load, P
My (kNm) Mz (kNm)
(kN)
Axial 2820 30 0
Berthing structure Max My 2090 114 5.5
Max Mz 71 10 32

Table 10.15- Pile maximum force summary (Long term condition) – 1000mm pile

Axial
Moment, Moment,
Structure type Case Load, P
My (kNm) Mz (kNm)
(kN)
Axial 2160 16.2 0
Berthing structure Max My 1290 43 13
Max Mz 1320 37 21

10.3.2 In-Situ Beam

The member end forces are taken from STAAD output file which is shown in Clause-9 and
the values are summarized in Table 10.16 for LSC and LSS.

Client: New Mangalore Port Trust, Mangalore 62


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Table10.16- Beam maximum force summary.

Dimensions LSC LSS


Short term Long term
Descriptio Hoggi Saggi Shear
Width Depth Hoggin Hoggin Saggin
n ng ng Sagging (kN)
(mm) (mm) g g g
(kNm) (kNm) (kNm)
(kNm) (kNm) (kNm)
Main
1000 1800 1710 3109 1238 2237 347 1255 1350
beam
Long
Beam 800 1800 1906 1468 873 448 470 243 784
Cantilever
main
beam 1000 850 822 17 548 12 424 7 523

Deflection of beams
The maximum deflection of beams are summarized in Table 10.17.

Table 10.17- Beam maximum deflection.

Actual Allowable deflection limit is


Description
deflection(mm) L/250(mm)
Main beam 5.455 29.4
Long Beam 5.162 20
Cantilever
5.502 6.6
main beam

10.3.3 Deck slab – 500mm Thick

Deck slab maximum stress summary (Collapse condition)


The member end forces are taken from STAAD output file which is shown in Clause-9 and
the values are summarized in Table 10.18 for LSC.

Table 10.18- Slab maximum force summary (Collapse condition)


Maximum moment Maximum shear
Hogging Sagging Hogging Sagging (N/mm2)
(kNm)/m (kNm) (N/mm2) (Top) (Bottom)
Deck
(Top) (Bottom)
Slab

Max. Max. Max. Max. Max. Max. Max. Max.


Mx My Mx My Mx My Mx My

111 125 143 117 0.505 0.760 0.550 0.808

Client: New Mangalore Port Trust, Mangalore 63


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Deck slab maximum stress summary (Short term condition)


The serviceability bending moment forces for column is given in below and the values are
summarized in Table 10.19 & 10.20 for LSS.
Table 10.19- Slab maximum force summary (short term condition)

Maximum moment Maximum shear


Hogging Sagging Hogging Sagging (N/mm2)
(kNm)/m (Top) (kNm) (N/mm2) (Top) (Bottom)
Deck
(Bottom)
Slab

Max. Max. Max. Max. Max. Max. Max. Mx Max. My


Mx My Mx My Mx My

80 90 104 85 0.367 0.553 0.40 0.588

Deck slab maximum stress summary (Long term condition)


Table 10.20- Slab maximum force summary (Long term condition)

Maximum moment Maximum shear


Hogging Sagging Hogging Sagging (N/mm2)
(kNm)/m (kNm) (N/mm2) (Top) (Bottom)
Deck
(Top) (Bottom)
Slab

Max. Max. Max. Max. Max. Max. Max. Max.


Mx My Mx My Mx My Mx My

43 49 54 42 0.189 0.276 0.203 0.293

The maximum deflection of slab is summarized in Table 10.21.

Table 10.21- Slab maximum deflection

Actual Allowable deflection limit is


Description
deflection(mm) L/250(mm)
Slab 6.266 20

Client: New Mangalore Port Trust, Mangalore 64


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

11.0 RC DESIGN DETAILS OF BERTHING STRUCTURE AND APPROACH


STRUCTURE
11.1 RC Design for Berthing Jetty

11.1.1 Pile

The design of pile is done for the moments adopted from the STAAD Pro analysis. The
design of pile is given in Annexure-(B). The RC details of pile is shown in Annexure-(C).
The reinforcement provided is summarized in Table 11.1.
Table 11.1 Pile Reinforcement summary for piles

crack width (mm)


No of bars % of reinforcement Lateral ties
Dia (mm)
provided provided provided
Short Long
term term
12mm# @150mm
1400 46T32 2.35% 0.138 0.006
spacing c/c
12mm# @150mm
1200 36T32 2.56% 0.189 0.002
spacing c/c

11.1.2 Beams

The beams are designed based of IS 456 specifications. The beams are also checked for the
allowable crack width and allowable deflection. The design summary for beams is tabulated
in Table 11.2. The design of beam is given in Annexure-(B). The RC details of beams is
shown in Annexure-(C).

Table 11.2 Beam Reinforcement summary

S. Descrip Size(mm) Reinforcement % of Stirrup Crack width (mm)


No. tion reinforcemen s (mm)
t
Botto Top Botto Top Top Bottom
m m Short Long Short Long
1 Main 1500x2000 33T25 33T25 0.57 0.57 12T 6 0.18 0.025 0.084 -0.009
beam legged
@200
C/C
2 Crane 1500x2000 30T32 30T32 0.85 0.85 16T 6 0.097 0.037 0.121 0.039
beam legged
@150
C/C
3 Long 1200x2000 16T32 16T32 0.57 0.57 16T 6 0.040 0.001 0.019 -0.01
beam legged
@200
C/C
4 Fender 1300x3000 16T32 16T32 0.34 0.34 16T 4 0.056 -0.026 0.08 -0.03
beam legged

Client: New Mangalore Port Trust, Mangalore 65


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

@200
C/C
5 Service 1500x900 20T32 20T32 1.36 1.36 16T 4 0.026 0.017 -0.023 -0.026
trench legged
main @200
beam C/C

11.1.3 Deck slab

The design of deck slab is done for the moment and axial load adopted from the Staad pro
analysis. The design of deck slab is given in Annexure-(B). The reinforcement provided is
summarized in Table 11.3. The RC details of deck slab is shown in Annexure-(C).
Table 11.3 Slab reinforcement summary

Thickness Reinforcement % of reinforcement


mm
Top Bottom Top Bottom
550 Max. Mx Max. My Max. Mx Max. My Max. Max. Max. Max.
Mx My Mx My
T25@200m T25@200 T25@200 T25@200m 0.54 0.54 0.54 0.57
m C/C mm C/C mm C/C m C/C

11.2 RC Design for Approach Jetty

11.2.1 Pile

The design of pile is done for the moment adopted from the Staad pro analysis. The design of
pile is given in Annexure-(B). The RC details of pile is shown in Annexure-(C).The
reinforcement provided is summarized in Table 11.4.
Table 11.4 Pile Reinforcement summary for piles

crack width (mm)


No of bars % of reinforcement Lateral ties
Dia (mm)
provided provided provided
Short Long
term term
12mm# @150mm
1000 15T32 1.54% 0.02 0.03
spacing c/c

11.2.2 Beams

The beams are designed based of IS 456 specifications. The beams are also checked for the
allowable crack width and allowable deflection. The design summary for beams is tabulated

Client: New Mangalore Port Trust, Mangalore 66


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

in Table 11.5. The design of beam is given in Annexure-(B). The RC details of beams is
shown in Annexure-(C).

Table 11.5 Beam Reinforcement summary

S. Descrip Size(mm) Reinforcement % of Stirrup Crack width (mm)


No. tion reinforcemen s (mm)
t
Botto Top Botto Top Top Bottom
m m Short Long Short Long
1 Main 1000x1800 16T25 16T25 0.46 0.46 12T 4 0.045 -0.038 0.139 0.044
beam legged
@200
C/C
2 Long 800x1800 12T25 12T25 0.43 0.43 12T 4 0.034 -0.018 -0.021 -0.048
beam legged
@200
C/C
3 Service 1500x850 8T25 8T25 0.52 0.52 12T 4 0.175 0.12 -0.065 -0.067
trench legged
main @200
beam C/C

11.2.3 Deck slab

The design of deck slab is done for the moment and axial load adopted from the Staad Pro
analysis. The design of deck slab is given in Annexure-(B). The reinforcement provided is
summarized in Table 11.6. The RC details of deck slab is shown in Annexure-(C).
Table 11.6 Slab reinforcement summary

Thickness Reinforcement % of reinforcement


mm
Top Bottom Top Bottom
500 Max. Mx Max. My Max. Mx Max. My Max. Max. Max. Max.
Mx My Mx My
T20@200m T20@200m T20@200 T20@200 0.39 0.39 0.39 0.39
m C/C m C/C mm C/C mm C/C

Client: New Mangalore Port Trust, Mangalore 67


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

12.0 REVETMENT
To protect the dredging slope, revetment has been proposed along the berth 17. The
revetment is a rubble mound structure in which the top level is about (-)18m and the bottom
level is about (-)20m along the seaside respectively. The top level of revetment in landside is
about (+)2m. The slope of the revetment is 1:2. Primary layer of 2m thickness have been
proposed with stones of 500kg to 1000kg. Toe apron of 2m thickness has been proposed with
stones of 10kg to 50kg. Below the revetment, non-woven geotextile layer of thickness 20mm
has been suggested. The proposed cross-sections of revetment are shown in Fig.12.1 and
Fig.12.2
Sequence of slope protection:

• Geotextile layer shall be placed over the sloped portion naturally formed below the
berthing structure when dredging infront of Berth No.17 is carried out as shown in the
general arrangement drawings. The geotextile layer may be spread around the pile.
• Toe mound shall then be formed using 10 to 50kg stones at the location shown in
relevant drawings (General Arrangements).
• 500kg to 1000kg stones shall be placed with the thickness of 2m and slope of 1:2 to
be maintained as shown in the Fig.12.1.

Fig.12.1 – The proposed cross section of Revetment/ Slope protection

Client: New Mangalore Port Trust, Mangalore 68


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Fig.12.1 – The proposed cross section of Revetment/ Slope protection at Approach jetty
location

13.0 BILL OF QUANTITY AND COST ESTIMATE


The capital cost estimates have been prepared for the berthing structure and Approach
structures. The total cost of the project based on requirements, initial discussions and
observation is about Rs. 168.587 Crores. The bill of quantity based on detailed estimate and
the abstract of the cost estimate based on the bill of quantities is given in Annexure - D

14.0 SUMMARY
A berthing jetty to handle 150000 DWT vessels within the New Mangalore Port basin has
been planned and designed. It is envisaged for IRC 70R tracks and for 100T mobile crane
movement. The detailed engineering drawings are prepared and submitted herewith.

The following sequence of construction is recommended. In overall, it has 3 major activities.

1. Berthing Jetty & Approach jetty

2. Dredging upto (-)18m

3. Slope protection work/ Revetment

In the first stage, the jetty construction should be undertaken along with or prior to the
proposed deepening of the basin and berthing packet. After completion of the deepening in
front of the proposed jetty, a parallel activity of shore protection/ revetment work can be

Client: New Mangalore Port Trust, Mangalore 69


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

planned. It is preferable to construct the revetment once the piling work is completed upto/
above the high-water level. On completion of revetment, the deck slab can be casted.

Prof. S.A. Sannasiraj Prof. K. Murali

Client: New Mangalore Port Trust, Mangalore 70


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

ANNEXURE – A

Client: New Mangalore Port Trust, Mangalore 71


12 11 10 9 8 7 6 5 4 3 2 1

D N
H
S E H

P O
RO
P

NW

E
AS

N
E W E
AM
S

SE
SW

N E) .8
LI NO
S

ER TH H SCALE - 1:950
D ER R T
E N B BE
G F G
OT
(N
CE
FA
NT
O
FR

F
100 F
EXP.JT

J -2
34

A
-3

00
T 10000
NI

0
U
CD )
.0 m 6 M
1 8 X 1
( - ) M
H .9 0 0
T 4 5 60
P X 1
E
DE 9 4 M
100
1 E
G ( 2
G IN - EXP.JT
D T
E D W T-
2
D R 0 N I
00 U
0
15

0 0
60 0
D 100 11 820 D
34
1 EXP.JT
IT-
UN
26

100 0 0
0
05

EXP.JT 1 6
1
0

-1

C C
A J
34
00
0

10000

B B

ORIGINAL SIZE:A1
receive it nor be copied or otherwise made use of either in full or in
part by such person or body without our prior permission in writing.
must not be passed on to any person body not authorised by us to
NOTES: CLIENT: NEW MANGLORE PORT TRUST

This drawing is the property of New Mangalore Port. and IITM,


1. ALL DIMENSIONS ARE IN mm. PROJECT:
DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF
DATE:
ADDITIONAL DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW
2. DIMENSION OF BERTHING JETTY =348.2X26.05m MANGLORE PORT 03.12.2021
3. APPROACH JETTY 1 & 2 =34X10m DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 1 OF 12)
A 3. EXPANSION JOINT =100mm DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 01
Scale As Shown A
REV- 0
ENGINEERING FIRM:
TG SK SAS TU
TE
OF TEC
HN

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
TITLE

Y MADRA
DDMMYY INIT. SIGN. INIT. SIGN.

DIA
IN

S
REV. DATE DRAWING NO: REFERENCE DRAWINGS DRN. CHECKED APPROVED DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36
12 11 10 9 8 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

N
H H

G G

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51

116000 EXP JOINT 100 116000 EXP JOINT 100 116000


UNIT-I UNIT-II UNIT-III
2000 2000 2000
F DETAIL - X
2000 2000 2000 DETAIL - X F
7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000
G
100-11
SEA SIDE

A
2050
5500 5500 5500 5500

B
UNIT - I UNIT - II UNIT - III
26050

D
2000

E
EXP JOINT 100

EXP JOINT 100


E F LAND SIDE E
60150

2000

2000
5000 5000 5000 5000 5000 5000

5000 5000 5000 5000 5000 5000


G DETAIL - X DETAIL - X
OVERALL LAYOUT FOR DEEP DRAFT GENERAL CARGO BERTHING
H STRUCTURE AND APPROACH STRUCTURES
SCALE - 1:500

34000
34000

K
2000

2000
L
7350 7350
D 1650 1000 1650 1000 D
10000 10000

52 53 54 55

C C

B B

LEGEND :-

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
- PILE
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
- PILE MUFF PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE 03.12.2021
- MAIN BEAM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 2 OF 12)
TO PORT CHART DATUM
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 - LONGITUDINAL BEAM
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 02 A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF ENGINEERING FIRM:
500 MPa (Fe500). TE
OF TEC
HN
TU

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18

116000
UNIT-I EXP JOINT 100

2000 2000 2000


7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000
MAIN BEAM PILE MUFF - 1 PILE MUFF - 2
A B PILE - 1 DIA 1400mm FENDER BEAM LONGITUDINAL CRANE 150T BOLLARD
1500 X 2000 mm (GRID A1 TO A17) 100-04 (GRID B1 TO D17) 100-05 SEA SIDE SUPER CONE FENDER
(GRID A1 TO A17 & 1300 X 3000 mm BEAM 1500 X 2000 mm (TYP.)
(TYP.) 1900X3000X600 mm 1700X1700X500 mm 1800 CV F1.7
GRID E1 TO E17) (TYP.) (TYP.)
(TYP.) (TYP.) (TYP.)
(TYP.)
F F

A
2050
5500

B
5500

UNIT-I
26050

E C E
C 100-06
5500

D
5500

D
2000

100-07

E
D D

END BUFFER CRANE STROME JACKING PLATE PILE MUFF - 3 PILE - 2 DIA1200mm PILE - 1 DIA1400mm LONGITUDINAL BEAM
STORM ANCHOR LONGITUDINAL CRANE
TIE DOWN (TYP.) (GRID F1 TO F17 GRID B1 TO E17 GRID F1 TO F17 1200 X 2000 mm SERVICE TRENCH
(TYP.) (TYP.) LAND SIDE BEAM 1500 X 2000 mm
(TYP.) 1800X1800X600mm (TYP.) (TYP.) (TYP.) 1000 X 850 mm
(TYP.)
(TYP.) (TYP.)
GENERAL ARRANGEMENT OF BERTHING STRUCTURE
SCALE - 1:170

C C

B B

LEGEND :-

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
- PILE
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
- PILE MUFF PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE 03.12.2021
- MAIN BEAM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 3 OF 12)
TO PORT CHART DATUM
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 - LONGITUDINAL BEAM
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 03 A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF ENGINEERING FIRM:
500 MPa (Fe500). TE
OF TEC
HN
TU

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

A B C D E

26050
22000
EL (+) 4.66M 2050 5500 5500 5500 5500 2000
(TL)
DRAINAGE PIPE
CRANE RAIL WEARING COAT LONGITUDINAL BEAM
150T BOLLARD RCC SLAB
(TYP.) 100mm THICK 1200 X 2000 mm CRANE RAIL
(TYP.) 550 mm THICK
EL (+) 2.06M (TYP.) (TYP.) LONGITUDINAL CRANE
G (TYP.) (TYP.) G
(PCL-2)
EL (+) 1.96M
SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 BEAM 1500 X 2000 mm EL (+) 3.50M
(PCL-1) (TYP.) 34100 (EXISTING BED LEVEL)
EL (+) 1.68M
(HHWS) EL (+) 2.00M 4
EL (+) 0.03M SERVICE TRENCH 1
(LLWS) 1000X850 mm LOPE)
LONGITUDINAL CRANE MAIN BEAM D) GS
EL (+) 0.00M (TYP.)
G SEA BE D GIN
(CD) BEAM 1500 X 2000 mm PILE MUFF-2 1500 X 2000 mm PILE MUFF-3 (EXI S T IN
ER DRE
(TYP.) (GRID B1 TO D51) (TYP.) (GRID E1 TO E51) 6 (AFT
1700 X 1700 X 500 mm 1800 X 1800 X 600 mm 1
SUPER CONE FENDER (TYP.) PILE 1 (TYP.)
1800 CV F1.7 DIA 1400mm
F (TYP.) PILE MUFF 1 (GRID E1 TO E51) F
FENDER BEAM (GRID A1 TO A51) (TYP.)
1300 X 3000mm 1900 X 3000 X 600 mm
(TYP.) (TYP.)
EL (-) 6.00M PILE 2
(EXISTING BED LEVEL) DIA 1200mm
(GRID B1 TO D51)
(TYP.)
2
1

E PILE 1 E
DIA 1400mm
(GRID A1 TO A51)
(TYP.) STONE PITCHING
(TYP.)

500kg TO 1000kg
STONES WITH 2
2000mm HEIGHT 1
(TYP.)

D D
EL (-) 18.00 M
(DREDGE LEVEL) 3000

2 GEO TEXTILE LAYER


EL (-) 20.00 M 1 (TYP.)
(SLOPE PROTECTION BOTTOM LEVEL)

10kg TO 50kg
STONES WITH
2000mm HEIGHT
C (TYP.) C

EL (-) 30.00M
TENTATIVLY FOUNDING LEVEL

B CROSS SECTION A-A (FENDER LOCATION) B


SCALE -1:100

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
LEGEND:
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED CD - CHART DATUM DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. TL - TOP LEVEL DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE HHWS - HIGHEST HIGH WATER SPRING 03.12.2021
TO PORT CHART DATUM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 4 OF 12)
LLWS - LOWEST LOW WATER SPRING
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. PCL - PILE CUT OFF LEVEL DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 04
A A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED DL - DREDGE LEVEL
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF FL - FOUNDING LEVEL ENGINEERING FIRM:
500 MPa (Fe500). EL - ELEVATION TE
OF TEC
HN
TU

5. EXPANSION JOINT 100mm

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

A B C D E

26050
22000
EL (+) 4.66M 2050 5500 5500 5500 5500 2000
(TL)
DRAINAGE PIPE
CRANE RAIL WEARING COAT
150T BOLLARD LONGITUDINAL BEAM RCC SLAB
(TYP.) 100mm THICK CRANE RAIL
G (TYP.) 1200 X 2000 mm 550 mm THICK 34100 G
EL (+) 2.06M (TYP.) LONGITUDINAL CRANE
(TYP.) (TYP.)
(PCL-2) SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 SLOPE 1:200
(TYP.) SLOPE 1:200
SLOPE 1:200 BEAM 1500 X 2000 mm
EL (+) 1.96M EL (+) 3.50M
(PCL-1) (TYP.) (EXISTING BED LEVEL)
EL (+) 1.68M
(HHWS) EL (+) 2.00M 4
EL (+) 0.03M SERVICE TRENCH 1
(LLWS) 1000X850 mm
E)
EL (+) 0.00M LONGITUDINAL CRANE MAIN BEAM (TYP.) D) S LOP
(CD) BEAM 1500 X 2000 mm PILE MUFF-2 1500 X 2000 mm PILE MUFF-3 ING SEA BE D GIN
G
(GRID B1 TO D51) 6 (EXIST DRE
(TYP.) (TYP.) (GRID E1 TO E51) ER
1700 X 1700 X 500 mm (AFT
1800 X 1800 X 600 mm 1
(TYP.) PILE 1 (TYP.)
F DIA 1400mm F
FENDER BEAM PILE MUFF 1 (GRID E1 TO E51)
1300 X 3000mm (GRID A1 TO A51) (TYP.)
(TYP.) 1900 X 3000 X 600 mm
(TYP.)
EL (-) 6.00M PILE 2
(EXISTING BED LEVEL) DIA 1200mm
(GRID B1 TO D51)
(TYP.)
2
1

E E
PILE 1
DIA 1400mm
(GRID A1 TO A51)
(TYP.) 1
2

500kg TO 1000kg
STONES WITH
2000mm HEIGHT
(TYP.)

D D
EL (-) 18.00 M
(DREDGE LEVEL) 3000

2 GEO TEXTILE LAYER


EL (-) 20.00 M 1 (TYP.)
(SLOPE PROTECTION BOTTOM LEVEL)

10kg TO 50kg
STONES WITH
2000mm HEIGHT
C C
(TYP.)

EL (-) 30.00M
TENTATIVLY FOUNDING LEVEL

B B
CROSS SECTION B-B (NON FENDER LOCATION)
SCALE -1:100

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
LEGEND:
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED CD - CHART DATUM DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. TL - TOP LEVEL DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE HHWS - HIGHEST HIGH WATER SPRING 03.12.2021
TO PORT CHART DATUM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 5 OF 12)
LLWS - LOWEST LOW WATER SPRING
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. PCL - PILE CUT OFF LEVEL DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 05
A A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED DL - DREDGE LEVEL
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF FL - FOUNDING LEVEL ENGINEERING FIRM:
500 MPa (Fe500). EL - ELEVATION TE
OF TEC
HN
TU

5. EXPANSION JOINT 100mm

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18

116000
EXP JOINT 100
EL (+) 4.66M
(TL) 2000 2000 2000
EL (+) 2.06M 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000
(PCL-2)
EL (+) 1.96M WEARING COAT RCC SLAB MAIN BEAM
(PCL-1) 1500 X 2000 mm
EL (+) 1.68M 100mm THICK 550mm THICK
(HHWS) (TYP.) (TYP.) (TYP.)
F EL (+) 0.03M F
(LLWS)
EL (+) 0.00M
(CD)

PILE MUFF-2 LONGITUDINAL BEAM


(GRID B1 TO E51) 1200 X 2000 mm SERVICE TRENCH
EL (-) 6.00 M 1700 X 1700 X 500 mm (TYP.) 1000X850 mm
(EXISTING BED LEVEL) (TYP.) (TYP.)

PILE 2
DIA 1200 mm
E (TYP.) E

EL (-) 18.00 M
(DREDGE LEVEL)

D D

EL (-) 30.00M
TENTATIVLY FOUNDING LEVEL

C LONGITUDINAL CROSS SECTION C-C C


SCALE - 1:185

B B

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
LEGEND:
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED CD - CHART DATUM DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. TL - TOP LEVEL DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE HHWS - HIGHEST HIGH WATER SPRING 03.12.2021
TO PORT CHART DATUM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 6 OF 12)
LLWS - LOWEST LOW WATER SPRING
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. PCL - PILE CUT OFF LEVEL DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 06
A A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED DL - DREDGE LEVEL
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF FL - FOUNDING LEVEL ENGINEERING FIRM:
500 MPa (Fe500). EL - ELEVATION TE
OF TEC
HN
TU

5. EXPANSION JOINT 100mm

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G
34 35
17 18
EXP JOINT 100
2000 2000

STRIP STEEL TYPE


EXPANSION JOINT

WEARING COAT RCC SLAB


100mm THICK 550mm THICK
F (TYP.) (TYP.) F

E E

MAIN BEAM
LONGITUDINAL BEAM
1500 X 2000 mm
1300 X 2000 mm
(TYP.)
(TYP.)

RCC PILE DIA RANGE


1200 TO 1400mm
(TYP.)

D D
SERVICE TRENCH
1000X850 mm
(TYP.)

CROSS SECTION D-D


SCALE - 1:50

C C

B B

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
LEGEND:
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED CD - CHART DATUM DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. TL - TOP LEVEL DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE HHWS - HIGHEST HIGH WATER SPRING 03.12.2021
TO PORT CHART DATUM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 7 OF 12)
LLWS - LOWEST LOW WATER SPRING
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. PCL - PILE CUT OFF LEVEL DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 07
A A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED DL - DREDGE LEVEL
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF FL - FOUNDING LEVEL ENGINEERING FIRM:
500 MPa (Fe500). EL - ELEVATION TE
OF TEC
HN
TU

5. EXPANSION JOINT 100mm

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G

F G H I J K L

34000

2000 5000 5000 5000 5000 5000 5000 2000


F F
E
100-09

1000

55
52
E E

10000
7350
100-10

54
53
1650
D D

PILE DIA1000mm MAIN BEAM PILE MUFF LONGITUDINAL BEAM SERVICE TRENCH
(TYP.) 1000 X 1800 mm 1400X1400X500mm 800 X 1800 mm 1000 X 850 mm
(TYP.) (TYP.) (TYP.) (TYP.)
APPROACH JETTY
SCALE 1:75

C C

B B

LEGEND :-

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
- PILE
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
- PILE MUFF PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE 03.12.2021
- MAIN BEAM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 8 OF 12)
TO MEAN SEA LEVEL
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 - LONGITUDINAL BEAM
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 08 A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF ENGINEERING FIRM:
500 MPa (Fe500). TE
OF TEC
HN
TU

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

54 55
H H
53 52

10000

1650 7350 1000


EL (+) 4.66M
(TL) LONGITUDINAL BEAM WEARING COAT RCC SLAB DRAINAGE PIPE
800 X 1800 mm 100 mm THICK 500 mm THICK (TYP.)
(TYP.) (TYP.) (TYP.)
SLOPE 1:200 SLOPE 1:200

G G

SERVICE TRENCH
1000X850 mm
(TYP.)
EL (+) 2.26M
(PCL)

EL (+) 1.68M
(HHWS) MAIN BEAM
1000 X 18000 mm
PILE MUFF (TYP.)
1400 X 1400 X 500 mm
F (TYP.) F
EL (+) 0.03M
(LLWS)
EL (+) 0.00M
(CD)

E E

RCC PILE
DIA 1000mm
(TYP.)
D D

EL (-) 29.00M
TENTATIVLY FOUNDING LEVEL

C C

CROSS SECTION E-E


SCALE - 1:40

B B

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
LEGEND:
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED CD - CHART DATUM DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. TL - TOP LEVEL DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE HHWS - HIGHEST HIGH WATER SPRING 03.12.2021
TO PORT CHART DATUM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 9 OF 12)
LLWS - LOWEST LOW WATER SPRING
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. PCL - PILE CUT OFF LEVEL DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 09
A A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED DL - DREDGE LEVEL
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF FL - FOUNDING LEVEL ENGINEERING FIRM:
500 MPa (Fe500). EL - ELEVATION TE
OF TEC
HN
TU

5. EXPANSION JOINT 100mm

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

F G H I J K L

34000

2000 5000 5000 5000 5000 5000 5000 2000


EL (+) 4.66M
(TL) MAIN BEAM RCC SLAB
LONGITUDINAL BEAM WEARING COAT
1000 X 18000 mm 500 mm THICK
G
800 X 1800 mm 100 mm THICK G
(TYP.) (TYP.)
(TYP.) (TYP.) EL (+) 3.50M
(EXISTING BED LEVEL)

EL (+) 2.26M
(PCL) 4
EL (+) 1.68M EL (+) 2.00M
(HHWS) 1

PILE MUFF )
EL (+) 0.03M
S LOPE
1400 X 1400 X 500 mm ) GING
EA BED
(LLWS) E D
(TYP.) G S RD R
F EL (+) 0.00M
(EXIST
I N (AFTE F
(CD)
6

1
500kg TO 1000kg
STONES WITH
2000mm HEIGHT
(TYP.)

STONE PITCHING
E (TYP.) E

NON-WOVEN GEO TEXTILE


LAYER
20MM THK.(TYP.)
RCC PILE
DIA 1000mm
(TYP.)

1
D D

C C

EL (-) 29.00M
TENTATIVLY FOUNDING LEVEL

B B

CROSS SECTION F-F


SCALE- 1:60

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
LEGEND:
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED CD - CHART DATUM DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. TL - TOP LEVEL DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE HHWS - HIGHEST HIGH WATER SPRING 03.12.2021
TO PORT CHART DATUM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 10 OF 12)
LLWS - LOWEST LOW WATER SPRING
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. PCL - PILE CUT OFF LEVEL DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 10
A A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED DL - DREDGE LEVEL
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF FL - FOUNDING LEVEL ENGINEERING FIRM:
500 MPa (Fe500). EL - ELEVATION TE
OF TEC
HN
TU

5. EXPANSION JOINT 100mm

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

A B C D E F G H I J K L

60150
G G
EL (+) 4.66M 26050 EXP JOINT 100 34000
(TL)
EL (+) 2.06M 2050 5500 5500 5500 5500 2000 2000 5000 5000 5000 5000 5000 5000 2000
(PCL-2)
CRANE RAIL WEARING COAT LONGITUDINAL BEAM RCC SLAB CRANE RAIL LONGITUDINAL CRANE MAIN BEAM RCC SLAB
150T BOLLARD LONGITUDINAL BEAM WEARING COAT
EL (+) 1.96M (TYP.) 100mm THICK 1200 X 2000 mm 550 mm THICK (TYP.) BEAM 1500 X 2000 mm 1000 X 18000 mm 500 mm THICK
(TYP.) 800 X 1800 mm 100 mm THICK
(PCL-1) (TYP.)
(TYP.) SLOPE 1:200 SLOPE (TYP.) (TYP.) (TYP.) (TYP.)
SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 1:200 SLOPE 1:200 SLOPE 1:200 SLOPE 1:200 (TYP.) (TYP.) EL (+) 3.50M
EL (+) 1.68M (EXISTING BED LEVEL)
(HHWS)
EL (+) 0.03M EL (+) 2.00M 4
(LLWS) 1
EL (+) 0.00M PILE MUFF LO PE)
LONGITUDINAL CRANE MAIN BEAM SERVICE TRENCH GS
(CD) DRAINAGE 1400 X 1400 X 500 mm GIN
F PILE MUFF-2 1000X850 mm RED F
BEAM 1500 X 2000 mm 1500 X 2000 mm ER D
PIPE (GRID B1 TO D51) (TYP.) (TYP.) (AFT
(TYP.) (TYP.)
1700 X 1700 X 500 mm
(TYP.) PILE 1 PILE MUFF-3
PILE MUFF 1 DIA 1400mm (GRID E1 TO E51)
FENDER BEAM 6
EL (+) 6.00M (GRID A1 TO A51) (GRID E1 TO E51) 1800 X 1800 X 600 mm
(EXISTING BED LEVEL) 1300 X 3000mm 1
1900 X 3000 X 600 mm (TYP.) (TYP.)
(TYP.) RCC PILE
(TYP.) E)
PILE 2 G BE D SLOP DIA 1000mm
(EXISTIN
DIA 1200mm (TYP.)
(GRID B1 TO D51)
(TYP.) 2
1
E E

PILE 1
DIA 1400mm
(GRID A1 TO A51)
(TYP.) STONE PITCHING
(TYP.)

500kg TO 1000kg
STONES WITH 2
2000mm HEIGHT 1
(TYP.)
EL (-) 18.00 M
D (DREDGE LEVEL) 3000 D
2 GEO TEXTILE LAYER
EL (-) 20.00 M
(SLOPE PROTECTION BOTTOM LEVEL)
1 (TYP.)

10kg TO 50kg
STONES WITH
2000mm HEIGHT
(TYP.)
EL (-) 29.00M
TENTATIVLY FOUNDING LEVEL
EL (-) 30.00M
C TENTATIVLY FOUNDING LEVEL C

CROSS SECTION G-G


SCALE - 1:125

B B

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
LEGEND:
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED CD - CHART DATUM DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. TL - TOP LEVEL DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE HHWS - HIGHEST HIGH WATER SPRING 03.12.2021
TO PORT CHART DATUM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 11 OF 12)
LLWS - LOWEST LOW WATER SPRING
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. PCL - PILE CUT OFF LEVEL DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 11
A A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED DL - DREDGE LEVEL
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF FL - FOUNDING LEVEL ENGINEERING FIRM:
500 MPa (Fe500). EL - ELEVATION TE
OF TEC
HN
TU

5. EXPANSION JOINT 100mm

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

1 2 3 4 5 6

H H
2000 7000 7000 7000 7000 7000

150 150 150 150 150 150 150 150


1500 1500 1500 1500

300

675

800
1100
3500

2750

2500
A

2750
G G

3500

2750

2750

2500
F F
E

1250

1250

1250

1250
1500 1500 1500 1500
150 150 150 150 150 150 150 150
END BUFFER JACKING PLATE
CRANE STROME STORM ANCHOR (TYP.)
(TYP.) DETAIL - X
TIE DOWN (TYP.)
SCALE 1:100
(TYP.)

E E

46 47 48 49 50 51

7000 7000 7000 7000 7000 2000

150 150 150 150 150 150 150 150


1500 1500 1500 1500

300
675
800

1100
2500

2750

3500
D A D

2750

C C

3500
2750

2750
2500

E
1250

1250

1250

1250
1500 1500 1500 1500
150 150 150 150 150 150 150 150
JACKING PLATE END BUFFER
(TYP.) STORM ANCHOR CRANE STROME
(TYP.) TIE DOWN (TYP.)
DETAIL - X
B SCALE 1:100 (TYP.) B

LEGEND :-

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
- PILE
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
- PILE MUFF PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH REFERENCE 03.12.2021
- MAIN BEAM DRAWING TITLE: GENERAL ARRANGEMENT DRAWINGS (SHEET 12 OF 12)
TO MEAN SEA LEVEL
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 - LONGITUDINAL BEAM
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 100 - 12 A
4. STEEL GRADE FOR ALL REINFORCEMENTS USED
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF ENGINEERING FIRM:
500 MPa (Fe500). TE
OF TEC
HN
TU

OL
Prof.S.A.SANNASIRAJ Prof. K. MURALI

TI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

ANNEXURE-(B)

Client: New Mangalore Port Trust, Mangalore 1


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

PILE DESIGN

Client: New Mangalore Port Trust, Mangalore 2


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Berthing Jetty- 1400mm Diameter pile

DESIGN OF PILE
Diameter of Pile D = 1400 mm
Grade of Concrete fck = 40 N/mm2
Reinforcement Steel fy = 500 N/mm2
Clear Cover Co = 75 mm
Dia of bar db = 32 mm
Dia of stirrups = 12 mm
From Spread Sheet ,
The Percentage of steel Reinforcement Required Pt = 0.9 %
Minimum Percentage of steel Reinforcement Pt = 0.8 %
Area of steel Reinforcement Required Ast = 13546.55 mm2
Area of 1 bar of Y32 = 804.25 mm2
No of bars = 16.84
Provide no of bars = 45
Area of steel Reinforcement Provided Ast = 36191.15 mm2
The Percentage of steel Reinforcement provided Pt = 2.35 %
Provide 45 nos. of 32mm main reinforcement
As per IS 456-2000, Cl.26.5.3.2(d)
Spacing of bars
Max c/c distance = 300 mm
Minimum Clear distance = 80 mm

Clear distance b/w longitudinal bars = 83 >80 mm


OK

Client: New Mangalore Port Trust, Mangalore 3


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Lateral ties:
a)Pitch
The pitch should not be greater than
1. Dia of piles = 1400 mm
2. 16 * Dia of main bar = 512 mm
3. 300 mm
b) Diameter
Dia of Longitudinal Bar = 12 mm
Provide Y-12 @150 mm c/c
Crack width for short term effect
Summary
Actual crack width = 0.0054 inches
= 0.138 mm
Permissible crack width > 0.2 mm
Crack width for long term effect
Summary
Actual crack width = 0.0002 inches
= 0.006 mm
Permissible crack width > 0.1 mm

Berthing Jetty- 1200mm Diameter pile

DESIGN OF PILE
Diameter of Pile D = 1200 mm
Grade of Concrete fck = 40 N/mm2

Client: New Mangalore Port Trust, Mangalore 4


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Reinforcement Steel fy = 500 N/mm2


Clear Cover Co = 75 mm
Dia of bar db = 32 mm
Dia of stirrups = 12 mm
From Spread Sheet ,
The Percentage of steel Reinforcement Required Pt = 0.9 %
Minimum Percentage of steel Reinforcement Pt = 0.8 %
Area of steel Reinforcement Required Ast = 10216.46 mm2
Area of 1 bar of Y32 = 804.25 mm2
No of bars = 12.70
Provide no of bars = 36
Area of steel Reinforcement Provided Ast = 28952.92 mm2
The Percentage of steel Reinforcement provided Pt = 2.56 %
Provide 36 nos. of 32mm main reinforcement
As per IS 456-2000, Cl.26.5.3.2(d)
Spacing of bars
Max c/c distance = 300 mm
Minimum Clear distance = 80 mm

Clear distance b/w longitudinal bars = 87 >80 mm


OK
Lateral ties:
a)Pitch
The pitch should not be greater than
1. Dia of piles = 1200 mm
2. 16 * Dia of main bar = 512 mm
3. 300 mm
b) Diameter
Dia of Longitudinal Bar = 12 mm
Provide Y-12 @150 mm c/c
Crack width for short term effect
Summary
Actual crack width = 0.0074 inches

Client: New Mangalore Port Trust, Mangalore 5


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 0.189 mm
Permissible crack width > 0.2 mm
Crack width for long term effect
Summary
Actual crack width = 0.0001 inches
= 0.002 mm
Permissible crack width > 0.1 mm

Approach Jetty- 1000mm Diameter pile

DESIGN OF PILE
Diameter of Pile D = 1000 mm
Grade of Concrete fck = 40 N/mm2
Reinforcement Steel fy = 500 N/mm2
Clear Cover Co = 75 mm
Dia of bar db = 32 mm
Dia of stirrups = 12 mm
From Spread Sheet ,
The Percentage of steel Reinforcement Required Pt = 0.8 %
Minimum Percentage of steel Reinforcement Pt = 0.8 %
Area of steel Reinforcement Required Ast = 6283.185 mm2
Area of 1 bar of Y32 = 804.25 mm2
No of bars = 7.81
Provide no of bars = 15

Client: New Mangalore Port Trust, Mangalore 6


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Area of steel Reinforcement Provided Ast = 12063.72 mm2


The Percentage of steel Reinforcement provided Pt = 1.54 %
Provide 15 nos. of 32mm main reinforcement
As per IS 456-2000, Cl.26.5.3.2(d)
Spacing of bars
Max c/c distance = 300 mm
Minimum Clear distance = 80 mm

Clear distance b/w longitudinal bars = 166 >80 mm


OK
Laterial ties:
a)Pitch
The pitch should not be greater than
1. Dia of piles = 1000 mm
2. 16 * Dia of main bar = 512 mm
3. 300 mm
b) Diameter
Dia of Longitudinal Bar = 12 mm
Provide Y-12 @150 mm c/c

Crack width for short term effect

Summary
Actual crack width = 0.0008 inches
= 0.020 mm
Permissible crack width > 0.2 mm
Crack width for long term effect
Summary
Actual crack width = 0.0012 inches
= 0.030 mm
Permissible crack width > 0.1 mm

Client: New Mangalore Port Trust, Mangalore 7


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

BEAM DESIGN

Client: New Mangalore Port Trust, Mangalore 8


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

BERTHING JETTY
1. MAIN BEAM - 1500 X 2000MM

Design of top reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 25 mm

Diameter of stirrups = 12 mm

Clear cover = 50 mm

Width of beam b = 1500 mm

Overall depth of beam D = 2000 mm

Effective depth d = 1900.5 mm

From Staad Pro

Design Bending Moment Mu = 7981 kNm

As per IS 456 and SP 16

= 1.47 %

Pt = 0.35 %

Area of steel reinforcement Ast = 10101.94 mm²

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 21.58

Provide Number of main bars = 33 nos

Provide Number of layers = 3 Layer

Xulimit = 0.46d = 874.23 mm

Ast provided = 16199 mm2

Client: New Mangalore Port Trust, Mangalore 9


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Xu actual =

Xu = 326 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 12441 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 4846.275 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition


Provide 33 nos. of 25mm dia bars of three
layers at Top

= 16199 mm2

Side face reinforcement

Ast = 0.05/100* bD

= 1500 mm2

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 5.77

Provide Number of side bars = 8.00

Provide 8 nos. of 20mm dia bars of two at each side

3.Shear Design

Design Shear force Vu = 3590 kN

Client: New Mangalore Port Trust, Mangalore 10


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Effective Depth d = 1900.5 mm

Width of beam b = 1500 mm

Nominal Shear Stress τv = Vu/bd

= 1.26 N/mm2

Area of Reinforcement Ast = 16199 mm2

Percentage of reinforcement pt = 0.57 %

Design Shear stress τc = 0.53 N/mm2

Maximum Shear Stress τcmax = 4 N/mm2

τcmax > τv > τc

Net Shear Force Vus = Vu-Tc b d

Vus = 2066 kN

Using 6 Legged Stirrups 12 mm dia bars

Permissible stress for Fe500 grade steel = 415 N/mm2

No of legs = 6

Area of stirrups Asv = 678.58 mm2

Spacing of stirrups Sv = (0.87 x fy x Asv x d)/V

= 225.37645 mm

Sv = 200 mm

As per IS 456-2000, clause 26.5.1.6, pg. no. 48

Minimum shear reinforcement Asv/bSv = 0.4/0.87fy

= 275.86207 mm2

Astmin<Astprov, Hence Ok

Provide 6 legged 12mm dia bars with a spacing of 200mm c/c

Design of Bottom Reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Client: New Mangalore Port Trust, Mangalore 11


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Diameter of main bars at top = 25 mm

Diameter of stirrups = 12 mm

Clear cover = 50 mm

Width of beam b = 1500 mm

Overall depth of beam D = 2000 mm

Effective depth d = 1900.5 mm

Length of the beam L = 5500 mm

From Staad Pro

Design Bending Moment Mu = 4764 kNm

As per IS 456 and SP 16

= 0.88 %

Pt = 0.21 %

Area of steel reinforcement Ast = 5916.41 mm²

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 13.05

Provide Number of main bars = 33 nos

Provide Number of layers = 3 nos

Xulimit = 0.46d = 874.23 mm

Ast provided = 16199 mm2

Xu actual =

Xu = 326 mm

Xu actual < Xu limit, hence under reinforced

Client: New Mangalore Port Trust, Mangalore 12


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Moment of resistance
=

Mr = 12441 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 4846.275 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition


Provide 33 nos. of 25mm dia bars of Three layers at
Bottom

= 16199 mm2

2.Side face reinforcement

Ast = 0.05/100* bD

= 1500 mm2

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 5.77

Provide Number of bars = 8.00

Provide 4 nos of Y20 on both sides

Check for Deflection

Client: New Mangalore Port Trust, Mangalore 13


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 0.54 %

105.9175
fs =
6 N/mm2

IS456:2000, Pg:38 kt = 1.40

IS456:2000, Pg:37 = 26x1.4

= 36.4

= 5500/1900.5

= 2.89

>

Provided (l/d)max is > than (l/d)provided Hence OK

= 22 or

= 15.71 or

= 20 mm

= mm
Therefore less allowable deflection is 15.71428

Actual deflection from the staad = 6.048 mm


Actual deflection is < than Allowable deflection.
Hence OK

Client: New Mangalore Port Trust, Mangalore 14


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

CRACK WIDTH CALCULATION (SHORT TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm
Min cover to tension reinforcement Co = 50 mm
Dia of bar db = 25 mm
C/c bar spacing S = 135.1 mm
Total Depth h = 2000 mm
Effective Depth d = 1875.5 mm
Area of reinforcement As = 16198.84 mm2

Distance from the point considered to the surface of the nearest longitudinal
bar 2
s d
acr =   + (d c ) 2 − b
2 2
C/c bar spacing s = 135.1 mm
Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 79.53 mm
Applied service Moment Mx = 5381 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =

Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325
Percentage p =

Client: New Mangalore Port Trust, Mangalore 15


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 0.58
Depth to neutral axis Xa = 442.44 mm
Lever Arm d-(Xa/3) Z = 1728.0 mm

fs =

Reinforcement stress fs = 192 N/mm2

fc =

Concrete stress fc = 9.4 N/mm2

Strain e1 = 0.001045 N/mm2

Average strain for calculation of


crack width
eM = 0.000783

Calculated Crack Width

Wcr = 0.180 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm

Client: New Mangalore Port Trust, Mangalore 16


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Minimum cover to tension


reinforcement Co = 50 mm
Dia of bar db = 25 mm
C/c bar spacing S = 135.1 mm
Total Depth h = 2000 mm
Effective Depth d = 1900.5 mm
Area of reinforcement As = 16198.84 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 135.1 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 79.53 mm
Applied service Moment Mx = 1944 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec =

Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325
Percentage p =

= 0.57
Depth to neutral axis Xa = 445.78 mm
Lever Arm d-(Xa/3) Z = 1751.9 mm
fs =

Client: New Mangalore Port Trust, Mangalore 17


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Reinforcement stress fs = 69 N/mm2

fc =

Concrete stress fc = 3.3 N/mm2

Strain e1 = 0.000366 N/mm2

Average strain for calculation of crack


width
eM = 0.000110

Calculated Crack Width

Wcr = 0.025 mm
< 0.248
HENCE SAFE

CRACK WIDTH CALCULATION (SHORT TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm
Minimum cover to tension
reinforcement Co = 50 mm
Dia of bar db = 25 mm
C/c bar spacing S = 135.1 mm
Total Depth h = 2000 mm
Effective Depth d = 1900.5 mm

Client: New Mangalore Port Trust, Mangalore 18


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Area of reinforcement As = 16199.00 mm2

Distance from the point considered to the surface of the nearest


2
s d
acr =   + (d c ) 2 − b
longitudinal bar
2 2

C/c bar spacing s = 135.1 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 79.53 mm
Applied service Moment Mx = 3292 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.57
Depth to neutral axis Xa = 445.78 mm
Lever Arm d-(Xa/3) Z = 1751.9 mm

fs =

Reinforcement stress fs = 116 N/mm2

fc =

Concrete stress fc = 5.6 N/mm2

Client: New Mangalore Port Trust, Mangalore 19


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Strain e1 = 0.000620 N/mm2

Average strain for calculation of crack


width
eM = 0.000363

Calculated Crack Width

Wcr = 0.084 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm
Minimum cover to tension
reinforcement Co = 50 mm
Dia of bar db = 25 mm
C/c bar spacing S = 135.1 mm
Total Depth h = 2000 mm
Effective Depth d = 1900.5 mm
Area of reinforcement As = 16199.00 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2
C/c bar spacing s = 135.1 mm

Client: New Mangalore Port Trust, Mangalore 20


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Effective cover (Cmin+db/2) dc = 62.5 mm


Diameter of Longitudinal bar db 25 mm
acr = 79.53 mm
Applied service Moment Mx = 1162 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32
Percentage p =

= 0.57
Depth to neutral axis Xa = 445.78 mm
Lever Arm d-(Xa/3) Z = 1751.9 mm

fs =

Reinforcement stress fs = 41 N/mm2

fc =

Concrete stress fc = 2.0 N/mm2

Strain e1 = 0.000219 N/mm2

Average strain for calculation of


crack width

Client: New Mangalore Port Trust, Mangalore 21


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

eM = -0.000038

Calculated Crack Width

Wcr = -0.009 mm
< 0.248
HENCE SAFE

2. CRANE BEAM – 1500 X 2000 MM

Design of top reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 32 mm

Diameter of stirrups = 16 mm

Clear cover = 50 mm

Width of beam b = 1500 mm

Overall depth of beam D = 2000 mm

Effective depth d = 1886 mm

From Staad Pro

Design Bending Moment Mu = 6853 kNm

As per IS 456 and SP 16

= 1.28 %

Pt = 0.31 %

Area of steel reinforcement Ast = 8687.13 mm²

Client: New Mangalore Port Trust, Mangalore 22


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Dia of bar = 32 mm

Area of 1 bar Y-32 = 804.25 mm²

Number of rods = 11.80

Provide Number of main bars = 30 nos

Provide Number of layers = 3 nos

Xulimit = 0.46d = 867.56 mm

Ast provided = 24127 mm2

Xu actual =

Xu = 486 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 17684 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 4809.3 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 30 nos. of 32mm dia bars of three layers at Top

= 24127 mm2

Side face reinforcement

Ast = 0.05/100* bD

= 1500 mm2

Client: New Mangalore Port Trust, Mangalore 23


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 5.77

Provide Number of side bars = 8.00

Provide 8 nos. of 20mm dia bars of two at each side

3.Shear Design

Design Shear force Vu = 5650 kN

Effective Depth d = 1886 mm

Width of beam b = 1500 mm

Nominal Shear Stress τv = Vu/bd

= 2.00 N/mm2

Area of Reinforcement Ast = 24127 mm2

Percentage of reinforcement pt = 0.85 %

Design Shear stress τc = 0.63 N/mm2

Maximum Shear Stress τcmax = 4 N/mm2

τcmax > τv > τc

Net Shear Force Vus = Vu-Tc b d

Vus = 3859 kN

Using 6 Legged Stirrups 16 mm dia bars

Permissible stress for Fe500 grade steel = 415 N/mm2

No of legs = 6

Area of stirrups Asv = 1206.37 mm2

Spacing of stirrups Sv = (0.87 x fy x Asv x d)/V

= 212.87044 mm

Sv = 150 mm

As per IS 456-2000, clause 26.5.1.6, pg. no. 48

Minimum shear reinforcement Asv/bSv = 0.4/0.87fy

Client: New Mangalore Port Trust, Mangalore 24


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 206.89655 mm2

Astmin<Astprov, Hence Ok

Provide 6 legged 16mm dia bars with a spacing of 150mm c/c

Design of Bottom Reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 32 mm

Diameter of stirrups = 16 mm

Clear cover = 50 mm

Width of beam b = 1500 mm

Overall depth of beam D = 2000 mm

Effective depth d = 1886 mm

Length of the beam L = 7000 mm

From Staad Pro

Design Bending Moment Mu = 6999 kNm

As per IS 456 and SP 16

= 1.31 %

Pt = 0.31 %

Area of steel reinforcement Ast = 8880.08 mm²

Dia of bar = 32 mm

Area of 1 bar Y-32 = 804.25 mm²

Number of rods = 12.04

Provide Number of main bars = 30 nos

Client: New Mangalore Port Trust, Mangalore 25


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Provide Number of layers = 3 nos

Xulimit = 0.46d = 867.56 mm

Ast provided = 24127 mm2

Xu actual =

Xu = 486 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 17684 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 4809.3 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 30 nos. of 32mm dia bars of three layers at Bottom

= 24127 mm2

2.Side face reinforcement

Ast = 0.05/100* bD

= 1500 mm2

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 5.77

Provide Number of bars = 8.00

Client: New Mangalore Port Trust, Mangalore 26


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Provide 8nos of Y20 on both sides

Check for Deflection

= 0.804 %

fs = 106.73617
N/mm2

IS456:2000, Pg:38 kt = 2.00

= 26x2
IS456:2000, Pg:37

= 52

= 7000/1886

= 3.71

>

Provided (l/d)max is > than (l/d)provided Hence OK

= 28 or

Client: New Mangalore Port Trust, Mangalore 27


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 20 or

= 20 mm

= mm
Therefore less allowable deflection is 20

Actual deflection from the staad = 5.062 mm

Actual deflection is < than Allowable deflection. Hence OK

CRACK WIDTH CALCULATION (SHORT TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm
Min cover to tension reinforcement Co = 50 mm
Dia of bar db = 32 mm
C/c bar spacing S = 148.44444 mm
Total Depth h = 2000 mm
Effective Depth d = 1886 mm
Area of reinforcement As = 24127.43 mm2

2
 s  longitudinal
db
cr =   + (d c ) −
Distance from the point considered to the surface of athe nearest 2

2 2
bar

C/c bar spacing s = 148.44444 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.32 mm
Applied service Moment Mx = 4336 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.78 N/mm2

Client: New Mangalore Port Trust, Mangalore 28


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325
Percentage p =

= 0.85
Depth to neutral axis Xa = 526.02 mm
Lever Arm d-(Xa/3) Z = 1710.7 mm

fs =

Reinforcement stress fs = 105 N/mm2

fc =

Concrete stress fc = 6.4 N/mm2

Strain e1 = 0.000569 N/mm2

Average strain for calculation of


crack width

eM = 0.000404

Calculated Crack Width

Wcr = 0.097 mm
< 0.20 mm
HENCE SAFE

Client: New Mangalore Port Trust, Mangalore 29


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

CRACK WIDTH CALCULATION (LONG TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 32 mm
C/c bar spacing S = 148.44444 mm
Total Depth h = 2000 mm
Effective Depth d = 1886 mm
Area of reinforcement As = 24127.43 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 148.44444 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.32 mm
Applied service Moment Mx = 2450 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=

Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325

Percentage p =

Client: New Mangalore Port Trust, Mangalore 30


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 0.85
Depth to neutral axis Xa = 526.02 mm
Lever Arm d-(Xa/3) Z = 1710.7 mm

fs =

Reinforcement stress fs = 59 N/mm2

fc =

Concrete stress fc = 3.6 N/mm2

Strain e1 = 0.000322 N/mm2

Average strain for calculation of


crack width

eM = 0.000156

Calculated Crack Width

Wcr = 0.037 mm
< 0.264
HENCE SAFE

CRACK WIDTH CALCULATION (SHORT TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm

Client: New Mangalore Port Trust, Mangalore 31


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Minimum cover to tension


reinforcement Co = 50 mm
Dia of bar db = 32 mm
C/c bar spacing S = 148.44444 mm
Total Depth h = 2000 mm
Effective Depth d = 1886 mm
Area of reinforcement As = 24127.00 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 148.44444 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.32 mm
Applied service Moment Mx = 5108 kNm

CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32
Percentage p =

= 0.85
Depth to neutral axis Xa = 526.02 mm
Lever Arm d-(Xa/3) Z = 1710.7 mm

fs =

Reinforcement stress fs = 124 N/mm2

Client: New Mangalore Port Trust, Mangalore 32


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

fc =

Concrete stress fc = 7.6 N/mm2

Strain e1 = 0.000671 N/mm2

Average strain for calculation of


crack width
eM = 0.000505

Calculated Crack Width

Wcr = 0.121 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 32 mm
C/c bar spacing S = 148.44444 mm
Total Depth h = 2000 mm
Effective Depth d = 1886 mm
Area of reinforcement As = 24127.00 mm2

Client: New Mangalore Port Trust, Mangalore 33


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Distance from the point considered to the surface of the nearest


2
s d
acr =   + (d c ) 2 − b
longitudinal bar
2 2

C/c bar spacing s = 148.44444 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.32 mm
Applied service Moment Mx = 2490 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec =

Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.85
Depth to neutral axis Xa = 526.02 mm
Lever Arm d-(Xa/3) Z = 1710.7 mm

fs =

Reinforcement stress fs = 60 N/mm2

fc =

Concrete stress fc = 3.7 N/mm2

Client: New Mangalore Port Trust, Mangalore 34


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Strain e1 = 0.000327 N/mm2

Average strain for calculation of crack


width

eM = 0.000161

Calculated Crack Width

Wcr = 0.039 mm
< 0.264
HENCE SAFE

3. LONG BEAM – 1200X2000 MM

Design of top reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 32 mm

Diameter of stirrups = 16 mm

Clear cover = 50 mm

Width of beam b = 1200 mm

Overall depth of beam D = 2000 mm

Effective depth d = 1886 mm

From Staad Pro

Design Bending Moment Mu = 2490 kNm

As per IS 456 and SP 16

Client: New Mangalore Port Trust, Mangalore 35


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 0.58 %

Pt = 0.14 %

Area of steel reinforcement Ast = 3087.93 mm²

Dia of bar = 32 mm

Area of 1 bar Y-32 = 804.25 mm²

Number of rods = 4.84

Provide Number of main bars = 16 nos

Provide Number of layers = 2 nos

Xulimit = 0.46d = 867.56 mm

Ast provided = 12868 mm2

Xu actual =

Xu = 324 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 9807 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 3847.44 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Client: New Mangalore Port Trust, Mangalore 36


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Provide 16 nos. of 32mm dia bars of single layers at Top

= 12868 mm2

Side face reinforcement

Ast = 0.05/100* bD

= 1200 mm2

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 4.82

Provide Number of side bars = 8.00

Provide 8 nos. of 20mm dia bars of two at each side

3.Shear Design

Design Shear force Vu = 1520 kN

Effective Depth d = 1886 mm

Width of beam b = 1200 mm

Nominal Shear Stress τv = Vu/bd

= 0.67 N/mm2

Area of Reinforcement Ast = 12868 mm2

Percentage of reinforcement pt = 0.57 %

Design Shear stress τc = 0.53 N/mm2

Maximum Shear Stress τcmax = 4 N/mm2

τcmax > τv > τc

Net Shear Force Vus = Vu-Tc b d

Vus = 310 kN

Using 4 Legged Stirrups 16 mm dia bars

Permissible stress for Fe500 grade steel = 415 N/mm2

No of legs = 4

Client: New Mangalore Port Trust, Mangalore 37


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Area of stirrups Asv = 804.25 mm2

Spacing of stirrups Sv = (0.87 x fy x Asv x d)/V

= 1766.5958 mm

Sv = 200 mm

As per IS 456-2000, clause 26.5.1.6, pg. no. 48

Minimum shear reinforcement Asv/bSv = 0.4/0.87fy

= 220.68966 mm2

Astmin<Astprov, Hence Ok

Provide 4 legged 16mm dia bars with a spacing of 200mm c/c

Design of Bottom Reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 32 mm

Diameter of stirrups = 16 mm

Clear cover = 50 mm

Width of beam b = 1200 mm

Overall depth of beam D = 2000 mm

Effective depth d = 1886 mm

Length of the beam L = 7000 mm

From Staad Pro

Design Bending Moment Mu = 1982 kNm

As per IS 456 and SP 16

= 0.46 %

Client: New Mangalore Port Trust, Mangalore 38


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Pt = 0.11 %

Area of steel reinforcement Ast = 2449.15 mm²

Dia of bar = 32 mm

Area of 1 bar Y-32 = 804.25 mm²

Number of rods = 4.05

Provide Number of main bars = 16 nos

Provide Number of layers = 2 nos

Xulimit = 0.46d = 867.56 mm

Ast provided = 12868 mm2

Xu actual =

Xu = 324 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 9807 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 3847.44 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 16 nos. of 32mm dia bars of three layers at Bottom

= 12868 mm2

Client: New Mangalore Port Trust, Mangalore 39


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

2.Side face reinforcement

Ast = 0.05/100* bD

= 1200 mm2

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 4.82

Provide Number of bars = 8.00

Provide 8nos of Y20 on both sides

Check for Deflection

= 0.536 %

fs = 55.195376
N/mm2

IS456:2000, Pg:38 kt = 2.00

= 26x2
IS456:2000, Pg:37

= 52

= 7000/1886

= 3.71

Client: New Mangalore Port Trust, Mangalore 40


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

>

Provided (l/d)max is > than (l/d)provided Hence OK

= 28 or

= 20 or

= 20 mm

Therefore less allowable deflection is = 20 mm

= 3.998
Actual deflection from the staad mm
Actual deflection is < than Allowable deflection. Hence OK

CRACK WIDTH CALCULATION (SHORT TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1200 mm
Min cover to tension reinforcement Co = 50 mm
Dia of bar db = 32 mm
C/c bar spacing S = 148 mm
Total Depth h = 2000 mm
Effective Depth d = 1886 mm
Area of reinforcement As = 12867.96 mm2

Distance from the point considered to the surface of the nearest longitudinal
2
bar s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 148 mm


Effective cover (Cmin+db/2) dc = 66 mm

Client: New Mangalore Port Trust, Mangalore 41


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Diameter of Longitudinal bar db 32 mm


acr = 83.16 mm
Applied service Moment Mx = 1783 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325
Percentage p =

= 0.57
Depth to neutral axis Xa = 442.49 mm
Lever Arm d-(Xa/3) Z = 1738.5 mm

fs =

Reinforcement stress fs = 80 N/mm2

fc =

Concrete stress fc = 3.9 N/mm2

Strain e1 = 0.000430 N/mm2

Average strain for calculation of


crack width

eM = 0.000169

Client: New Mangalore Port Trust, Mangalore 42


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Calculated Crack Width

Wcr = 0.040 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1200 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 32 mm
C/c bar spacing S = 148 mm
Total Depth h = 2000 mm
Effective Depth d = 1886 mm
Area of reinforcement As = 12867.96 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2
C/c bar spacing s = 148 mm
Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.16 mm
Applied service Moment Mx = 1094 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.78 N/mm2

Client: New Mangalore Port Trust, Mangalore 43


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325
Percentage p =

= 0.57
Depth to neutral axis Xa = 442.49 mm
Lever Arm d-(Xa/3) Z = 1738.5 mm

fs =

Reinforcement stress fs = 49 N/mm2

fc =

Concrete stress fc = 2.4 N/mm2

Strain e1 = 0.000264 N/mm2

Average strain for calculation of


crack width

eM = 0.000003

Calculated Crack Width

Wcr = 0.001 mm
< 0.264
HENCE SAFE

Client: New Mangalore Port Trust, Mangalore 44


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

CRACK WIDTH CALCULATION (SHORT TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1200 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 32 mm
C/c bar spacing S = 148 mm
Total Depth h = 2000 mm
Effective Depth d = 1886 mm
Area of reinforcement As = 12868.00 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar
2
s d
a cr =   + (d c ) 2 − b
2 2
C/c bar spacing s = 148 mm
Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.16 mm
Applied service Moment Mx = 1409 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32
Percentage p =

= 0.57
Depth to neutral axis Xa = 442.49 mm
Lever Arm d-(Xa/3) Z = 1738.5 mm

fs =

Client: New Mangalore Port Trust, Mangalore 45


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Reinforcement stress fs = 63 N/mm2

fc =

Concrete stress fc = 3.1 N/mm2

Strain e1 = 0.000340 N/mm2

Average strain for calculation of


crack width

eM = 0.000079

Calculated Crack Width

Wcr = 0.019 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1200 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 32 mm
C/c bar spacing S = 148 mm
Total Depth h = 2000 mm
Effective Depth d = 1886 mm
Area of reinforcement As = 12868.00 mm2

Client: New Mangalore Port Trust, Mangalore 46


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 148 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.16 mm
Applied service Moment Mx = 913 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32

Percentage p =
= 0.57
Depth to neutral axis Xa = 442.49 mm
Lever Arm d-(Xa/3) Z = 1738.5 mm

fs =

Reinforcement stress fs = 41 N/mm2

fc =

Concrete stress fc = 2.0 N/mm2

Client: New Mangalore Port Trust, Mangalore 47


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Strain e1 = 0.000220 N/mm2

Average strain for calculation of


crack width

eM = -0.000041

Calculated Crack Width

Wcr = -0.010 mm
< 0.264
HENCE SAFE

4. FENDER BEAM – 1300X3000 MM

Design of top reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 32 mm

Diameter of stirrups = 16 mm

Clear cover = 50 mm

Width of beam b = 1300 mm

Overall depth of beam D = 3000 mm

Effective depth d = 2886 mm

From Staad Pro

Design Bending Moment Mu = 6032 kNm

As per IS 456 and SP 16

= 0.56 %

Client: New Mangalore Port Trust, Mangalore 48


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Pt = 0.13 %

Area of steel reinforcement Ast = 4884.61 mm²

Dia of bar = 32 mm

Area of 1 bar Y-32 = 804.25 mm²

Number of rods = 7.07

Provide Number of main bars = 16 nos

Provide Number of layers = 2 nos

Xulimit = 0.46d = 1327.56 mm

Ast provided = 12868 mm2

Xu actual =

Xu = 299 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 15462 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 6378.06 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 16 nos. of 32mm dia bars of single layers at Top

Client: New Mangalore Port Trust, Mangalore 49


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 12868 mm2

Side face reinforcement

Ast = 0.05/100* bD

= 1950 mm2

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 4.97

Provide Number of side bars = 10.00

Provide 10 nos. of 25mm dia bars of two at each side

3.Shear Design

Design Shear force Vu = 1970 kN

Effective Depth d = 2886 mm

Width of beam b = 1300 mm

Nominal Shear Stress τv = Vu/bd

= 0.53 N/mm2

Area of Reinforcement Ast = 12868 mm2

Percentage of reinforcement pt = 0.34 %

Design Shear stress τc = 0.43 N/mm2

Maximum Shear Stress τcmax = 4 N/mm2

τcmax > τv > τc

Net Shear Force Vus = Vu-Tc b d

Vus = 363 kN

Using 4 Legged Stirrups 16 mm dia bars

Permissible stress for Fe500 grade steel = 415 N/mm2

No of legs = 4

Area of stirrups Asv = 804.25 mm2

Client: New Mangalore Port Trust, Mangalore 50


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Spacing of stirrups Sv = (0.87 x fy x Asv x d)/V

= 2308.5904 mm

Sv = 200 mm

As per IS 456-2000, clause 26.5.1.6, pg. no. 48

Minimum shear reinforcement Asv/bSv = 0.4/0.87fy

= 239.08046 mm2

Astmin<Astprov, Hence Ok

Provide 4 legged 16mm dia bars with a spacing of 200mm c/c

Design of Bottom Reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 32 mm

Diameter of stirrups = 16 mm

Clear cover = 50 mm

Width of beam b = 1300 mm

Overall depth of beam D = 3000 mm

Effective depth d = 2886 mm

Length of the beam L = 7000 mm

From Staad Pro

Design Bending Moment Mu = 6319 kNm

As per IS 456 and SP 16

= 0.58 %

Client: New Mangalore Port Trust, Mangalore 51


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Pt = 0.14 %

Area of steel reinforcement Ast = 5121.12 mm²

Dia of bar = 32 mm

Area of 1 bar Y-32 = 804.25 mm²

Number of rods = 7.37

Provide Number of main bars = 16 nos

Provide Number of layers = 2 nos

Xulimit = 0.46d = 1327.56 mm

Ast provided = 12868 mm2

Xu actual =

Xu = 299 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 15462 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 6378.06 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 16 nos. of 32mm dia bars of three layers at Bottom

= 12868 mm2

Client: New Mangalore Port Trust, Mangalore 52


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

2.Side face reinforcement

Ast = 0.05/100* bD

= 1950 mm2

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 4.97

Provide Number of bars = 10.00

Provide 10nos of Y25on both sides

Check for Deflection

= 0.330 %

fs = 115.41225
N/mm2

IS456:2000, Pg:38 kt = 2.00

= 26x2
IS456:2000, Pg:37

= 52

= 7000/2886

= 2.43

Client: New Mangalore Port Trust, Mangalore 53


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

>

Provided (l/d)max is > than (l/d)provided Hence OK

= 28 or

= 20 or

= 20 mm

Actual deflection from the staad = 5.864 mm

Actual deflection is < than Allowable deflection. Hence OK

CRACK WIDTH CALCULATION (SHORT TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1300 mm
Min cover to tension reinforcement Co = 50 mm
Dia of bar db = 32 mm
C/c bar spacing S = 162.28571 mm
Total Depth h = 3000 mm
Effective Depth d = 2886 mm
Area of reinforcement As = 12867.96 mm2

Distance from the point considered to the surface of the nearest longitudinal bar
2
s d
a cr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 162.28571 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 88.60 mm

Client: New Mangalore Port Trust, Mangalore 54


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Applied service Moment Mx = 4334 kNm


CALCULATIONS
Modulus of elasticity of concrete Ec =

Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325

Percentage p =

= 0.34
Depth to neutral axis Xa = 541.77 mm
Lever Arm d-(Xa/3) Z = 2705.4 mm

fs =

Reinforcement stress fs = 124 N/mm2

fc =

Concrete stress fc = 4.5 N/mm2

Strain e1 = 0.000653 N/mm2

Average strain for calculation of crack


width

eM = 0.000219

Client: New Mangalore Port Trust, Mangalore 55


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Calculated Crack Width

Wcr = 0.056 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1300 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 32 mm
C/c bar spacing S = 162.28571 mm
Total Depth h = 3000 mm
Effective Depth d = 2886 mm
Area of reinforcement As = 12867.96 mm2

Distance from the point considered to the surface of the nearest longitudinal bar
2
s d
acr =   + (d c ) 2 − b
2 2
C/c bar spacing s = 162.28571 mm
Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 88.60 mm
Applied service Moment Mx = 2206 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Client: New Mangalore Port Trust, Mangalore 56


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Modular ratio m =

= 6.325

Percentage p =

= 0.34
Depth to neutral axis Xa = 541.77 mm
Lever Arm d-(Xa/3) Z = 2705.4 mm

fs =

Reinforcement stress fs = 63 N/mm2

fc =

Concrete stress fc = 2.3 N/mm2

Strain e1 = 0.000332 N/mm2

Average strain for calculation of


crack width

eM = -0.000102

Calculated Crack Width

Wcr = -0.026 mm
< 0.264
HENCE SAFE

Client: New Mangalore Port Trust, Mangalore 57


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

CRACK WIDTH CALCULATION (SHORT TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1300 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 32 mm
C/c bar spacing S = 162.28571 mm
Total Depth h = 3000 mm
Effective Depth d = 2886 mm
Area of reinforcement As = 12868.00 mm2

Distance from the point considered to the surface of the nearest longitudinal bar
2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 162.28571 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 88.60 mm
Applied service Moment Mx = 4948 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.34
Depth to neutral axis Xa = 541.77 mm

Client: New Mangalore Port Trust, Mangalore 58


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Lever Arm d-(Xa/3) Z = 2705.4 mm

fs =

Reinforcement stress fs = 142 N/mm2

fc =

Concrete stress fc = 5.2 N/mm2

Strain e1 = 0.000745 N/mm2

Average strain for calculation of crack


width

eM = 0.000311

Calculated Crack Width

Wcr = 0.080 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1300 mm
Minimum cover to tension
Co = 50 mm
reinforcement

Client: New Mangalore Port Trust, Mangalore 59


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Dia of bar db = 32 mm
C/c bar spacing S = 162.28571 mm
Total Depth h = 3000 mm
Effective Depth d = 2886 mm
Area of reinforcement As = 12868.00 mm2

Distance from the point considered to the surface of the nearest longitudinal bar
2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 162.28571 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 88.60 mm
Applied service Moment Mx = 2108 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =

Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.34
Depth to neutral axis Xa = 541.77 mm
Lever Arm d-(Xa/3) Z = 2705.4 mm

fs =

Reinforcement stress fs = 61 N/mm2

Client: New Mangalore Port Trust, Mangalore 60


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

fc =

Concrete stress fc = 2.2 N/mm2

Strain e1 = 0.000317 N/mm2

Average strain for calculation of crack


width

eM = -0.000117

Calculated Crack Width

Wcr = -0.030 mm
< 0.264
HENCE SAFE

5. SERVICE TRENCH BEAM – 1500X900 MM

Design of top reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 32 mm

Diameter of stirrups = 16 mm

Clear cover = 50 mm

Width of beam b = 1500 mm

Overall depth of beam D = 900 mm

Effective depth d = 786 mm

Client: New Mangalore Port Trust, Mangalore 61


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

From Staad Pro

Design Bending Moment Mu = 633 kNm

As per IS 456 and SP 16

= 0.68 %

Pt = 0.16 %

Area of steel reinforcement Ast = 1889.33 mm²

Dia of bar = 32 mm

Area of 1 bar Y-32 = 804.25 mm²

Number of rods = 3.35

Provide Number of main bars = 20 nos

Provide Number of layers = 2 nos

Xulimit = 0.46d = 361.56 mm

Ast provided = 16085 mm2

Xu actual =

Xu = 324 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 4562 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Client: New Mangalore Port Trust, Mangalore 62


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Ast = 2004.3 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 20 nos. of 32mm dia bars of single layers at Top

= 16085 mm2

Side face reinforcement

Ast = 0.05/100* bD

= 675 mm2

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 2.38

Provide Number of side bars = 4.00

Provide 4 nos. of 25mm dia bars of two at each side

3.Shear Design

Design Shear force Vu = 375 kN

Effective Depth d = 786 mm

Width of beam b = 1500 mm

Nominal Shear Stress τv = Vu/bd

= 0.32 N/mm2

Area of Reinforcement Ast = 16085 mm2

Percentage of reinforcement pt = 1.36 %

Design Shear stress τc = 0.76 N/mm2

Maximum Shear Stress τcmax = 4 N/mm2

τcmax > τv > τc

Net Shear Force Vus = Vu-Tc b d

Client: New Mangalore Port Trust, Mangalore 63


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Vus = -524 kN

Using 4 Legged Stirrups 16 mm dia bars

Permissible stress for Fe500 grade steel = 415 N/mm2

No of legs = 4

Area of stirrups Asv = 804.25 mm2

Spacing of stirrups Sv = (0.87 x fy x Asv x d)/V

= -435.5605 mm

Sv = 200 mm

As per IS 456-2000, clause 26.5.1.6, pg. no. 48

Minimum shear reinforcement Asv/bSv = 0.4/0.87fy

= 275.86207 mm2

Astmin<Astprov, Hence Ok

Provide 4 legged 16mm dia bars with a spacing of 200mm c/c

Design of Bottom Reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 32 mm

Diameter of stirrups = 16 mm

Clear cover = 50 mm

Width of beam b = 1500 mm

Overall depth of beam D = 900 mm

Effective depth d = 786 mm

Length of the beam L = 2000 mm

From Staad Pro

Design Bending Moment Mu = 28 kNm

As per IS 456 and SP 16

Client: New Mangalore Port Trust, Mangalore 64


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 0.03 %

Pt = 0.01 %

Area of steel reinforcement Ast = 81.97 mm²

Dia of bar = 32 mm

Area of 1 bar Y-32 = 804.25 mm²

Number of rods = 1.10

Provide Number of main bars = 20 nos

Provide Number of layers = 2 nos

Xulimit = 0.46d = 361.56 mm

Ast provided = 16085 mm2

Xu actual =

Xu = 324 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 4562 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 2004.3 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Client: New Mangalore Port Trust, Mangalore 65


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Permissible crack of 0.2mm considered for the serviceability condition

Provide 20 nos. of 32mm dia bars of three layers at Bottom

= 16085 mm2

2.Side face reinforcement

Ast = 0.05/100* bD

= 675 mm2

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 2.38

Provide Number of bars = 4.00

Provide 10nos of Y25on both sides

Check for Deflection

= 1.191 %

fs = 1.4778453
N/mm2

IS456:2000, Pg:38 kt = 2.00

= 26x2
IS456:2000, Pg:37

Client: New Mangalore Port Trust, Mangalore 66


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 52

= 2000/786

= 2.54

>

Provided (l/d)max is > than (l/d)provided Hence OK

= 8 or

= 20 mm

Therefore, less allowable deflection is = 8 mm

= 5.739
Actual deflection from the staad mm

Actual deflection is < than Allowable deflection. Hence OK

CRACK WIDTH CALCULATION (SHORT TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm
Min cover to tension reinforcement Co = 50 mm
Dia of bar db = 32 mm
C/c bar spacing S = 148.44444 mm
Total Depth h = 900 mm

Client: New Mangalore Port Trust, Mangalore 67


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Effective Depth d = 786 mm


Area of reinforcement As = 16084.95 mm2

Distance from the point considered to the surface of the nearest longitudinal bar
2
s d
acr =   + (d c ) 2 − b
2 2
C/c bar spacing s = 148.44444 mm
Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.32 mm
Applied service Moment Mx = 434 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325

Percentage p
=

= 1.36
Depth to neutral axis Xa = 265.67 mm
Lever Arm d-(Xa/3) Z = 697.4 mm

fs =

Reinforcement stress fs = 39 N/mm2

fc =

Concrete stress fc = 3.1 N/mm2

Client: New Mangalore Port Trust, Mangalore 68


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Strain e1 = 0.000236 N/mm2

Average strain for calculation of crack


width

eM = 0.000116

Calculated Crack Width

Wcr = 0.026 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 32 mm
C/c bar spacing S = 148.44444 mm
Total Depth h = 900 mm
Effective Depth d = 786 mm
Area of reinforcement As = 16084.95 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar
2
s d
acr =   + (d c ) 2 − b
2 2

Client: New Mangalore Port Trust, Mangalore 69


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

C/c bar spacing s = 148.44444 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.32 mm
Applied service Moment Mx = 360 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325
Percentage p =

= 1.36
Depth to neutral axis Xa = 265.67 mm
Lever Arm d-(Xa/3) Z = 697.4 mm

fs =

Reinforcement stress fs = 32 N/mm2

fc =

Concrete stress fc = 2.6 N/mm2

Strain e1 = 0.000196 N/mm2

Average strain for calculation of crack


width

Client: New Mangalore Port Trust, Mangalore 70


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

eM = 0.000075

Calculated Crack Width

Wcr = 0.017 mm
< 0.264
HENCE SAFE

CRACK WIDTH CALCULATION (SHORT TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 32 mm
C/c bar spacing S = 148.44444 mm
Total Depth h = 900 mm
Effective Depth d = 786 mm
Area of reinforcement As = 16085.00 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 148.44444 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.32 mm
Applied service Moment Mx = 38 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =

Client: New Mangalore Port Trust, Mangalore 71


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

=
6.32
Percentage p =

= 1.36
Depth to neutral axis Xa = 265.67 mm
Lever Arm d-(Xa/3) Z = 697.4 mm

fs =

Reinforcement stress fs = 3 N/mm2

fc =

Concrete stress fc = 0.3 N/mm2

Strain e1 = 0.000021 N/mm2

Average strain for calculation of crack


width

eM = -0.000100

Calculated Crack Width

Wcr = -0.023 mm

Client: New Mangalore Port Trust, Mangalore 72


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1500 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 32 mm
C/c bar spacing S = 148.44444 mm
Total Depth h = 900 mm
Effective Depth d = 786 mm
Area of reinforcement As = 16085.00 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 148.44444 mm


Effective cover (Cmin+db/2) dc = 66 mm
Diameter of Longitudinal bar db 32 mm
acr = 83.32 mm
Applied service Moment Mx = 8 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32

Client: New Mangalore Port Trust, Mangalore 73


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Percentage p =

= 1.36
Depth to neutral axis Xa = 265.67 mm
Lever Arm d-(Xa/3) Z = 697.4 mm

fs =

Reinforcement stress fs = 1 N/mm2

fc =

Concrete stress fc = 0.1 N/mm2

Strain e1 = 0.000004 N/mm2

Average strain for calculation of crack


width

eM = -0.000116

Calculated Crack Width

Wcr = -0.026 mm
< 0.264
HENCE SAFE

Client: New Mangalore Port Trust, Mangalore 74


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

APPROACH JETTY
1. MAIN BEAM – 1000 X 1800 MM

Design of top reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 25 mm

Diameter of stirrups = 12 mm

Clear cover = 50 mm

Width of beam b = 1000 mm

Overall depth of beam D = 1800 mm

Effective depth d = 1700.5 mm

From Staad Pro

Design Bending Moment Mu = 1710 kNm

As per IS 456 and SP 16

= 0.59 %

Pt = 0.14 %

Area of steel reinforcement Ast = 2352.53 mm²

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 5.79

Provide Number of main bars = 16 nos

Provide Number of layers = 2 Layer

Xulimit = 0.46d = 782.23 mm

Client: New Mangalore Port Trust, Mangalore 75


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Ast provided = 7854 mm2

Xu actual =

Xu = 237 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 5474 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 2890.85 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 16 nos. of 25mm dia bars of two


layers at Top
= 7854 mm2

Side face reinforcement

Ast = 0.05/100* bD

= 900 mm2

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 3.86

Provide Number of side bars = 5.00

Provide 5 nos. of 20mm dia bars of two at each side

Client: New Mangalore Port Trust, Mangalore 76


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

3.Shear Design

Design Shear force Vu = 1350 kN

Effective Depth d = 1700.5 mm

Width of beam b = 1000 mm

Nominal Shear Stress τv = Vu/bd

= 0.79 N/mm2

Area of Reinforcement Ast = 7854 mm2

Percentage of reinforcement pt = 0.46 %

Design Shear stress τc = 0.49 N/mm2

Maximum Shear Stress τcmax = 4 N/mm2

τcmax > τv > τc

Net Shear Force Vus = Vu-Tc b d

Vus = 516 kN

Using 4 Legged Stirrups 12 mm dia bars

Permissible stress for Fe500 grade steel = 415 N/mm2

No of legs = 4

Area of stirrups Asv = 452.39 mm2

Spacing of stirrups Sv = (0.87 x fy x Asv x d)/V

= 538.27802 mm

Sv = 200 mm

As per IS 456-2000, clause 26.5.1.6, pg. no. 48

Minimum shear reinforcement Asv/bSv = 0.4/0.87fy

= 183.90805 mm2

Astmin<Astprov, Hence Ok

Provide 4 legged 12mm dia bars with a spacing of 200mm c/c

Client: New Mangalore Port Trust, Mangalore 77


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Design of Bottom Reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 25 mm

Diameter of stirrups = 12 mm

Clear cover = 50 mm

Width of beam b = 1000 mm

Overall depth of beam D = 1800 mm

Effective depth d = 1700.5 mm

Length of the beam L = 7350 mm

From Staad Pro

Design Bending Moment Mu = 3109 kNm

As per IS 456 and SP 16

= 1.08 %

Pt = 0.26 %

Area of steel reinforcement Ast = 4341.80 mm²

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 9.85

Provide Number of main bars = 16 nos

Provide Number of layers = 2 nos

Xulimit = 0.46d = 782.23 mm

Ast provided = 7854 mm2

Client: New Mangalore Port Trust, Mangalore 78


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Xu actual =

Xu = 237 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 5474 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 2890.85 mm2


Astmin<Astprov, Hence
Ok
Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 16 nos. of 25mm dia bars of Two layers at Bottom

= 7854 mm2

2.Side face reinforcement

Ast = 0.05/100* bD

= 900 mm2

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 3.86

Provide Number of bars = 5.00

Provide 5 nos of Y20 on both sides

Client: New Mangalore Port Trust, Mangalore 79


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Check for Deflection

= 0.44 %

fs = 160.31603
N/mm2

IS456:2000, Pg:38 kt 1.80


=

IS456:2000, Pg:37 = 26x1.8

= 46.8

= 7350/1700.5

= 4.32

>

Provided (l/d)max is > than (l/d)provided Hence OK

= 29.4 or

= 21 or

= 20 mm

Client: New Mangalore Port Trust, Mangalore 80


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Therefore, less allowable deflection is = 20 mm

= mm
Actual deflection from the staad 5.455

Actual deflection is < than Allowable deflection. Hence OK

CRACK WIDTH CALCULATION (SHORT TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1000 mm
Min cover to tension reinforcement Co = 50 mm
Dia of bar db = 25 mm
C/c bar spacing S = 121.57143 mm
Total Depth h = 1800 mm
Effective Depth d = 1700.5 mm
Area of reinforcement As = 7853.98 mm2

Distance from the point considered to the surface of the nearest longitudinal bar
2
s d
acr =   + (d c ) 2 − b
2 2
C/c bar spacing s = 121.57143 mm
Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 74.68 mm
Applied service Moment Mx = 1238 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

Client: New Mangalore Port Trust, Mangalore 81


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 6.325
Percentage p =

= 0.46
Depth to neutral axis Xa = 364.34 mm
Lever Arm d-(Xa/3) Z = 1579.1 mm

fs =

Reinforcement stress fs = 100 N/mm2

fc =

Concrete stress fc = 4.3 N/mm2

Strain e1 = 0.000536 N/mm2

Average strain for calculation of crack


width

= 0.000209
eM

Calculated Crack Width

Wcr = 0.045 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2

Client: New Mangalore Port Trust, Mangalore 82


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Grade of Steel fy = 500 N/mm2


Width of the Section b = 1000 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 25 mm
C/c bar spacing S = 121.57143 mm
Total Depth h = 1800 mm
Effective Depth d = 1700.5 mm
Area of reinforcement As = 7853.98 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar s
2
d
acr =   + (d c ) 2 − b
 
2 2

C/c bar spacing s = 121.57143 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 74.68 mm
Applied service Moment Mx = 347 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325

Percentage p =
= 0.46
Depth to neutral axis Xa = 364.34 mm
Lever Arm d-(Xa/3) Z = 1579.1 mm

Client: New Mangalore Port Trust, Mangalore 83


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

fs =

Reinforcement stress fs = 28 N/mm2

fc =

Concrete stress fc = 1.2 N/mm2

Strain e1 = 0.000150 N/mm2

Average strain for calculation of crack


width

eM = -0.000177

Calculated Crack Width

Wcr = -0.038 mm
< 0.248
HENCE SAFE

CRACK WIDTH CALCULATION (SHORT TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1000 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 25 mm
C/c bar spacing S = 121.57143 mm
Total Depth h = 1800 mm
Effective Depth d = 1700.5 mm

Client: New Mangalore Port Trust, Mangalore 84


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Area of reinforcement As = 7854.00 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 121.57143 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 74.68 mm
Applied service Moment Mx = 2237 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32

Percentage p =
= 0.46
Depth to neutral axis Xa = 364.34 mm
Lever Arm d-(Xa/3) Z = 1579.1 mm

fs =

Reinforcement stress fs = 180 N/mm2

fc =

Concrete stress fc = 7.8 N/mm2

Client: New Mangalore Port Trust, Mangalore 85


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Strain e1 = 0.000969 N/mm2

Average strain for calculation of crack


width

eM = 0.000642

Calculated Crack Width

Wcr = 0.139 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (LONG TERM)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1000 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 25 mm
C/c bar spacing S = 121.57143 mm
Total Depth h = 1800 mm
Effective Depth d = 1700.5 mm
Area of reinforcement As = 7854.00 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 121.57143 mm


Effective cover (Cmin+db/2) dc = 62.5 mm

Client: New Mangalore Port Trust, Mangalore 86


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Diameter of Longitudinal bar db 25 mm


acr = 74.68 mm
Applied service Moment Mx = 1225 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32

Percentage p =
= 0.46
Depth to neutral axis Xa = 364.34 mm
Lever Arm d-(Xa/3) Z = 1579.1 mm

fs =

Reinforcement stress fs = 99 N/mm2

fc =

Concrete stress fc = 4.3 N/mm2

Strain e1 = 0.000531 N/mm2

Average strain for calculation of crack


width

Client: New Mangalore Port Trust, Mangalore 87


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

eM = 0.000203

Calculated Crack Width

Wcr = 0.044 mm
< 0.248
HENCE SAFE

2. LONG BEAM – 800 X 1800MM

Design of top reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 25 mm

Diameter of stirrups = 12 mm

Clear cover = 50 mm

Width of beam b = 800 mm

Overall depth of beam D = 1800 mm

Effective depth d = 1700.5 mm

From Staad Pro

Design Bending Moment Mu = 1906 kNm

As per IS 456 and SP 16

= 0.82 %

Pt = 0.19 %

Area of steel reinforcement Ast = 2640.91 mm²

Dia of bar = 25 mm

Client: New Mangalore Port Trust, Mangalore 88


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 6.38

Provide Number of main bars = 12 nos

Provide Number of layers = 2 Layer

Xulimit = 0.46d = 782.23 mm

Ast provided = 5890 mm2

Xu actual =

Xu = 222 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 4121 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 2312.68 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition


Provide 12 nos. of 25mm dia bars of two
layers at Top

= 5890 mm2

Side face reinforcement

Ast = 0.05/100* bD

= 720 mm2

Client: New Mangalore Port Trust, Mangalore 89


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 3.29

Provide Number of side bars = 5.00

Provide 5 nos. of 20mm dia bars of two at each side

3.Shear Design

Design Shear force Vu = 784 kN

Effective Depth d = 1700.5 mm

Width of beam b = 800 mm

Nominal Shear Stress τv = Vu/bd

= 0.58 N/mm2

Area of Reinforcement Ast = 5890 mm2

Percentage of reinforcement pt = 0.43 %

Design Shear stress τc = 0.48 N/mm2

Maximum Shear Stress τcmax = 4 N/mm2

τcmax > τv > τc

Net Shear Force Vus = Vu-Tc b d

Vus = 138 kN

Using 4 Legged Stirrups 12 mm dia bars

Permissible stress for Fe500 grade steel = 415 N/mm2

No of legs = 4

Area of stirrups Asv = 452.39 mm2

Spacing of stirrups Sv = (0.87 x fy x Asv x d)/V

= 2012.6917 mm

Sv = 200 mm

As per IS 456-2000, clause 26.5.1.6, pg. no. 48

Minimum shear reinforcement Asv/bSv = 0.4/0.87fy

Client: New Mangalore Port Trust, Mangalore 90


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 147.12644 mm2

Astmin<Astprov, Hence Ok

Provide 4 legged 12mm dia bars with a spacing of 200mm c/c

Design of Bottom Reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 25 mm

Diameter of stirrups = 12 mm

Clear cover = 50 mm

Width of beam b = 800 mm

Overall depth of beam D = 1800 mm

Effective depth d = 1700.5 mm

Length of the beam L = 5000 mm

From Staad Pro

Design Bending Moment Mu = 1468 kNm

As per IS 456 and SP 16

= 0.63 %

Pt = 0.15 %

Area of steel reinforcement Ast = 2022.25 mm²

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 5.12

Provide Number of main bars = 12 nos

Client: New Mangalore Port Trust, Mangalore 91


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Provide Number of layers = 2 nos

Xulimit = 0.46d = 782.23 mm

Ast provided = 5890 mm2

Xu actual =

Xu = 222 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 4121 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 2312.68 mm2


Astmin<Astprov, Hence
Ok
Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 12 nos. of 25mm dia bars of Two layers at Bottom

= 5890 mm2

2.Side face reinforcement

Ast = 0.05/100* bD

= 720 mm2

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 3.29

Client: New Mangalore Port Trust, Mangalore 92


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Provide Number of bars = 5.00

Provide 5 nos of Y20 on both sides

Check for Deflection

= 0.41 %

fs = 99.567314
N/mm2

IS456:2000, Pg:38 kt 2.00


=

IS456:2000, Pg:37 = 26x2

= 52

= 5000/1700.5

= 2.94

>

Provided (l/d)max is > than (l/d)provided Hence OK

= 20 or

= 14.285714 or

= 20 mm

Client: New Mangalore Port Trust, Mangalore 93


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Therefore less allowable deflection is = 14.285714 mm

= mm
Actual deflection from the staad 5.162

Actual deflection is < than Allowable deflection. Hence OK

CRACK WIDTH CALCULATION (Short term)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 800 mm
Min cover to tension reinforcement Co = 50 mm
Dia of bar db = 25 mm
C/c bar spacing S = 130.2 mm
Total Depth h = 1800 mm
Effective Depth d = 1700.5 mm
Area of reinforcement As = 5890.49 mm2

Distance from the point considered to the surface of the nearest longitudinal bar
2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 130.2 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 77.75 mm
Applied service Moment Mx = 873 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

Client: New Mangalore Port Trust, Mangalore 94


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 6.325

Percentage p =
= 0.43
Depth to neutral axis Xa = 354.12 mm
Lever Arm d-(Xa/3) Z = 1582.5 mm

fs =

Reinforcement stress fs = 94 N/mm2

fc =

Concrete stress fc = 3.9 N/mm2

Strain e1 = 0.000503 N/mm2

Average strain for calculation of crack


width

eM = 0.000151

Calculated Crack Width

Wcr = 0.034 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2

Client: New Mangalore Port Trust, Mangalore 95


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Grade of Steel fy = 500 N/mm2


Width of the Section b = 800 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 25 mm
C/c bar spacing S = 130.2 mm
Total Depth h = 1800 mm
Effective Depth d = 1700.5 mm
Area of reinforcement As = 5890.49 mm2

Distance from the point considered to the surface of the nearest


2
longitudinal bar s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 130.2 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 77.75 mm
Applied service Moment Mx = 470 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325

Percentage p =
= 0.43
Depth to neutral axis Xa = 354.12 mm
Lever Arm d-(Xa/3) Z = 1582.5 mm

fs =

Client: New Mangalore Port Trust, Mangalore 96


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Reinforcement stress fs = 50 N/mm2

fc =

Concrete stress fc = 2.1 N/mm2

Strain e1 = 0.000271 N/mm2

Average strain for calculation of crack


width

eM = -0.000081

Calculated Crack Width

Wcr = -0.018 mm
< 0.248
HENCE SAFE

CRACK WIDTH CALCULATION (Short term)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 800 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 25 mm
C/c bar spacing S = 130.2 mm
Total Depth h = 1800 mm
Effective Depth d = 1700.5 mm
Area of reinforcement As = 5890.00 mm2

Client: New Mangalore Port Trust, Mangalore 97


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Distance from the point considered to the surface of the nearest


2
longitudinal bar s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 130.2 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 77.75 mm
Applied service Moment Mx = 448 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32

Percentage p =
= 0.43
Depth to neutral axis Xa = 354.10 mm
Lever Arm d-(Xa/3) Z = 1582.5 mm

fs =

Reinforcement stress fs = 48 N/mm2

fc =

Concrete stress fc = 2.0 N/mm2

Client: New Mangalore Port Trust, Mangalore 98


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Strain e1 = 0.000258 N/mm2

Average strain for calculation of crack


width

eM = -0.000093

Calculated Crack Width

Wcr = -0.021 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 800 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 25 mm
C/c bar spacing S = 130.2 mm
Total Depth h = 1800 mm
Effective Depth d = 1700.5 mm
Area of reinforcement As = 5890.00 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
a cr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 130.2 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 77.75 mm

Client: New Mangalore Port Trust, Mangalore 99


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Applied service Moment Mx = 243 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32

Percentage p =
= 0.43
Depth to neutral axis Xa = 354.10 mm
Lever Arm d-(Xa/3) Z = 1582.5 mm

fs =

Reinforcement stress fs = 26 N/mm2

fc =

Concrete stress fc = 1.1 N/mm2

Strain e1 = 0.000140 N/mm2

Average strain for calculation of crack


width

= -0.000212
eM

Client: New Mangalore Port Trust, Mangalore 100


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Calculated Crack Width

Wcr = -0.048 mm
< 0.248
HENCE SAFE

3. SERVICE TRENCH MAIN BEAM – 1000 X 850MM

Design of top reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 25 mm

Diameter of stirrups = 12 mm

Clear cover = 50 mm

Width of beam b = 1000 mm

Overall depth of beam D = 850 mm

Effective depth d = 750.5 mm

From Staad Pro

Design Bending Moment Mu = 822 kNm

As per IS 456 and SP 16

= 1.46 %

Pt = 0.35 %

Area of steel reinforcement Ast = 2633.54 mm²

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 6.37

Client: New Mangalore Port Trust, Mangalore 101


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Provide Number of main bars = 8 nos

Provide Number of layers = 1 Layer

Xulimit = 0.46d = 345.23 mm

Ast provided = 3927 mm2

Xu actual =

Xu = 119 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 1198 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 1275.85 mm2

Astmin<Astprov, Hence Ok

Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 8 nos. of 25mm dia bars of two


layers at Top
= 3927 mm2

Side face reinforcement

Ast = 0.05/100* bD

= 425 mm2

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Client: New Mangalore Port Trust, Mangalore 102


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Number of rods = 2.35

Provide Number of side bars = 4.00

Provide 4 nos. of 20mm dia bars of two at each side

3.Shear Design

Design Shear force Vu = 523 kN

Effective Depth d = 750.5 mm

Width of beam b = 1000 mm

Nominal Shear Stress τv = Vu/bd

= 0.70 N/mm2

Area of Reinforcement Ast = 3927 mm2

Percentage of reinforcement pt = 0.52 %

Design Shear stress τc = 0.52 N/mm2

Maximum Shear Stress τcmax = 4 N/mm2

τcmax > τv > τc

Net Shear Force Vus = Vu-Tc b d

Vus = 134 kN

Using 4 Legged Stirrups 12 mm dia bars

Permissible stress for Fe500 grade steel = 415 N/mm2

No of legs = 4

Area of stirrups Asv = 452.39 mm2

Spacing of stirrups Sv = (0.87 x fy x Asv x d)/V

= 914.79885 mm

Sv = 200 mm

As per IS 456-2000, clause 26.5.1.6, pg. no. 48

Minimum shear reinforcement Asv/bSv = 0.4/0.87fy

= 183.90805 mm2

Astmin<Astprov, Hence Ok

Client: New Mangalore Port Trust, Mangalore 103


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Provide 4 legged 12mm dia bars with a spacing of 200mm c/c

Design of Bottom Reinforcement

Grade of concrete fck = 40 N/mm2

Grade of steel fy = 500 N/mm2

Diameter of main bars at top = 25 mm

Diameter of stirrups = 12 mm

Clear cover = 50 mm

Width of beam b = 1000 mm

Overall depth of beam D = 850 mm

Effective depth d = 750.5 mm

Length of the beam L = 1650 mm

From Staad Pro

Design Bending Moment Mu = 17 kNm

As per IS 456 and SP 16

= 0.03 %

Pt = 0.01 %

Area of steel reinforcement Ast = 52.12 mm²

Dia of bar = 25 mm

Area of 1 bar Y-25 = 490.87 mm²

Number of rods = 1.11

Provide Number of main bars = 8 nos

Provide Number of layers = 1 nos

Xulimit = 0.46d = 345.23 mm

Client: New Mangalore Port Trust, Mangalore 104


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Ast provided = 3927 mm2

Xu actual =

Xu = 119 mm

Xu actual < Xu limit, hence under reinforced

Moment of resistance =

Mr = 1198 kNm

= Mr>Mu, Hence Ok

Check for Minimum Reinforcement

Minimum Reinforcement =

Ast = 1275.85 mm2


Astmin<Astprov, Hence
Ok
Reinforcement

Permissible crack of 0.2mm considered for the serviceability condition

Provide 8 nos. of 25mm dia bars of Two layers at Bottom

= 3927 mm2

2.Side face reinforcement

Ast = 0.05/100* bD

= 425 mm2

Dia of bar = 20 mm

Area of 1 bar Y-20 = 314.16 mm²

Number of rods = 2.35

Provide Number of bars = 4.00

Provide 5 nos of Y20 on both sides

Client: New Mangalore Port Trust, Mangalore 105


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Check for Deflection

= 0.46 %

fs = 3.8490315
N/mm2

IS456:2000, Pg:38 kt 2.00


=

IS456:2000, Pg:37 = 26x2

= 52
1650/750.
=
5
= 2.20

>

Provided (l/d)max is > than (l/d)provided Hence OK

= 6.6 or

= 20 mm

Therefore less allowable deflection is = 6.6 mm

= 5.502
Actual deflection from the staad mm

Client: New Mangalore Port Trust, Mangalore 106


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Actual deflection is < than Allowable deflection. Hence OK

CRACK WIDTH CALCULATION (Short term)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1000 mm
Min cover to tension reinforcement Co = 50 mm
Dia of bar db = 25 mm
C/c bar spacing S = 121.57143 mm
Total Depth h = 850 mm
Effective Depth d = 750.5 mm
Area of reinforcement As = 3926.99 mm2

Distance from the point considered to the surface of the nearest longitudinal bar
2
s d
acr =   + (d c ) 2 − b
 
2 2
C/c bar spacing s = 121.57143 mm
Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 74.68 mm
Applied service Moment Mx = 548 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325
Percentage p =
= 0.52

Client: New Mangalore Port Trust, Mangalore 107


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Depth to neutral axis Xa = 169.83 mm


Lever Arm d-(Xa/3) Z = 693.9 mm

fs =

Reinforcement stress fs = 201 N/mm2

fc =

Concrete stress fc = 9.3 N/mm2

Strain e1 = 0.001178 N/mm2

Average strain for calculation of crack


width
eM = 0.000840

Calculated Crack Width

Wcr = 0.175 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Top Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1000 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 25 mm

Client: New Mangalore Port Trust, Mangalore 108


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

C/c bar spacing S = 121.57143 mm


Total Depth h = 850 mm
Effective Depth d = 750.5 mm
Area of reinforcement As = 3926.99 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 121.57143 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 74.68 mm
Applied service Moment Mx = 424 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.325

Percentage p =
= 0.52
Depth to neutral axis Xa = 169.83 mm
Lever Arm d-(Xa/3) Z = 693.9 mm

fs =

Reinforcement stress fs = 156 N/mm2

fc =

Client: New Mangalore Port Trust, Mangalore 109


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Concrete stress fc = 7.2 N/mm2

Strain e1 = 0.000911 N/mm2

Average strain for calculation of crack


width

eM = 0.000573

Calculated Crack Width

Wcr = 0.120 mm
< 0.248
HENCE SAFE

CRACK WIDTH CALCULATION (Short term)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1000 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 25 mm
C/c bar spacing S = 121.57143 mm
Total Depth h = 850 mm
Effective Depth d = 750.5 mm
Area of reinforcement As = 3927.00 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

Client: New Mangalore Port Trust, Mangalore 110


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

C/c bar spacing s = 121.57143 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 74.68 mm
Applied service Moment Mx = 12 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Modular ratio m =

= 6.32
Percentage p =
= 0.52
Depth to neutral axis Xa = 169.83 mm
Lever Arm d-(Xa/3) Z = 693.9 mm

fs =

Reinforcement stress fs = 4 N/mm2


fc =

Concrete stress fc = 0.2 N/mm2

Strain e1 = 0.000026 N/mm2

Average strain for calculation of crack


width

eM = -0.000312

Client: New Mangalore Port Trust, Mangalore 111


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Calculated Crack Width

Wcr = -0.065 mm
< 0.20 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Bottom Reinforcement)
Grade of Concrete fck = 40 N/mm2
Grade of Steel fy = 500 N/mm2
Width of the Section b = 1000 mm
Minimum cover to tension
Co = 50 mm
reinforcement
Dia of bar db = 25 mm
C/c bar spacing S = 121.57143 mm
Total Depth h = 850 mm
Effective Depth d = 750.5 mm
Area of reinforcement As = 3927.00 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
acr =   + (d c ) 2 − b
2 2

C/c bar spacing s = 121.57143 mm


Effective cover (Cmin+db/2) dc = 62.5 mm
Diameter of Longitudinal bar db 25 mm
acr = 74.68 mm
Applied service Moment Mx = 7 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec


=
Ec = 31622.8 N/mm2
Moduli of elasticity of steel Es = 200000 N/mm2

Client: New Mangalore Port Trust, Mangalore 112


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Modular ratio m =

= 6.32
Percentage p =
= 0.52
Depth to neutral axis Xa = 169.83 mm
Lever Arm d-(Xa/3) Z = 693.9 mm

fs =

Reinforcement stress fs = 3 N/mm2


fc =

Concrete stress fc = 0.1 N/mm2

Strain e1 = 0.000015 N/mm2

Average strain for calculation of crack


width

eM = -0.000323

Calculated Crack Width

Wcr = -0.067 mm
< 0.248
HENCE SAFE

Client: New Mangalore Port Trust, Mangalore 113


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

SLAB DESIGN

Client: New Mangalore Port Trust, Mangalore 114


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

BERTHING JETTY – SLAB 550MM THICK


Design of Top Reinforcement (Mx)
Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Clear Cover = 75.00 mm
Wearing coat = 100.00 mm
Dia of Main Reinforcement = 25.00 mm
Dia of Distribution Reinforcement = 25.00 mm
Dia of stirrups = 12.00 mm
Width of section = 1000.00 mm
Overall depth of slab D = 550.00 mm
Effective depth d = 450.50 mm
Shorter span Ly = 5500.00 mm
From staad pro
Maximum bending moment Mu = 190.00 kNm

= 0.94

Pt = 0.22 %

Area of steel reinforcement Ast = 997.20 mm²


Area of 1 bar Y-25 = 490.87 mm2

Spacing of 25mm Ø bars =

= 492.25 mm

provided spacing of y-16 bars = 200.00 mm


Ast,pro
Ast Provided = 2454.37 mm²
v

Client: New Mangalore Port Trust, Mangalore 115


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Ast,mi
Minimum reinforcement required =
ni

= 540.60 mm2
Provide Ast,prov is > than Ast,mini
Hence OK
Provide 25 mm dia @200 mm c/c

Design of Shear reinforcement


From Staad Pro
Width of slab per meter b = 1000.00 mm
Nominal Shear Stress (Staad Pro) τv = 1.11 N/mm2
Area of Reinforcement Ast = 2454.37 mm2
Percentage of reinforcement pt = 0.54 %
IS456:2000,Table -19
Design Shear stress τc = 0.53 N/mm2
Maximum Shear Stress τcmax = 4.00 N/mm2
τcmax > τc > τv

Hence provide shear reinforcement

Condition 1
Using 6 Legged Stirrups 12 mm dia bars
Permissible stress for Fe415grade steel = 415.00 N/mm2
No of legs = 6.00
Dia of stirrups = 12.00 mm
Area of stirrups Asv = 678.58 mm2
Shear force due to design loads Vu = 499604.50 N
design shear stress for shear reinforcement, Vus = 262582.21 N
(0.87 x fy x Asv x
Spacing of stirrups Sv =
d)/Vus
= 420.34 mm
say 250.00 mm
Provide 6 legged 12 @ 250mm c/c
Condition 2

Client: New Mangalore Port Trust, Mangalore 116


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Minimum shear reinforcement


Spacing of ties required Sv = 0.87*Fy*Asv/(0.4*b)
= 612.51 mm
Spacing of ties provided = 250 mm
Provide 6 legged Y 12 @ 250mm c/c
Provided spacing condition : 1
250
Provide 6 legged 12mm dia stirrups with a spacing of
250mm c/c

Design of Top Reinforcement (My)


Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Clear Cover = 75.00 mm
Wearing coat = 100.00 mm
Dia of Main Reinforcement = 25.00 mm
Dia of Distribution Reinforcement = 25.00 mm
Dia of stirrups = 12.00 mm
Width of section = 1000.00 mm
Overall depth of slab D = 550.00 mm
Effective depth d = 450.50 mm
Longer span Lx = 7000.00 mm
From staad pro
Maximum bending moment Mu = 191.00 kNm

= 0.94

Pt = 0.22 %

Client: New Mangalore Port Trust, Mangalore 117


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Area of steel reinforcement Ast = 1002.61 mm²


Area of 1 bar Y-16 = 490.87 mm2

Spacing of 16mm Ø bars =

= 489.60 mm

provided spacing of y-16 bars = 200.00 mm


Ast,pro
Ast Provided = 2454.37 mm²
v

Ast,min
Minimum reinforcement required =
i

= 540.60 mm2
Provide Ast,prov is > than Ast,mini
Hence OK
Provide 25 mm dia @200 mm c/c

Design of Shear reinforcement


From Staad Pro
Width of slab per meter b = 1000.00 mm
Nominal Shear Stress (Staad Pro) τv = 0.81 N/mm2
Area of Reinforcement Ast = 2454.37 mm2
Percentage of reinforcement pt = 0.54 %
IS456:2000,Table -19
Design Shear stress τc = 0.53 N/mm2
Maximum Shear Stress τcmax = 4.00 N/mm2
τcmax > τc > τv

Hence provide shear reinforcement

Condition 1
Using 6 Legged Stirrups 12 mm dia bars
Permissible stress for Fe415grade steel = 415.00 N/mm2
No of legs = 5.00

Client: New Mangalore Port Trust, Mangalore 118


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Dia of stirrups = 12.00 mm


Area of stirrups Asv = 565.49 mm2
Shear force due to design loads Vu = 365355.50 N
design shear stress for shear
Vus = 128333.21 N
reinforcement,
(0.87 x fy x Asv x
Spacing of stirrups Sv =
d)/Vus
= 716.71 mm
say 250.00 mm
Provide 6 legged 12 @ 250mm c/c
Condition 2
Minimum shear reinforcement
Spacing of ties required Sv = 0.87*Fy*Asv/(0.4*b)
= 510.42 mm
Spacing of ties provided = 250 mm
Provide 6 legged Y 12 @ 250mm c/c
Provided spacing condition : 1
250
Provide 5 legged 12mm dia stirrups with a spacing of
250mm c/c

Design of Bottom Reinforcement


(Mx)
Characteristics Compressive Strength
fck = 40.00 N/mm2
of Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Clear Cover = 75.00 mm
Wearing coat = 100.00 mm
Dia of Main Reinforcement = 25.00 mm
Dia of Distribution Reinforcement = 25.00 mm
Dia of stirrups = 12.00 mm

Client: New Mangalore Port Trust, Mangalore 119


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Width of section = 1000.00 mm


Overall depth of slab D = 550.00 mm
Effective depth d = 450.50 mm

Ly = 5500.00 mm
Shorter span
From staad pro
Maximum bending moment Mu = 203.00 kNm

= 1.00

Pt = 0.24 %

Area of steel reinforcement Ast = 1067.58 mm²


Area of 1 bar Y-28 = 490.87 mm2

Spacing of 28mm Ø bars =

= 459.80 mm

provided spacing of y-28 bars = 200.00 mm


Ast Provided Ast,prov = 2454.37 mm²

Minimum reinforcement required Ast,mini =

= 540.60 mm2
Provide Ast,prov is > than Ast,mini
Hence OK
Provide 25 mm dia @200 mm c/c
Check for Deflection

Client: New Mangalore Port Trust, Mangalore 120


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 0.54 %

fs = 126.14 N/mm2
IS456:2000, Pg:38 kt = 1.80

IS456:2000, Pg:37 = 26x1.8


= 46.80

= 5500/450.5
= 12.21

>

Provided (l/d)max is > than (l/d)provided


Hence OK

= 22.00 or

= 15.71 or

= 20.00 mm
Therefore less allowable deflection is = 15.71 mm
Actual deflection from the staad = 5.06 mm
Actual deflection is < than Allowable deflection.
Hence OK

Client: New Mangalore Port Trust, Mangalore 121


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Design of Bottom Reinforcement (My)


Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Clear Cover = 75.00 mm
Wearing coat = 100.00 mm
Dia of Main Reinforcement = 25.00 mm
Dia of Distribution Reinforcement = 25.00 mm
Dia of stirrups = 12.00 mm
Width of section = 1000.00 mm
Overall depth of slab D = 550.00 mm
Effective depth d = 425.50 mm

Ly = 7000.00 mm
Longer span
From staad pro
Maximum bending moment Mu = 214.00 kNm

= 1.18

Pt = 0.28 %

Area of steel reinforcement Ast = 1198.45 mm²


Area of 1 bar Y-20 = 490.87 mm2

Spacing of 20mm Ø bars =

= 409.59 mm

provided spacing of y-20 bars = 200.00 mm


Ast Provided Ast,prov = 2454.37 mm²

Client: New Mangalore Port Trust, Mangalore 122


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Minimum reinforcement required Ast,mini =

= 510.60 mm2
Provide Ast,prov is > than Ast,mini Hence
OK
Provide 25 mm dia @200 mm c/c
Check for Deflection

= 0.58 %

fs = 141.60
N/mm2
IS456:2000, Pg:38 kt = 1.80

= 26x1.8
IS456:2000, Pg:37
= 46.80

= 7000/425.5

= 16.45

>

Provided (l/d)max is > than (l/d)provided Hence OK

Client: New Mangalore Port Trust, Mangalore 123


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 28.00 or

= 20.00 or

= 20.00 mm
Therefore less allowable deflection is = 20.00 mm
Actual deflection from the staad = 5.06 mm
Actual deflection is < than Allowable deflection. Hence OK

CRACK WIDTH CALCULATION (Short term)


(Top Reinforcement- Mx)
Characteristics Compressive Strength of Concrete fck = 40.00 N/mm2
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 25.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 550.00 mm
Effective Depth d = 462.50 mm

Area of reinforcement As = 2454.37 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 87.50 mm


Diameter of Longitudinal bar db 25.00 mm
acr2 = 120.38 mm
Applied service Moment MX = 139.00 kNm

Client: New Mangalore Port Trust, Mangalore 124


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.53
Depth to neutral axis Xa = 105.31 mm
Lever Arm d-(Xa/3) Z = 427.40 mm

fs =

Reinforcement stress fs = 132.51 N/mm2

fc
=

Concrete stress fc = 6.18 N/mm2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Client: New Mangalore Port Trust, Mangalore 125


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Wcr = 0.13 mm
<0.24 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 62.50 mm

Wcr = 0.09 mm
<0.24 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Top Reinforcement-Mx)
Characteristics Compressive Strength of Concrete fck = 40.00 N/mm2
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 25.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 550.00 mm
Effective Depth d = 462.50 mm

Area of reinforcement As = 2454.37 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 87.50 mm


Diameter of Longitudinal bar db 25.00 mm
acr2 = 120.38 mm

Client: New Mangalore Port Trust, Mangalore 126


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Applied service Moment MX = 66.00 kNm


CALCULATIONS

Modulus of elasticity of concrete Ec =

Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.53
Depth to neutral axis Xa = 105.31 mm
Lever Arm d-(Xa/3) Z = 427.40 mm

fs =

Reinforcement stress fs = 62.92 N/mm2

fc
=

Concrete stress fc = 2.93 N/mm2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Client: New Mangalore Port Trust, Mangalore 127


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Calculated Crack Width

Wcr = 0.00 mm
<0.2 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 62.50 mm

Wcr = 0.00 mm
<0.2 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Short term)


(Bottom Reinforcement- Mx)
Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 25.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 550.00 mm
Effective Depth d = 462.50 mm

Area of reinforcement As = 2454.37 mm2

Distance from the point considered to the surface of the nearest longitudinal
bar 2
s d
a cr =   + (d c ) 2 − b
2 2

Client: New Mangalore Port Trust, Mangalore 128


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 87.50 mm


Diameter of Longitudinal bar db 25.00 mm
acr2 = 120.38 mm
Applied service Moment MX = 147.00 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.53
Depth to neutral axis Xa = 105.31 mm
Lever Arm d-(Xa/3) Z = 427.40 mm

fs =

Reinforcement stress fs = 140.13 N/mm2

fc
=

Concrete stress fc = 6.53 N/mm2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Client: New Mangalore Port Trust, Mangalore 129


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wc
= 0.15 mm
r

<0.24 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 62.50 mm

Wcr = 0.10 mm
<0.24 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Bottom Reinforcement - Mx)
Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 25.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 550.00 mm
Effective Depth d = 462.50 mm

Client: New Mangalore Port Trust, Mangalore 130


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Area of reinforcement As = 2454.37 mm2

Distance from the point considered to the surface of the nearest longitudinal
bar 2
s d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 87.50 mm


Diameter of Longitudinal bar db 25.00 mm
acr2 = 120.38 mm
Applied service Moment MX = 77.00 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.53
Depth to neutral axis Xa = 105.31 mm
Lever Arm d-(Xa/3) Z = 427.40 mm

fs =

Reinforcement stress fs = 73.40 N/mm2

fc
=

Client: New Mangalore Port Trust, Mangalore 131


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

N/mm
Concrete stress fc = 3.42
2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wc
= 0.02 mm
r

<0.2 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 62.50 mm

Wc
= 0.02 mm
r

<0.2 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Short term)


(Top Reinforcement - My)
Characteristics Compressive Strength of Concrete fck = 40.00 N/mm2
Characteristics Strength of Steel fy = 500.00 N/mm2

Client: New Mangalore Port Trust, Mangalore 132


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Width of section b = 1000.00 mm


Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 25.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 550.00 mm
Effective Depth d = 462.50 mm

Area of reinforcement As = 2454.37 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 87.50 mm


Diameter of Longitudinal bar db 25.00 mm
acr2 = 120.38 mm
Applied service Moment My = 137.00 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.53
Depth to neutral axis Xa = 105.31 mm
Lever Arm d-(Xa/3) Z = 427.40 mm

fs =

Client: New Mangalore Port Trust, Mangalore 133


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Reinforcement stress fs = 130.60 N/mm2

fc
=

Concrete stress fc = 6.09 N/mm2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wcr = 0.13 mm
<0.3 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 85.00 mm

Wcr = 0.11 mm
<0.3 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Top Reinforcement - My)

Client: New Mangalore Port Trust, Mangalore 134


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Characteristics Compressive Strength of


fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 25.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 550.00 mm
Effective Depth d = 462.50 mm

Area of reinforcement As = 2454.37 mm2

Distance from the point considered to the surface of the nearest longitudinal
bar s
2
d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 87.50 mm


Diameter of Longitudinal bar db 25.00 mm
acr2 = 120.38 mm
Applied service Moment My = 66.00 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.53
Depth to neutral axis Xa = 105.31 mm

Client: New Mangalore Port Trust, Mangalore 135


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Lever Arm d-(Xa/3) Z = 427.40 mm

fs =

Reinforcement stress fs = 62.92 N/mm2

fc
=

Concrete stress fc = 2.93 N/mm2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wcr = 0.00 mm
<0.2 mm
CASE (II)

(EXACTLY BELOW THE BAR) acr1 = 85.00 mm

Wcr = 0.00 mm
<0.2 mm
HENCE SAFE

Client: New Mangalore Port Trust, Mangalore 136


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

CRACK WIDTH CALCULATION (Short term)


(Bottom reinforcement) - My
Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 25.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 550.00 mm
Effective Depth d = 462.50 mm

Area of reinforcement As = 2454.37 mm2

Distance from the point considered to the surface of the nearest longitudinal
bar

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 87.50 mm


Diameter of Longitudinal bar db 25.00 mm
acr2 = 120.38 mm
Applied service Moment My = 151.00 kNm

CALCULATIONS

Modulus of elasticity of concrete Ec =


Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

Client: New Mangalore Port Trust, Mangalore 137


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 0.53
Depth to neutral axis Xa = 105.31 mm
Lever Arm d-(Xa/3) Z = 427.40 mm

fs =

Reinforcement stress fs = 143.95 N/mm2

fc
=

N/mm
Concrete stress fc = 6.71
2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wcr = 0.16 mm
<0.3 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 85.00 mm

Client: New Mangalore Port Trust, Mangalore 138


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Wcr = 0.13 mm
<0.3 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Bottom reinforcement) - My
Characteristics Compressive Strength of Concrete fck = 40.00 N/mm2
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 25.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 550.00 mm
Effective Depth d = 462.50 mm

Area of reinforcement As = 2454.37 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 87.50 mm


Diameter of Longitudinal bar db 25.00 mm
acr2 = 120.38 mm
Applied service Moment My = 65.00 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Client: New Mangalore Port Trust, Mangalore 139


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Percentage p =

= 0.53
Depth to neutral axis Xa = 105.31 mm
Lever Arm d-(Xa/3) Z = 427.40 mm

fs =

Reinforcement stress fs = 61.96 N/mm2

fc
=

Concrete stress fc = 2.89 N/mm2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wcr = 0.003 mm
<0.2 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 85.00 mm

Client: New Mangalore Port Trust, Mangalore 140


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Wcr = 0.002 mm
<0.2 mm
HENCE SAFE

APPROACH JETTY – 500MM THICK

Design of Top Reinforcement (Mx)


Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Clear Cover = 75.00 mm
Wearing coat = 100.00 mm
Dia of Main Reinforcement = 20.00 mm
Dia of Distribution Reinforcement = 20.00 mm
Dia of stirrups = 12.00 mm
Width of section = 1000.00 mm
Overall depth of slab D = 500.00 mm
Effective depth d = 403.00 mm
Shorter span Lx = 5000.00 mm
From staad pro
Maximum bending moment Mu = 111.00 kNm

= 0.68

Pt = 0.16 %

Area of steel reinforcement Ast = 646.17 mm²


Area of 1 bar Y-20 = 314.16 mm2

Client: New Mangalore Port Trust, Mangalore 141


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Spacing of 20mm Ø bars =

= 486.18 mm

provided spacing of y-20 bars = 200.00 mm


Ast,pro
Ast Provided = 1570.80 mm²
v

Ast,mi
Minimum reinforcement required =
ni

= 483.60 mm2
Provide Ast,prov is > than Ast,mini
Hence OK
Provide 20 mm dia @200 mm c/c

Design of Shear reinforcement


From Staad Pro
Width of slab per meter b = 1000.00 mm
Nominal Shear Stress (Staad Pro) τv = 0.51 N/mm2
Area of Reinforcement Ast = 1570.80 mm2
Percentage of reinforcement pt = 0.39 %
IS456:2000,Table -19
Design Shear stress τc = 0.45 N/mm2
Maximum Shear Stress τcmax = 4.00 N/mm2
τcmax > τv > τc

Hence provide shear reinforcement

Condition 1
Using 5 Legged Stirrups 12 mm dia bars
Permissible stress for Fe415grade steel = 415.00 N/mm2
No of legs = 6.00
Dia of stirrups = 12.00 mm
Area of stirrups Asv = 678.58 mm2
Shear force due to design loads Vu = 203515.00 N

Client: New Mangalore Port Trust, Mangalore 142


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

design shear stress for shear


Vus = 21083.59 N
reinforcement,
(0.87 x fy x Asv x
Spacing of stirrups Sv =
d)/Vus
= 4683.08 mm
say 250.00 mm
Provide 6 legged 12 @ 250mm c/c
Condition 2
Minimum shear reinforcement
Spacing of ties required Sv = 0.87*Fy*Asv/(0.4*b)
= 612.51 mm
Spacing of ties provided = 250 mm
Provide 6 legged Y 12 @ 250mm c/c
Provided spacing condition : 1
250
Provide 6 legged 12mm dia stirrups with a spacing of
250mm c/c

Design of Top Reinforcement (My)


Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Clear Cover = 75.00 mm
Wearing coat = 100.00 mm
Dia of Main Reinforcement = 20.00 mm
Dia of Distribution Reinforcement = 20.00 mm
Dia of stirrups = 12.00 mm
Width of section = 1000.00 mm
Overall depth of slab D = 500.00 mm
Effective depth d = 403.00 mm
Longer span Ly = 7350.00 mm
From staad pro
Maximum bending moment Mu = 125.00 kNm

Client: New Mangalore Port Trust, Mangalore 143


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 0.77

Pt = 0.18 %

Area of steel reinforcement Ast = 729.60 mm²


Area of 1 bar Y-20 = 314.16 mm2

Spacing of 20mm Ø bars =

= 430.59 mm

provided spacing of y-16 bars = 200.00 mm


Ast,pro
Ast Provided = 1570.80 mm²
v

Ast,min
Minimum reinforcement required =
i

= 483.60 mm2
Provide Ast,prov is > than Ast,mini
Hence OK
Provide 20 mm dia @200 mm c/c

Design of Shear reinforcement


From Staad Pro
Width of slab per meter b = 1000.00 mm
Nominal Shear Stress (Staad Pro) τv = 0.76 N/mm2
Area of Reinforcement Ast = 1570.80 mm2
Percentage of reinforcement pt = 0.39 %
IS456:2000,Table -19
Design Shear stress τc = 0.45 N/mm2

Client: New Mangalore Port Trust, Mangalore 144


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Maximum Shear Stress τcmax = 4.00 N/mm2


τcmax > τv > τc

Hence provide shear reinforcement

Condition 1
Using 5 Legged Stirrups 12 mm dia bars
N/mm
Permissible stress for Fe415grade steel = 415.00 2

No of legs = 6.00
Dia of stirrups = 12.00 mm
Area of stirrups Asv = 678.58 mm2
Shear force due to design loads Vu = 306280.00 N
design shear stress for shear
Vus = 123848.59 N
reinforcement,
(0.87 x fy x Asv x
Spacing of stirrups Sv =
d)/Vus
= 797.23 mm
say 250.00 mm
Provide 6 legged 12 @ 250mm c/c
Condition 2
Minimum shear reinforcement
Spacing of ties required Sv = 0.87*Fy*Asv/(0.4*b)
= 612.51 mm
Spacing of ties provided = 250 mm
Provide 6 legged Y 12 @ 250mm c/c
Provided spacing condition : 1

Provide 6 legged 12mm dia stirrups with a spacing of


250mm c/c

Design of Bottom Reinforcement (Mx)


Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete

Client: New Mangalore Port Trust, Mangalore 145


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Characteristics Strength of Steel fy = 500.00 N/mm2


Clear Cover = 75.00 mm
Wearing coat = 100.00 mm
Dia of Main Reinforcement = 20.00 mm
Dia of Distribution Reinforcement = 20.00 mm
Dia of stirrups = 12.00 mm
Width of section = 1000.00 mm
Overall depth of slab D = 500.00 mm
Effective depth d = 403.00 mm
Shorter span Lx = 5000.00 mm
From staad pro
Maximum bending moment Mu = 143.00 kNm

= 0.88

Pt = 0.21 %

Area of steel reinforcement Ast = 837.53 mm²


Area of 1 bar Y-28 = 314.16 mm2

Spacing of 28mm Ø bars =

= 375.10 mm

provided spacing of y-28 bars = 200.00 mm


Ast Provided Ast,prov = 1570.80 mm²

Minimum reinforcement required Ast,mini


=

= 483.60 mm2

Client: New Mangalore Port Trust, Mangalore 146


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Provide Ast,prov is > than Ast,mini


Hence OK
Provide 20 mm dia @200 mm c/c
Check for Deflection

= 0.39 %

fs = 154.62
N/mm2
IS456:2000, Pg:38 kt = 1.90

IS456:2000, Pg:37 = 26x1.9

= 49.40

= 5000/403

= 12.41

>

Provided (l/d)max is > than (l/d)provided Hence


OK

= 20.00 or

= 14.29 or
= 20.00 mm
Therefore less allowable deflection is = 14.29 mm

Client: New Mangalore Port Trust, Mangalore 147


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Actual deflection from the staad = 6.27 mm


Actual deflection is < than Allowable deflection. Hence OK

Design of Bottom Reinforcement (My)


Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Clear Cover = 75.00 mm
Wearing coat = 100.00 mm
Dia of Main Reinforcement = 20.00 mm
Dia of Distribution Reinforcement = 20.00 mm
Dia of stirrups = 12.00 mm
Width of section = 1000.00 mm
Overall depth of slab D = 500.00 mm

d = 383.00 mm
Effective depth
Longer span Lx = 7350.00 mm
From staad pro
Maximum bending moment My = 117.00 kNm

= 0.80

Pt = 0.19 %

Area of steel reinforcement Ast = 719.19 mm²


Area of 1 bar Y-20 = 314.16 mm2

Spacing of 20mm Ø bars =

Client: New Mangalore Port Trust, Mangalore 148


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 436.83 mm

provided spacing of y-20 bars = 200.00 mm


Ast Provided Ast,prov = 1570.80 mm²

Minimum reinforcement required Ast,mini =

= 459.60 mm2
Provide Ast,prov is > than Ast,mini Hence
OK
Provide 20 mm dia @200 mm c/c
Check for Deflection

= 0.41 %

fs = 132.78
N/mm2
IS456:2000, Pg:38 kt = 2.00

IS456:2000, Pg:37 = 26x2


= 52.00

= 7350/383

= 19.19

>

Client: New Mangalore Port Trust, Mangalore 149


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Provided (l/d)max is > than (l/d)provided


Hence OK

= 29.40 or

= 21.00 or
= 20.00 mm
Therefore less allowable deflection is = 20.00 mm
Actual deflection from the staad = 6.27 mm
Actual deflection is < than Allowable deflection. Hence OK

CRACK WIDTH CALCULATION (Short term)


(Top Reinforcement - Mx)
Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 20.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 500.00 mm
Effective Depth d = 415.00 mm

Area of reinforcement As = 1570.80 mm2

Distance from the point considered to the surface of the nearest longitudinal
bar
2
s d
a cr =   + (d c ) 2 − b
2 2
Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 85.00 mm


Diameter of Longitudinal bar db 20.00 mm
acr2 = 121.24 mm
Applied service Moment MX = 80.00 kNm

Client: New Mangalore Port Trust, Mangalore 150


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.38
Depth to neutral axis Xa = 81.41 mm
Lever Arm d-(Xa/3) Z = 387.86 mm

fs =

Reinforcement stress fs = 131.31 N/mm2

fc
=

N/mm
Concrete stress fc = 5.07
2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Client: New Mangalore Port Trust, Mangalore 151


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Calculated Crack Width

Wc
0.08 mm
r =
<0.24 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 62.50 mm

Wc
0.05 mm
r =
<0.24 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Top Reinforcement - Mx)
Characteristics Compressive Strength of Concrete fck = 40.00 N/mm2
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 20.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 500.00 mm
Effective Depth d = 415.00 mm

Area of reinforcement As = 1570.80 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
a cr =   + (d c ) 2 − b
2 2

Client: New Mangalore Port Trust, Mangalore 152


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 85.00 mm


Diameter of Longitudinal bar db 20.00 mm
acr2 = 121.24 mm
Applied service Moment MX = 43.00 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.38
Depth to neutral axis Xa = 81.41 mm
Lever Arm d-(Xa/3) Z = 387.86 mm

fs =

Reinforcement stress fs = 70.58 N/mm2

fc
=

Concrete stress fc = 2.72 N/mm2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

Client: New Mangalore Port Trust, Mangalore 153


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

= 0.00

Calculated Crack Width

Wcr = -0.03 mm
<0.2 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 62.50 mm

Wcr = -0.02 mm
<0.2 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Short term)


(Bottom Reinforcement - Mx)
Characteristics Compressive Strength of Concrete fck = 40.00 N/mm2
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 20.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 500.00 mm
Effective Depth d = 415.00 mm

Area of reinforcement As = 1570.80 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar

Client: New Mangalore Port Trust, Mangalore 154


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

2
s d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 85.00 mm


Diameter of Longitudinal bar db 20.00 mm
acr2 = 121.24 mm
Applied service Moment MX = 104.00 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.38
Depth to neutral axis Xa = 81.41 mm
Lever Arm d-(Xa/3) Z = 387.86 mm

fs =

Reinforcement stress fs = 170.70 N/mm2

fc
=

Concrete stress fc = 6.59 N/mm2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Client: New Mangalore Port Trust, Mangalore 155


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wcr = 0.15 mm
<0.24 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 62.50 mm

Wcr = 0.10 mm
<0.24 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Bottom Reinforcement - Mx)
Characteristics Compressive Strength of Concrete fck = 40.00 N/mm2
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 20.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 500.00 mm
Effective Depth d = 415.00 mm

Area of reinforcement As = 1570.80 mm2

Client: New Mangalore Port Trust, Mangalore 156


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 85.00 mm


Diameter of Longitudinal bar db 20.00 mm
acr2 = 121.24 mm
Applied service Moment MX = 54.00 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec =

Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.38
Depth to neutral axis Xa = 81.41 mm
Lever Arm d-(Xa/3) Z = 387.86 mm

fs =

Reinforcement stress fs = 88.63 N/mm2

fc
=

Concrete stress fc = 3.42 N/mm2

Client: New Mangalore Port Trust, Mangalore 157


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wcr = -0.0004 mm
<0.2 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 62.50 mm

Wcr = -0.0002 mm
<0.2 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Short term)


(Top Reinforcement - My)
Characteristics Compressive Strength of Concrete fck = 40.00 N/mm2
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 20.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 500.00 mm
Effective Depth d = 415.00 mm

Area of reinforcement As = 1570.80 mm2

Client: New Mangalore Port Trust, Mangalore 158


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 85.00 mm


Diameter of Longitudinal bar db 20.00 mm
acr2 = 121.24 mm
Applied service Moment My = 90.00 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.38
Depth to neutral axis Xa = 81.41 mm
Lever Arm d-(Xa/3) Z = 387.86 mm

fs =

Reinforcement stress fs = 147.72 N/mm2

fc
=

Concrete stress fc = 5.70 N/mm2

Client: New Mangalore Port Trust, Mangalore 159


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wcr = 0.11 mm
<0.3 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 85.00 mm

Wcr = 0.09 mm
<0.3 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Top Reinforcement - My)
Characteristics Compressive Strength of Concrete fck = 40.00 N/mm2
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 20.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 500.00 mm
Effective Depth d = 415.00 mm

Client: New Mangalore Port Trust, Mangalore 160


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Area of reinforcement As = 1570.80 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar 2
s d
a cr =   + (d c ) 2 − b
2 2
Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 85.00 mm


Diameter of Longitudinal bar db 20.00 mm
acr2 = 121.24 mm
Applied service Moment My = 49.00 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.38
Depth to neutral axis Xa = 81.41 mm
Lever Arm d-(Xa/3) Z = 387.86 mm

fs =

Reinforcement stress fs = 80.43 N/mm2

fc
=

Concrete stress fc = 3.10 N/mm2

Client: New Mangalore Port Trust, Mangalore 161


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wcr = -0.02 mm
<0.2 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 85.00 mm

Wcr = -0.01 mm
<0.2 mm
HENCE SAFE
CRACK WIDTH CALCULATION (Short term)
(Bottom reinforcement - My)
Characteristics Compressive Strength of Concrete fck = 40.00 N/mm2
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 20.00 mm
Maximum bar spacing S = 200.00 mm
Total Depth h = 500.00 mm
Effective Depth d = 415.00 mm

Client: New Mangalore Port Trust, Mangalore 162


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Area of reinforcement As = 1570.80 mm2

Distance from the point considered to the surface of the nearest


longitudinal bar s
2
d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 85.00 mm


Diameter of Longitudinal bar db 20.00 mm
acr2 = 121.24 mm
Applied service Moment My = 85.00 kNm
CALCULATIONS
Modulus of elasticity of concrete Ec =
Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.38
Depth to neutral axis Xa = 81.41 mm
Lever Arm d-(Xa/3) Z = 387.86 mm

fs =

Reinforcement stress fs = 139.52 N/mm2

fc
=

Concrete stress fc = 5.38 N/mm2

Client: New Mangalore Port Trust, Mangalore 163


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wcr = 0.09 mm
<0.3 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 85.00 mm

Wcr = 0.08 mm
<0.3 mm
HENCE SAFE

CRACK WIDTH CALCULATION (Long term)


(Bottom reinforcement - My)
Characteristics Compressive Strength of
fck = 40.00 N/mm2
Concrete
Characteristics Strength of Steel fy = 500.00 N/mm2
Width of section b = 1000.00 mm
Minimum cover to tension reinforcement Co = 75.00 mm
Dia of bar db = 20.00 mm
Maximum bar spacing S = 200.00 mm

Client: New Mangalore Port Trust, Mangalore 164


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Total Depth h = 500.00 mm


Effective Depth d = 415.00 mm

Area of reinforcement As = 1570.80 mm2

Distance from the point considered to the surface of the nearest longitudinal
bar 2
s d
a cr =   + (d c ) 2 − b
2 2

Centre to Centre spacing of longitudinal bar S = 200.00 mm

Effective cover (Cmin+db/2) dc = 85.00 mm


Diameter of Longitudinal bar db 20.00 mm
acr2 = 121.24 mm
Applied service Moment My = 42.00 kNm
CALCULATIONS

Modulus of elasticity of concrete Ec =

Ec = 31622.78 N/mm2
Moduli of elasticity of steel Es = 200000.00 N/mm2

Modular ratio m =

= 6.32

Percentage p =

= 0.38
Depth to neutral axis Xa = 81.41 mm
Lever Arm d-(Xa/3) Z = 387.86 mm

fs =

Reinforcement stress fs = 68.94 N/mm2

fc

Client: New Mangalore Port Trust, Mangalore 165


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

Concrete stress fc = 2.66 N/mm2

Strain at soffit of concrete beam/slab e1 = 0.00 N/mm2

Average strain for calculation of crack width

= 0.00

Calculated Crack Width

Wcr = -0.04 mm
<0.2 mm
CASE (II)
(EXACTLY BELOW THE BAR) acr1 = 85.00 mm

Wcr = -0.03 mm
<0.2 mm
HENCE SAFE

Client: New Mangalore Port Trust, Mangalore 166


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

ANNEXURE – C

Client: New Mangalore Port Trust, Mangalore 1


12 11 10 9 8 7 6 5 4 3 2 1

H H

G G

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

116000
UNIT-I
2000 2000
7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000
F F
700 700
PILE - 1 DIA 1400mm
(TYP.)

700
A
2050

700
P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1
5500

P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2
B
E E
5500

600

P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2
26050

C
600
5500

600 600
P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2 P2
D
5500

D D
2000

P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1 P1
E

PILE - 1 DIA 1400mm PILE - 2 DIA 1200mm


(TYP.) (TYP.)
PILE LAYOUT OF BERTHING STRUCTURE
SCALE - 1:170

C C

B B

ORIGINAL SIZE:A1
NOTES :- LEGEND :- CLIENT: NEW MANGLORE PORT TRUST
P1 - PILE DIA 1400MM
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
P2 PILE DIA 1200MM PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 1. FOR GENERAL ARRANGEMENT REFER LAYOUT 03.12.2021
DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE PILE (SHEET 1 OF 3)
TO CHART DATUM DRAWING NO :
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 Scale as shown
a) IITM-DOE-NMPT-BS-AS-100-01 h) IITM-DOE-NMPT-BS-AS-100-08 DRAWING NO: IITM - DOE - NMPT - BS - AS - 101-01
A WITH MINIMUM 28 DAYS CHARECTERISTIC STRENGTH OF 40 MPa. REV 0 A
b) IITM-DOE-NMPT-BS-AS-100-02 i) IITM-DOE-NMPT-BS-AS-100-09
4.CLEAR COVER TO ALL REINFORCEMENT FOR
c) IITM-DOE-NMPT-BS-AS-100-03 j) IITM-DOE-NMPT-BS-AS-100-10 ENGINEERING FIRM:
PILE SHOULD BE 75MM
d) IITM-DOE-NMPT-BS-AS-100-04 k) IITM-DOE-NMPT-BS-AS-100-11
5. STEEL GRADE FOR ALL REINFORCEMENTS USED TE
OF TEC
HN

e) IITM-DOE-NMPT-BS-AS-100-05 l) IITM-DOE-NMPT-BS-AS-100-12 TU

OL
TI
IN RC STRUCTURES SHALL BE CORROSION RESISTANT Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
f ) IITM-DOE-NMPT-BS-AS-100-06 DESCRIPTION

DIA
STEEL WITH A MINIMUM YIELD STRESS OF 500 MPa. REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
g) IITM-DOE-NMPT-BS-AS-100-07 DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

GRID
EL (+) 4.66M
INNER RING
(TL)
T32 @ 1500mm C/C
H H

CIRCULAR RING
T12 @ 150mm C/C

Ld = 50 DIA
EL (+) 1.96M
(PCL - 1)

Ld = 50 DIA
MAIN REINFORCEMENT
3X15 - T32
G G
M.S LINEAR 6mm THK
M.S LINEAR 6mm THK

1400

1.3XLd
SECTION A-A
Scale 1:16

INNER RING
T32 @ 1500mm C/C
F F
DETAIL -X

Ld = 50 DIA
CIRCULAR RING
MAIN REINFORCEMENT
T12 @ 150mm C/C
3X15 - T32

PILE REINFORCEMENT (3X15 - T32)


CIRCULAR RING
T12 @ 150mm C/C
MAIN REINFORCEMENT
3X15 - T32
E ZONE E
T12 CIRCULAR RING @ 150MM C/C

Ld = 50 DIA
T32 INNER RING @ 1500MM C/C

1400

SECTION B-B
INNER RING Scale 1:16
T32 @ 1500mm C/C

D D

EL (-26.00m) A A INNER RING 1400


REFUSE LEVEL T32 @ 1500mm C/C

LAP DETAILS
Scale 1:20
CIRCULAR RING
T12 @ 150mm C/C
NOTES :-
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED
C OTHERWISE. C
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT
MAIN REINFORCEMENT TO CHART DATUM
3X15 - T32 3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARECTERISTIC STRENGTH OF 40 MPa.
4.CLEAR COVER TO ALL REINFORCEMENT FOR
PILE SHOULD BE 75MM
B B 5. STEEL GRADE FOR ALL REINFORCEMENTS USED
M.S LINEAR 6mm THK IN RC STRUCTURES SHALL BE CORROSION RESISTANT
STEEL WITH A MINIMUM YIELD STRESS OF 500 MPa.
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR
EL (-) 30.00M* SHALL BE KEPT STAGGERED.
TENTATIVE FOUNDING LEVEL 7.THE DEPTH OF STEEL LINER SHOWN IN DRAWING
*FOUNDING LEVEL CRITERIA :- THE PILE IS INDICATIVE ONLY. CONTRACTOR SHALL DETERMINE
SHALL BE FOUNDED 3D INTO HARD STRATA. THE TERMINATION LEVEL DEPENDING ON THE SOIL PROFILE.
B 1400 8. PILE TOE LEVEL SHOWN IN THIS DRAWING IS MINIMUM AND B
1400 'D' IS THE DIAMETER OF THE PILE.
SHALL BE DETERMINED AT THE SITE DEPENDING ON THE ACTUAL
GROUND CONDITIONS.
REINFORCEMENT DETAILS OF BERTHING STRUCTURE PILE - P1 DETAIL X 9. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50%
Scale 1:40 Scale 1:16 OF STEEL IS LAPPED AT ANY LOCATION.

ORIGINAL SIZE:A1
1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
LEGEND :-
WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
TL - TOP LEVEL PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
a) IITM-DOE-NMPT-BS-AS-101-01 DATE:
PCL - PILE CUTOFF LEVEL 03.12.2021
DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE PILE (SHEET 2 OF 3)

EL - ELEVATION Scale as shown


A DRAWING NO: IITM - DOE - NMPT - BS - AS - 101-02 A
CENTER TO CENTER REV 0
C/C -

Ld - DEVELOPMENT LENGTH ENGINEERING FIRM:


OF TEC
TE HN
TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

GRID
EL (+) 4.66M INNER RING
(TL) T32 @ 1500mm C/C

H H

CIRCULAR RING
T12 @ 150mm C/C

Ld = 50 DIA
EL (+) 2.06M
(PCL - 1)

Ld = 50 DIA
MAIN REINFORCEMENT
3X12 - T32

G G
M.S LINEAR 6mm THK
M.S LINEAR 6mm THK
1200

SECTION A-A
Scale 1:16

1.3XLd
F DETAIL -X F
INNER RING
T32 @ 1500mm C/C

Ld = 50 DIA
MAIN REINFORCEMENT
3X12 - T32

PILE REINFORCEMENT (3X12 - T32)


CIRCULAR RING
T12 @ 150mm C/C
CIRCULAR RING
T12 @ 150mm C/C

E ZONE E

MAIN REINFORCEMENT
3X12 - T32
T12 CIRCULAR RING @ 150MM C/C

Ld = 50 DIA
T32 INNER RING @ 1500MM C/C

M.S LINEAR 6mm THK

INNER RING 1200


T32 @ 1500mm C/C
SECTION B-B
Scale 1:16
D D

EL (-26.00m) A A
REFUSE LEVEL 1200
INNER RING
T32 @ 1500mm C/C
LAP DETAILS
Scale 1:20

CIRCULAR RING NOTES :-


T12 @ 150mm C/C 1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED
C OTHERWISE. C
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT
TO CHART DATUM
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARECTERISTIC STRENGTH OF 40 MPa.
MAIN REINFORCEMENT 4.CLEAR COVER TO ALL REINFORCEMENT FOR
3X12 - T32 PILE SHOULD BE 75MM
B B 5. STEEL GRADE FOR ALL REINFORCEMENTS USED
IN RC STRUCTURES SHALL BE CORROSION RESISTANT
*FOUNDING LEVEL CRITERIA:- THE PILE
STEEL WITH A MINIMUM YIELD STRESS OF 500 MPa.
SHALL BE FOUNDED 3D INTO HARD STRATA.
EL (-) 30.00M* 'D' IS THE DIAMETER OF THE PILE.
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR
M.S LINEAR 6mm THK SHALL BE KEPT STAGGERED.
TENTATIVE FOUNDING LEVEL
7.THE DEPTH OF STEEL LINER SHOWN IN DRAWING
IS INDICATIVE ONLY. CONTRACTOR SHALL DETERMINE
1200
THE TERMINATION LEVEL DEPENDING ON THE SOIL PROFILE.
B 8. PILE TOE LEVEL SHOWN IN THIS DRAWING IS MINIMUM AND B
SHALL BE DETERMINED AT THE SITE DEPENDING ON THE ACTUAL
REINFORCEMENT DETAILS OF BERTHING STRUCTURE PILE - P2 1200 GROUND CONDITIONS.
Scale 1:40 9. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50%
OF STEEL IS LAPPED AT ANY LOCATION.

DETAIL X

ORIGINAL SIZE:A1
1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
LEGEND :-
WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
TL - TOP LEVEL PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
a) IITM-DOE-NMPT-BS-AS-101-01 DATE:
PCL - PILE CUTOFF LEVEL 03.12.2021
b) IITM-DOE-NMPT-BS-AS-101-02 DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE PILE (SHEET 3 OF 3)

EL - ELEVATION Scale as shown


A DRAWING NO: IITM - DOE - NMPT - BS - AS - 101-03 A
CENTER TO CENTER REV 0
C/C -

Ld - DEVELOPMENT LENGTH ENGINEERING FIRM:


OF TEC
TE HN
TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

116000
UNIT-I
2000 2000
7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000

950 950 PILE MUFF - 1

2050
F
1900X3000X600mm F
(TYP.)

A
2050

950
PM1 PM1 PM1 PM1 PM1 PM1 PM1 PM1 PM1 PM1 PM1 PM1 PM1 PM1 PM1 PM1 PM1
5500

PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2
B
5500

850
E PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 E
26050

850
5500

850 850
PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2 PM2
D

900 900
5500
2000

900
PM3 PM3 PM3 PM3 PM3 PM3 PM3 PM3 PM3 PM3 PM3 PM3 PM3 PM3 PM3 PM3 PM3
D E D

900
PILE MUFF - 3 PILE MUFF - 2
1800X1800X600mm 1700X1700X500mm
PILE MUFF LAYOUT OF BERTHING STRUCTURE (TYP.) (TYP.)
SCALE - 1:170

C C

B B

ORIGINAL SIZE:A1
LEGEND :- 1. FOR GENERAL ARRANGEMENT REFER LAYOUT
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
PM1 - PILE MUFF-1 1900X3000X600mm DRAWING NO :
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED a) IITM-DOE-NMPT-BS-AS-100-01 DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PM2 - PILE MUFF-2 1700X1700X500mm PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. b) IITM-DOE-NMPT-BS-AS-100-02 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT PM3 - PILE MUFF-2 1800X1800X600mm c) IITM-DOE-NMPT-BS-AS-100-03 03.12.2021
DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE PILE MUFF (SHEET 1 OF 4)
TO CHART DATUM d) IITM-DOE-NMPT-BS-AS-100-04
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 e) IITM-DOE-NMPT-BS-AS-100-05 Scale as shown
A WITH MINIMUM 28 DAYS CHARECTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 102-01 A
f ) IITM-DOE-NMPT-BS-AS-100-06 REV 0
4.CLEAR COVER TO ALL REINFORCEMENT FOR g) IITM-DOE-NMPT-BS-AS-100-07
PILE MUFF SHOULD BE 60MM h) IITM-DOE-NMPT-BS-AS-100-08 ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED i) IITM-DOE-NMPT-BS-AS-100-09 TU
TE
OF TEC
HN

OL
TI
IN RC STRUCTURES SHALL BE CORROSION RESISTANT j) IITM-DOE-NMPT-BS-AS-100-10 Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
STEEL WITH A MINIMUM YIELD STRESS OF 500 MPa. k) IITM-DOE-NMPT-BS-AS-100-11 REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
l) IITM-DOE-NMPT-BS-AS-100-12 DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

1 1

H A A H

1 3
A

20 - T32

20 - T32
G 3000 G
2050

2050
2050 950
3000

3000
1 2 3 4 5

600
F A A F
B B B B

2 20 - T32 4
950

20 - T32

950
E A A E
950 950 950 950

1900 1900

CROSS SECTION -AA


PILE MUFF-1 PILE MUFF-1 Scale 1:15
(TOP REINFORCEMENT) (BOTTOM REINFORCEMENT)
Scale 1:15 Scale 1:15
D 1 D

1900 MAIN BAR 10


DIA

3 4

DIA
2 5
1
600

135
C C

TIE
SCHEDULE OF REINFORCEMENT FOR PILE MUFF 1:
60
BAR ID BAR DESCRIPTION BAR SHAPE REMARKS

1 20 - T32 TOP REINFORCEMENT X-DIRECTION


TYPICAL DETAIL OF HOOK 2 20 - T32 TOP REINFORCEMENT Y-DIRECTION
FOR TIES IN PILE MUFF 3 20 - T32 BOTTOM REINFORCEMENT X-DIRECTION
Scale 1:10
4 20 - T32 BOTTOM REINFORCEMENT Y-DIRECTION
B B
(DIA- INDICATES DIAMETER OF THE BAR)
5 18L -T12 @ 100MM C/C STIRRUPS
+
+
CROSS SECTION -BB
Scale 1:15

ORIGINAL SIZE:A1
NOTES :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST

1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. a) IITM-DOE-NMPT-BS-AS-102-01 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 03.12.2021
TO CHART DATUM. DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE PILE MUFF (SHEET 2 OF 4)
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 Scale as shown
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 102-02 A
REV 0
4.CLEAR COVER TO THE MAIN REINFORCEMENT OF PILE MUFF
SHOULD BE 60MM. ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED TE
OF TEC
HN
TU
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
500 MPa. DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

1 1

H H

850
850
1 3

12 - T32
12 - T32
G G

1700
1700

C C
A A A A

2 12 - T32 4
12 - T32

850
850

F F

850 850 850 850

E E
1700 1700

PILE MUFF-2 PILE MUFF-2


(TOP REINFORCEMENT) (BOTTOM REINFORCEMENT)
Scale 1:10 Scale 1:10

D 1 D

1700 MAIN BAR 10


DIA

DIA
1 2 3 4

5
500

135
C C

TIE
SCHEDULE OF REINFORCEMENT FOR PILE MUFF 1:
60
BAR ID BAR DESCRIPTION BAR SHAPE REMARKS

1 12 - T32 TOP REINFORCEMENT X-DIRECTION


TYPICAL DETAIL OF HOOK 2 12 - T32 TOP REINFORCEMENT Y-DIRECTION
FOR TIES IN PILE MUFF 3 12 - T32 BOTTOM REINFORCEMENT X-DIRECTION
Scale 1:10
4 12 - T32 BOTTOM REINFORCEMENT Y-DIRECTION
B B
(DIA- INDICATES DIAMETER OF THE BAR)
5 10L -T12 @ 100MM C/C STIRRUPS
+
CROSS SECTION -AA +

Scale 1:15

ORIGINAL SIZE:A1
NOTES :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST

1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. a) IITM-DOE-NMPT-BS-AS-102-01 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 03.12.2021
b) IITM-DOE-NMPT-BS-AS-102-02 DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE PILE MUFF (SHEET 3 OF 4)
TO CHART DATUM.
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 Scale as shown
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 102-03 A
REV 0
4.CLEAR COVER TO THE MAIN REINFORCEMENT OF PILE MUFF
SHOULD BE 60MM. ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED TE
OF TEC
HN
TU
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
500 MPa. DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

1 1

H H

16 - T32

16 - T32
1 3

900

900
G 1800 G

1800
E E
B A

2 4
16 - T32 16 - T32
900

900
F F

900 900 900 900

E E
1800 1800

PILE MUFF-3 PILE MUFF-3


(TOP REINFORCEMENT) (BOTTOM REINFORCEMENT)
Scale 1:10 Scale 1:10

1
D D

1800 MAIN BAR 10


DIA

DIA
1 2 3 4

5
600

135
C C
TIE
SCHEDULE OF REINFORCEMENT FOR PILE MUFF 1:
60
BAR ID BAR DESCRIPTION BAR SHAPE REMARKS

1 16 - T32 TOP REINFORCEMENT X-DIRECTION


TYPICAL DETAIL OF HOOK 2 16 - T32 TOP REINFORCEMENT Y-DIRECTION
FOR TIES IN PILE MUFF
3 16 - T32 BOTTOM REINFORCEMENT X-DIRECTION
Scale 1:10
4 16 - T32 BOTTOM REINFORCEMENT Y-DIRECTION
B (DIA- INDICATES DIAMETER OF THE BAR) B
5 14L -T12 @ 100MM C/C STIRRUPS
+
+
CROSS SECTION -AA
Scale 1:15

ORIGINAL SIZE:A1
NOTES :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST

1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. a) IITM-DOE-NMPT-BS-AS-102-01 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 03.12.2021
b) IITM-DOE-NMPT-BS-AS-102-02 DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE PILE MUFF (SHEET 4 OF 4)
TO CHART DATUM.
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 c) IITM-DOE-NMPT-BS-AS-102-03
Scale as shown
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 102-04 A
REV 0
4.CLEAR COVER TO THE MAIN REINFORCEMENT OF PILE MUFF
SHOULD BE 60MM. ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED TE
OF TEC
HN
TU
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
500 MPa. DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

116000
UNIT-I
2000 2000
7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000
FENDER BEAM LONGITUDINAL CRANE
F 1300 X 3000 mm BEAM 1500 X 2000 mm F
A
(TYP.) (TYP.)
FB FB FB FB FB FB FB FB FB FB FB FB FB FB FB FB

A
2050

LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB
5500

MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB
LB LB LB LB LB LB LB LB LB LB LB LB LB LB LB LB
B
5500

E MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB E

LB LB LB LB LB LB LB LB LB LB LB LB LB LB LB LB
26050

C
5500

MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB

LB LB LB LB LB LB LB LB LB LB LB LB LB LB LB LB
D
5500

MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB MB
2000

D LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB LCB D
E

A LONGITUDINAL BEAM LONGITUDINAL CRANE


MAIN BEAM
B 1200 X 2000 mm B 1200 X 2000 mm BEAM 1500 X 2000 mm
(TYP.) BEAM LAYOUT OF BERTHING STRUCTURE (TYP.) (TYP.)
SCALE - 1:170

C C

B B

1. FOR GENERAL ARRANGEMENT REFER LAYOUT

ORIGINAL SIZE:A1
NOTES :- LEGEND :- CLIENT: NEW MANGLORE PORT TRUST
DRAWING NO :
MB - MAIN BEAM 1500X2000mm
a) IITM-DOE-NMPT-BS-AS-100-01 DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED LCB - LONGITUDINAL CRANE BEAM 1500X2000mm PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. b) IITM-DOE-NMPT-BS-AS-100-02 DATE:
LB - LONGITUDINAL BEAM 1200X2000mm c) IITM-DOE-NMPT-BS-AS-100-03 03.12.2021
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE BEAM (SHEET 1 OF 6)
TO CHART DATUM. FB - FENDER BEAM 1300X3000mm d) IITM-DOE-NMPT-BS-AS-100-04
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 e) IITM-DOE-NMPT-BS-AS-100-05 Scale as shown
A f ) IITM-DOE-NMPT-BS-AS-100-06 DRAWING NO: IITM - DOE - NMPT - BS - AS - 103-01 A
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. REV 0
4.CLEAR COVER TO ALL REINFORCEMENT FOR g) IITM-DOE-NMPT-BS-AS-100-07
h) IITM-DOE-NMPT-BS-AS-100-08 ENGINEERING FIRM:
BEAM SHOULD BE 50MM.
5. STEEL GRADE FOR ALL REINFORCEMENTS USED i) IITM-DOE-NMPT-BS-AS-100-09 TU
TE
OF TEC
HN

OL
TI
j) IITM-DOE-NMPT-BS-AS-100-10 Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
500 MPa . k) IITM-DOE-NMPT-BS-AS-100-11 REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
l) IITM-DOE-NMPT-BS-AS-100-12 DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

A B C D E
H H

26050

2050 5500 5500 5500 5500 2000

T25 @ 1000 C/C 8


11 - T25 1 11 - T25 2 11-T25 3 8 - T20 7
1 (BOTH WAYS) 2 10 - T32 9
G G

10-T32 10
1, 2, 3
T32 @ 1000 C/C 14

9, 10

4, 5, 6
11, 12

1 2 T32 @ 1000 C/C 14

F 11 - T25 4 11 - T25 5 11-T25 6 10-T32 12 F


T25 @ 1000 C/C 8
4 - T25 13
(BOTH WAYS)

10 - T32 11

6L-T12 STPS @ 200 C/C S1 6L-T12 STPS @ 200 C/C S1 6L-T12 STPS @ 200 C/C S1 6L-T12 STPS @ 200 C/C S1
6L-T12 STPS 4L-T16 STPS
S1 S2
@ 200 C/C @ 200 C/C
E E
SECTION A-A
SCALE -1:40

3 3 3 3 3 3 3 3 3 3 3
2 2 2 2 2 2 2 2 2 2 2 T25 @ 1000C/C 8
1 1 1 1 1 1 1 1 1 1 1

D D
7 7

7 7

7 7

7 7
2000

10 10 10 10 10 10 10 10 10 10 T32 @ 1000C/C 14
S1 S1 S1
9 9 9 9 9 9 9 9 9 9
7 7

7 7
C NOTES :- C
T25 @ 1000C/C 8
7 7 13 13
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED
13 13
900

OTHERWISE.
7 7
13
S2 S2
13
T32 @ 1000C/C 14 2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT
TO CHART DATUM.
13 13 3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa.
4.CLEAR COVER TO ALL REINFORCEMENT FOR
BEAM SHOULD BE 50MM.
4 4 4 4 4 4 4 4 4 4 4 11 11 11 11 11 11 11 11 11 11 5. STEEL GRADE FOR ALL REINFORCEMENTS USED
5 5 5 5 5 5 5 5 5 5 5 IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF
12 12 12 12 12 12 12 12 12 12
6 6 6 6 6 6 6 6 6 6 6 500 MPa .
1500 6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT STAGGERED.
7. TOP BARS IN BEAMS SHALL BE LAPPED AT MID SPAN.
B 1500 8. BOTTOM BARS IN BEAMS SHALL BE LAPPED AT END ONE THIRD OF SPAN.
B
9. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50%
SECTION 2-2 OF STEEL IS LAPPED AT ANY LOCATION.
SECTION 1-1 Scale 1:15
Scale 1:15

ORIGINAL SIZE:A1
LEGEND :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
BAR IDENTIFICATION 1 , 2 , 3 , 4 , S1 , S2 .....
MB-1 - MAIN BEAM-1 WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
.....INDICATED ARE EXCLUSIVE FOR THE RESPECTIVE PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
LB-1 - LONG BEAM-1 a) IITM-DOE-NMPT-BS-AS-103-01 DATE:
BEAM DETAILS AND SHALL NOT BE CROSS REFERRED. 03.12.2021
STPS - STIRRUPS DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE BEAM (SHEET 2 OF 6)

C/C - CENTER TO CENTER Scale as shown


A DRAWING NO: IITM - DOE - NMPT - BS - AS - 103-02 A
REV 0
ENGINEERING FIRM:
OF TEC
TE HN
TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

A B C D E

H H
26050

2050 5500 5500 5500 5500 2000

T25 @ 1000 C/C 8


11 - T25 1 11 - T25 2 11-T25 3 8 - T20 7
1 (BOTH WAYS)

G G
1, 2, 3 1, 2, 3

4, 5, 6 4, 5, 6

1
11 - T25 4 11 - T25 5 11-T25 6
F T25 @ 1000 C/C 8 F

S1
6L-T12 STPS 6L-T12 STPS S1
6L-T12 STPS @ 200 C/C S1 6L-T12 STPS @ 200 C/C S1 6L-T12 STPS @ 200 C/C S1 6L-T12 STPS @ 200 C/C S1
@ 200 C/C @ 200 C/C

SECTION A-A ON GRID 1 & 51


SCALE -1:40
E E

3 3 3 3 3 3 3 3 3 3 3
2 2 2 2 2 2 2 2 2 2 2 T25 @ 1000C/C 8
1 1 1 1 1 1 1 1 1 1 1

D D

7 7

7 7

7 7

7 7
2000

S1 S1 S1
7 7

7 7
C NOTES :- C
T25 @ 1000C/C 8
7 7
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED
OTHERWISE.
7 7 2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT
TO CHART DATUM.
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa.
4.CLEAR COVER TO ALL REINFORCEMENT FOR
BEAM SHOULD BE 50MM.
4 4 4 4 4 4 4 4 4 4 4 5. STEEL GRADE FOR ALL REINFORCEMENTS USED
5 5 5 5 5 5 5 5 5 5 5 IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF
500 MPa .
6 6 6 6 6 6 6 6 6 6 6 6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT STAGGERED.
7. TOP BARS IN BEAMS SHALL BE LAPPED AT MID SPAN.
B B
1500 8. BOTTOM BARS IN BEAMS SHALL BE LAPPED AT END ONE THIRD OF SPAN.
9. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50%
OF STEEL IS LAPPED AT ANY LOCATION.
SECTION 1-1
Scale 1:15

ORIGINAL SIZE:A1
LEGEND :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
BAR IDENTIFICATION 1 , 2 , 3 , 4 , S1 , S2 .....
MB-1 - MAIN BEAM-1 WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
.....INDICATED ARE EXCLUSIVE FOR THE RESPECTIVE PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
LB-1 - LONG BEAM-1 a) IITM-DOE-NMPT-BS-AS-103-01 DATE:
BEAM DETAILS AND SHALL NOT BE CROSS REFERRED. 03.12.2021
STPS - STIRRUPS b) IITM-DOE-NMPT-BS-AS-103-02 DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE BEAM (SHEET 3 OF 6)

C/C - CENTER TO CENTER Scale as shown


A DRAWING NO: IITM - DOE - NMPT - BS - AS - 103-03 A
REV 0
ENGINEERING FIRM:
OF TEC
TE HN
TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

1 2 3 4 5

2000 7000 7000 7000 7000

8 - T20 7
10-T32 1 10-T32 2 10-T32 3 T32 @ 1000 C/C 8
(BOTH WAYS)
6 - T32 10 6 - T32 9
1

G 9, 10, 1, 2, 3 9, 10, 1, 2, 3 G

4, 5, 6 4, 5, 6

1
10 - T32 4 10 - T32 5
10-T32 6
T32 @ 1000 C/C 8

F 6L-T16 STPS @ 150 C/C S1 S2 S3 S4 6L-T16 STPS @ 150 C/C S1 S2 S3 S4 6L-T16 STPS @ 150 C/C S1 S2 S3 S4 6L-T16 STPS @ 150 C/C S1 S2 S3 S4 F

SECTION B-B ON GRID A & E


SCALE - 1:50

3 3 3 3 3 3 3 3 3 3
E E
2 2 2 2 2 2 2 2 2 2
1 1 1 1 1 1 1 1 1 1
S4 10 10 10 10 10 10 S4

9 9 9 9 9 9
S3
S3

D D
7 7

7 7

7 7 T32 @ 1000C/C 8
2000

7 7

7 S1 S1 7

7 S2 7
T32 @ 1000C/C 8
7 7
C NOTES :- C
7 7
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED
OTHERWISE.
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT
TO CHART DATUM.
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
4 4 4 4 4 4 4 4 4 4 WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa.
4.CLEAR COVER TO ALL REINFORCEMENT FOR
5 5 5 5 5 5 5 5 5 5 BEAM SHOULD BE 50MM.
6 6 6 6 6 6 6 6 6 6 5. STEEL GRADE FOR ALL REINFORCEMENTS USED
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF
1500 500 MPa .
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT STAGGERED.
7. TOP BARS IN BEAMS SHALL BE LAPPED AT MID SPAN.
B B
8. BOTTOM BARS IN BEAMS SHALL BE LAPPED AT END ONE THIRD OF SPAN.
9. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50%
OF STEEL IS LAPPED AT ANY LOCATION.
SECTION 1-1
Scale 1:15

ORIGINAL SIZE:A1
LEGEND :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
BAR IDENTIFICATION 1 , 2 , 3 , 4 , S1 , S2 .....
MB-1 - MAIN BEAM-1 WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
.....INDICATED ARE EXCLUSIVE FOR THE RESPECTIVE PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
LB-1 - LONG BEAM-1 a) IITM-DOE-NMPT-BS-AS-103-01 DATE:
BEAM DETAILS AND SHALL NOT BE CROSS REFERRED. 03.12.2021
STPS - STIRRUPS b) IITM-DOE-NMPT-BS-AS-103-02 DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE BEAM (SHEET 4 OF 6)

C/C - CENTER TO CENTER c) IITM-DOE-NMPT-BS-AS-103-03 Scale as shown


A DRAWING NO: IITM - DOE - NMPT - BS - AS - 103-04 A
REV 0
ENGINEERING FIRM:
OF TEC
TE HN
TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H
1 2 3 4 5 H

2000 7000 7000 7000 7000

8 - T20 5
10-T32 2 (BOTH WAYS) T32 @ 1000 C/C 6
1
8 - T32 1

1, 2 1, 2

G G

3, 4 3, 4

8 - T32 3 1
8-T32 4 T32 @ 1000 C/C 6

F F
4L-T16 STPS @ 200 C/C S1 4L-T16 STPS @ 200 C/C S1 4L-T16 STPS @ 200 C/C S1 4L-T16 STPS @ 200 C/C S1

SECTION B-B ON GRID B, C & D


SCALE - 1:50

E E

2 2 2 2 2 2 2 2
1 1 1 1 1 1 1 1 T32 @ 1000C/C 6

5 5

D D
5 5

5 5

5 5
2000

S1 S1
5 5

5 5

5 5
T32 @ 1000C/C 6
C NOTES :- C
5 5
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED
OTHERWISE.
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT
TO CHART DATUM.
3 3 3 3 3 3 3 3 3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa.
4 4 4 4 4 4 4 4 4.CLEAR COVER TO ALL REINFORCEMENT FOR
BEAM SHOULD BE 50MM.
5. STEEL GRADE FOR ALL REINFORCEMENTS USED
1200 IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF
500 MPa .
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT STAGGERED.
7. TOP BARS IN BEAMS SHALL BE LAPPED AT MID SPAN.
B B
8. BOTTOM BARS IN BEAMS SHALL BE LAPPED AT END ONE THIRD OF SPAN.
SECTION 1-1 9. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50%
Scale 1:15 OF STEEL IS LAPPED AT ANY LOCATION.

ORIGINAL SIZE:A1
LEGEND :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
BAR IDENTIFICATION 1 , 2 , 3 , 4 , S1 , S2 .....
MB-1 - MAIN BEAM-1 WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
.....INDICATED ARE EXCLUSIVE FOR THE RESPECTIVE PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
LB-1 - LONG BEAM-1 a) IITM-DOE-NMPT-BS-AS-103-01 DATE:
BEAM DETAILS AND SHALL NOT BE CROSS REFERRED. 03.12.2021
STPS - STIRRUPS b) IITM-DOE-NMPT-BS-AS-103-02 DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE BEAM (SHEET 5 OF 6)

C/C - CENTER TO CENTER c) IITM-DOE-NMPT-BS-AS-103-03


Scale as shown
A d) IITM-DOE-NMPT-BS-AS-103-04 DRAWING NO: IITM - DOE - NMPT - BS - AS - 103-05 A
REV 0
ENGINEERING FIRM:
OF TEC
TE HN
TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

1 2 3 4 5
H H

2000 7000 7000 7000 7000

10 - T25 5
10-T32 2 T32 AT 1000 C/C 6
8 - T32 1
1

1, 2
G 1, 2 G

3, 4
3, 4

1
8 - T32 3
8-T32 4 T32 AT 1000 C/C 6

F F

4L-T16 STPS AT 200 C/C S1 S2 4L-T16 STPS AT 200 C/C S1 S2 4L-T16 STPS AT 200 C/C S1 S2 4L-T16 STPS AT 200 C/C S1 S2

SECTION B-B ON FENDER BEAM


SCALE - 1:50

E E

2 2 2 2 2 2 2 2
1 1 1 1 1 1 1 1 T32 @ 1000C/C 6

5 5

5 5

D D
5 5

5 5

5 S1 S2 5
3000

5 5

5 5

5 5
C NOTES :- C
5
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED
5 OTHERWISE.
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT
TO CHART DATUM.
T32 @ 1000C/C 6 3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
3 3 3 3 3 3 3 3 WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa.
4.CLEAR COVER TO ALL REINFORCEMENT FOR
4 4 4 4 4 4 4 4
BEAM SHOULD BE 50MM.
5. STEEL GRADE FOR ALL REINFORCEMENTS USED
1300 IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF
500 MPa .
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT STAGGERED.
SECTION 1-1 7. TOP BARS IN BEAMS SHALL BE LAPPED AT MID SPAN.
B B
8. BOTTOM BARS IN BEAMS SHALL BE LAPPED AT END ONE THIRD OF SPAN.
Scale 1:20 9. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50%
OF STEEL IS LAPPED AT ANY LOCATION.

ORIGINAL SIZE:A1
LEGEND :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
BAR IDENTIFICATION 1 , 2 , 3 , 4 , S1 , S2 .....
MB-1 - MAIN BEAM-1 WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
.....INDICATED ARE EXCLUSIVE FOR THE RESPECTIVE PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
LB-1 - LONG BEAM-1 a) IITM-DOE-NMPT-BS-AS-103-01 DATE:
BEAM DETAILS AND SHALL NOT BE CROSS REFERRED. 03.12.2021
STPS - STIRRUPS b) IITM-DOE-NMPT-BS-AS-103-02 DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE BEAM (SHEET 6 OF 6)

C/C - CENTER TO CENTER c) IITM-DOE-NMPT-BS-AS-103-03


Scale as shown
A d) IITM-DOE-NMPT-BS-AS-103-04 DRAWING NO: IITM - DOE - NMPT - BS - AS - 103-06 A
REV 0
e) IITM-DOE-NMPT-BS-AS-103-05
ENGINEERING FIRM:
OF TEC
TE HN
TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

116000
UNIT-I
2000 2000
7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000

F F
A
2050
5500

B
5500
26050

C
E E
5500

D
5500
2000

D D
2 1 3 4

SLAB LAYOUT OF BERTHING STRUCTURE


SCALE - 1:170

SCHEDULE OF REINFORCEMENT FOR SLAB :


C C
BAR ID BAR DESCRIPTION BAR SHAPE REMARKS

1 T25 @ 200MM C/C TOP REINFORCEMENT IN X - DIRECTION

2 T25 @ 200MM C/C TOP REINFORCEMENT IN Y - DIRECTION

3 T25 @ 200MM C/C BOTTOM REINFORCEMENT IN X - DIRECTION

4 T25 @ 200MM C/C BOTTOM REINFORCEMENT IN Y - DIRECTION

B 5 6L -T12 @ 250MM C/C STIRRUPS B


+
+

1. FOR GENERAL ARRANGEMENT REFER LAYOUT

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
DRAWING NO :
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED a) IITM-DOE-NMPT-BS-AS-100-01 DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
OTHERWISE. PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
b) IITM-DOE-NMPT-BS-AS-100-02 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT c) IITM-DOE-NMPT-BS-AS-100-03 03.12.2021
TO CHART DATUM. DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE SLAB (SHEET 1 OF 2)
d) IITM-DOE-NMPT-BS-AS-100-04
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 e) IITM-DOE-NMPT-BS-AS-100-05 Scale as shown
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. f ) IITM-DOE-NMPT-BS-AS-100-06 DRAWING NO: IITM - DOE - NMPT - BS - AS - 104-01 A
REV 0
4.CLEAR COVER TO THE MAIN REINFORCEMENT FOR g) IITM-DOE-NMPT-BS-AS-100-07
SLAB SHOULD BE 75MM. h) IITM-DOE-NMPT-BS-AS-100-08 ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED i) IITM-DOE-NMPT-BS-AS-100-09 OF TEC
TE HN
TU
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF 500 MPa.

OL
j) IITM-DOE-NMPT-BS-AS-100-10

TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT DESCRIPTION

DIA
k) IITM-DOE-NMPT-BS-AS-100-11 REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
STAGGERED. l) IITM-DOE-NMPT-BS-AS-100-12 DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

A B C D E
H H

26050

2050 5500 5500 5500 5500 2000

1 4 5
2 3

G G

F F

SECTION A-A
SCALE -1:50

1 2 3 4 5
E E
2000 7000 7000 7000 7000

1 3 5
2 4

D D

C C

SCHEDULE OF REINFORCEMENT FOR SLAB :


SECTION B-B BAR ID BAR DESCRIPTION BAR SHAPE REMARKS
SCALE - 1:50
1 T25 @ 200MM C/C TOP REINFORCEMENT IN X - DIRECTION

2 T25 @ 200MM C/C TOP REINFORCEMENT IN Y - DIRECTION

3 T25 @ 200MM C/C BOTTOM REINFORCEMENT IN X - DIRECTION

B 4 T25 @ 200MM C/C BOTTOM REINFORCEMENT IN Y - DIRECTION B

5 6L -T12 @ 250MM C/C STIRRUPS


+
+

NOTES :-

ORIGINAL SIZE:A1
1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
6.TOP BARS IN SLAB SHALL BE LAPPED AT MID SPAN.
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
7. BOTTOM BARS IN SLAB SHALL BE LAPPED AT END ONE THIRD OF PROJECT:
OTHERWISE. DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT DATE:
SPAN. a) IITM-DOE-NMPT-BS-AS-104-01
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 03.12.2021
8. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50% LAYOUT & RC DETAILS OF BERTHING STRUCTURE SLAB (SHEET 2 OF 2)
TO MEAN SEA LEVEL. DRAWING TITLE:
OF STEEL IS LAPPED AT ANY LOCATION.
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
9. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE Scale as shown
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 104-02
A KEPT STAGGERED. REV 0 A
4.CLEAR COVER TO THE MAIN REINFORCEMENT FOR
SLAB SHOULD BE 75MM. ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED OF TEC
TE HN
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
500 MPa (Fe500). DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

116000
UNIT-I
2000 2000
7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000
F F

A
2050
5500

E E
5500
26050

C
5500

D
5500

A
2000

D D

A LAYOUT OF BERTHING STRUCTURE SERVICE TRENCH - UNIT-I


SCALE - 1:170

C C

B B

1. FOR GENERAL ARRANGEMENT REFER LAYOUT

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
DRAWING NO :
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED a) IITM-DOE-NMPT-BS-AS-100-01 DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
OTHERWISE. PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
b) IITM-DOE-NMPT-BS-AS-100-02 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT c) IITM-DOE-NMPT-BS-AS-100-03 03.12.2021
TO CHART DATUM. DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE SERVICE TRENCH(SHEET 1 OF 4)
d) IITM-DOE-NMPT-BS-AS-100-04
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 e) IITM-DOE-NMPT-BS-AS-100-05 Scale as shown
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. f ) IITM-DOE-NMPT-BS-AS-100-06 DRAWING NO: IITM - DOE - NMPT - BS - AS - 105-01 A
REV 0
4.CLEAR COVER TO THE MAIN REINFORCEMENT FOR g) IITM-DOE-NMPT-BS-AS-100-07
SIDE WALL AND SLAB SHOULD BE RESPECTIVELY 50MM AND 40MM. h) IITM-DOE-NMPT-BS-AS-100-08 ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED i) IITM-DOE-NMPT-BS-AS-100-09 OF TEC
TE HN
TU
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF 500 MPa.

OL
TI
j) IITM-DOE-NMPT-BS-AS-100-10 Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT DESCRIPTION

DIA
k) IITM-DOE-NMPT-BS-AS-100-11 REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
STAGGERED. l) IITM-DOE-NMPT-BS-AS-100-12 DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G

18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34

116000
UNIT-II
2000 2000
7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000
F F

A
2050
5500

B
E E
5500
26050

C
5500

D
5500

D D
2000

LAYOUT OF BERTHING STRUCTURE SERVICE TRENCH - UNIT-II


SCALE - 1:170

C C

B B

ORIGINAL SIZE:A1
NOTES :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
OTHERWISE. PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
a) IITM-DOE-NMPT-BS-AS-105-01 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 03.12.2021
TO CHART DATUM. DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE SERVICE TRENCH(SHEET 2 OF 4)
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 Scale as shown
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 105-02 A
REV 0
4.CLEAR COVER TO THE MAIN REINFORCEMENT FOR
SIDE WALL AND SLAB SHOULD BE RESPECTIVELY 50MM AND 40MM. ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED OF TEC
TE HN
TU
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF 500 MPa.

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
STAGGERED. DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G

35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51

116000
UNIT-III
2000 2000
7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000 7000
F F

A
2050
5500

E
5500

E
26050

C
5500

D
5500
2000

D D

LAYOUT OF BERTHING STRUCTURE SERVICE TRENCH - UNIT-III


SCALE - 1:170

C C

B B

ORIGINAL SIZE:A1
NOTES :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
OTHERWISE. PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
a) IITM-DOE-NMPT-BS-AS-105-01 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 03.12.2021
TO CHART DATUM. b) IITM-DOE-NMPT-BS-AS-105-02 DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE SERVICE TRENCH(SHEET 3 OF 4)
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 Scale as shown
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 105-03 A
REV 0
4.CLEAR COVER TO THE MAIN REINFORCEMENT FOR
SIDE WALL AND SLAB SHOULD BE RESPECTIVELY 50MM AND 40MM. ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED OF TEC
TE HN
TU
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF 500 MPa.

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
STAGGERED. DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

1000
H 1500 H
2000

TOP PRECAST SLAB

T20 @ 150 C/C


1500
350MM THK.
250 1000 250 SIDE WALL

T20 @ 150 C/C


250MM THK.

1500
350
1 1
T20 @ 150 C/C
G G

1300
850
2

200
TOP PRECAST SLAB 2
SCALE -1:15
T20 @ 150 C/C

F 1000 F

350
BOTTOM SLAB
200MM THK.

T20 @ 150 C/C T20 @ 150 C/C

SECTION ON 1-1
E E
SCALE -1:15

BOTTOM CAST INSITU SLAB


SECTION A-A
SCALE -1:15
SCALE -1:20

1500

1 1 1 1

200
D 8 - T16 4 1 1 1 1 D
T16 @ 1000C/C 5 1 1 1 1
2 - T16 3 6X2 - T16 1 1 1 1 1
3 1 1 1 1 T20 @ 150 C/C
(BOTH WAYS) T20 @ 150 C/C
1 1 1 1
SECTION ON 2-2

250
100
S2 S2 SCALE -1:15
4 4 4 4
4 4 4 4
4 4
4 4
4 4 4 4

100
T10 @ 200C/C S2 3 3 3 3
S1 S1

1300
C C
3 3 3 3

850
32Ø BAR
T10 @ 200C/C S1

400
5 T16 @ 1000C/C 2 2 2 2 T16 @ 1000C/C 5
2 2 2 2 300 100 300
3 6X2 - T16 2
2 2 2 2
T16 @ 1000C/C 2 2 2 2 DETAILS OF LIFTING HOOK
5 2 2 2 2 (2 NOS)
Scale 1:15
B
2 2 SECTION ON 3-3 2 2 B
FRONT VIEW OF SERVICE TRENCH SIDE WALL
SCALE -1:15 SCALE -1:15

NOTES :-

ORIGINAL SIZE:A1
1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
6.TOP BARS IN WALL AND SLAB SHALL BE LAPPED AT MID SPAN.
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
7. BOTTOM BARS IN WALL AND SLAB SHALL BE LAPPED AT END PROJECT:
OTHERWISE. DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT DATE:
ONE THIRD OF SPAN. a) IITM-DOE-NMPT-BS-AS-105-01
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 03.12.2021
8. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50% b) IITM-DOE-NMPT-BS-AS-105-02 LAYOUT & RC DETAILS OF BERTHING STRUCTURE SERVICE TRENCH(SHEET 4 OF 4)
TO MEAN SEA LEVEL. DRAWING TITLE:
OF STEEL IS LAPPED AT ANY LOCATION. c) IITM-DOE-NMPT-BS-AS-105-03
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
9. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE Scale as shown
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 105-04
A KEPT STAGGERED. REV 0 A
4.CLEAR COVER TO THE MAIN REINFORCEMENT FOR
SIDE WALL AND SLAB SHOULD BE RESPECTIVELY 50MM AND 40MM. ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED OF TEC
TE HN
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
500 MPa (Fe500). DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

F G H I J K L

G G
34000

2000 5000 5000 5000 5000 5000 5000 2000

500 500

500

1000
F 53 F

P1 P1 P1 P1 P1 P1 P1

500
E E

10000
7350
P1 P1 P1 P1 P1 P1 P1

D 52 D

1650
PILE DIA1000mm
(TYP.)

PILE LAYOUT OF APPROACH STRUCTURE


C SCALE 1:50 C

B B

1. FOR GENERAL ARRANGEMENT REFER LAYOUT

ORIGINAL SIZE:A1
NOTES :- LEGEND :- CLIENT: NEW MANGLORE PORT TRUST
DRAWING NO :
P1 - PILE DIA 1000MM
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED a) IITM-DOE-NMPT-BS-AS-100-01 DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. b) IITM-DOE-NMPT-BS-AS-100-02 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT c) IITM-DOE-NMPT-BS-AS-100-03 03.12.2021
DRAWING TITLE: LAYOUT & RC DETAILS OF BERTHING STRUCTURE PILE (SHEET 1 OF 2)
TO CHART DATUM d) IITM-DOE-NMPT-BS-AS-100-04
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 e) IITM-DOE-NMPT-BS-AS-100-05 Scale as shown
A WITH MINIMUM 28 DAYS CHARECTERISTIC STRENGTH OF 40 MPa. f ) IITM-DOE-NMPT-BS-AS-100-06 DRAWING NO: IITM - DOE - NMPT - BS - AS - 106-01 A
REV 0
4.CLEAR COVER TO ALL REINFORCEMENT FOR g) IITM-DOE-NMPT-BS-AS-100-07
PILE SHOULD BE 75MM h) IITM-DOE-NMPT-BS-AS-100-08 ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED i) IITM-DOE-NMPT-BS-AS-100-09 TU
TE
OF TEC
HN

OL
j) IITM-DOE-NMPT-BS-AS-100-10

TI
IN RC STRUCTURES SHALL BE CORROSION RESISTANT Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
STEEL WITH A MINIMUM YIELD STRESS OF 500 MPa. k) IITM-DOE-NMPT-BS-AS-100-11 REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
l) IITM-DOE-NMPT-BS-AS-100-12 DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

GRID

EL (+) 4.66M
H (TL) INNER RING H
T32 @ 1500mm C/C

CIRCULAR RING
T12 @ 150mm C/C

Ld = 50 DIA
EL (+) 2.26M
MAIN REINFORCEMENT
(PCL)

Ld = 50 DIA
15 - T32

G G
M.S LINEAR 6mm THK
M.S LINEAR 6mm THK
1000

SECTION A-A
Scale 1:16

1.3XLd
F F
DETAIL -X INNER RING
T32 @ 1500mm C/C

Ld = 50 DIA
MAIN REINFORCEMENT
15 - T32 CIRCULAR RING
T12 @ 150mm C/C

PILE REINFORCEMENT (15 - T32)


CIRCULAR RING
T12 @ 150mm C/C
MAIN REINFORCEMENT
E ZONE 15 - T32 E
T12 CIRCULAR RING @ 150MM C/C

1000
Ld = 50 DIA
T32 INNER RING @ 1500MM C/C

SECTION B-B
INNER RING Scale 1:16
T32 @ 1500mm C/C

D D

EL (-26.00m) A A INNER RING


1000
REFUSE LEVEL T32 @ 1500mm C/C
LAP DETAILS
Scale 1:20
CIRCULAR RING
T12 @ 250mm C/C
NOTES :-
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED
C OTHERWISE. C
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT
MAIN REINFORCEMENT TO CHART DATUM
15 - T32 3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARECTERISTIC STRENGTH OF 40 MPa.
4.CLEAR COVER TO ALL REINFORCEMENT FOR
PILE SHOULD BE 75MM
5. STEEL GRADE FOR ALL REINFORCEMENTS USED
B B M.S LINEAR 6mm THK IN RC STRUCTURES SHALL BE CORROSION RESISTANT
STEEL WITH A MINIMUM YIELD STRESS OF 500 MPa.
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR
EL (-) 29.00M SHALL BE KEPT STAGGERED.
TENTATIVE FOUNDING LEVEL 7.THE DEPTH OF STEEL LINER SHOWN IN DRAWING
*FOUNDING LEVEL CRITERIA THE PILE IS INDICATIVE ONLY. CONTRACTOR SHALL DETERMINE
SHALL BE FOUNDED 3D INTO HARD STRATA. THE TERMINATION LEVEL DEPENDING ON THE SOIL PROFILE.
B 1000 8. PILE TOE LEVEL SHOWN IN THIS DRAWING IS MINIMUM AND B
'D' IS THE DIAMETER OF THE PILE.
1000 SHALL BE DETERMINED AT THE SITE DEPENDING ON THE ACTUAL
GROUND CONDITIONS.
REINFORCEMENT DETAILS OF APPROCH STRUCTURE PILE - P1 9. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50%
DETAIL X OF STEEL IS LAPPED AT ANY LOCATION.
Scale 1:40
Scale 1:16

ORIGINAL SIZE:A1
1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
LEGEND :-
WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
TL - TOP LEVEL PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
a) IITM-DOE-NMPT-BS-AS-106-01 DATE:
PCL - PILE CUTOFF LEVEL 03.12.2021
DRAWING TITLE: LAYOUT & RC DETAILS OF APPROCH STRUCTURE PILE (SHEET 2 OF 2)

EL - ELEVATION Scale as shown


A DRAWING NO: IITM - DOE - NMPT - BS - AS - 106-02 A
CENTER TO CENTER REV 0
C/C -

Ld - DEVELOPMENT LENGTH ENGINEERING FIRM:


OF TEC
TE HN
TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

F G H I J K L
G G

34000

2000 5000 5000 5000 5000 5000 5000 2000

700 700

1000
F F

700
53

700
PM1 PM1 PM1 PM1 PM1 PM1 PM1

E E

10000
7350
PM1 PM1 PM1 PM1 PM1 PM1 PM1
D D

52

1650
PILE MUFF
1400X1400X500mm
C (TYP.) C
PILE MUFF LAYOUT OF APPROACH STRUCTURE
SCALE 1:50

B B

1. FOR GENERAL ARRANGEMENT REFER LAYOUT

ORIGINAL SIZE:A1
NOTES :- LEGEND :- CLIENT: NEW MANGLORE PORT TRUST
DRAWING NO :
PM1 - PILE MUFF-1 1400X1400X500mm
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED a) IITM-DOE-NMPT-BS-AS-100-01 DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. b) IITM-DOE-NMPT-BS-AS-100-02 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT c) IITM-DOE-NMPT-BS-AS-100-03 03.12.2021
DRAWING TITLE: LAYOUT & RC DETAILS OF APPROCH STRUCTURE PILE MUFF (SHEET 1 OF 2)
TO CHART DATUM d) IITM-DOE-NMPT-BS-AS-100-04
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 e) IITM-DOE-NMPT-BS-AS-100-05 Scale as shown
A WITH MINIMUM 28 DAYS CHARECTERISTIC STRENGTH OF 40 MPa. f ) IITM-DOE-NMPT-BS-AS-100-06 DRAWING NO: IITM - DOE - NMPT - BS - AS - 107-01 A
REV 0
4.CLEAR COVER TO ALL REINFORCEMENT FOR g) IITM-DOE-NMPT-BS-AS-100-07
PILE MUFF SHOULD BE 60MM h) IITM-DOE-NMPT-BS-AS-100-08 ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED i) IITM-DOE-NMPT-BS-AS-100-09 TU
TE
OF TEC
HN

OL
j) IITM-DOE-NMPT-BS-AS-100-10

TI
IN RC STRUCTURES SHALL BE CORROSION RESISTANT Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
STEEL WITH A MINIMUM YIELD STRESS OF 500 MPa. k) IITM-DOE-NMPT-BS-AS-100-11 REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
l) IITM-DOE-NMPT-BS-AS-100-12 DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

1400 1400

700 700 700 700 1400

G 2 1 4 3 G

14 - T25
14 - T25

500
700
700

1 3

F F

1400
1400

52 52
A A A A
2 4
14 - T25 14 - T25

700
700

E E

F F

CROSS SECTION -AA


PILE MUFF-1 PILE MUFF-1
Scale 1:10
(TOP REINFORCEMENT) (BOTTOM REINFORCEMENT)
Scale 1:10 Scale 1:10
D D

MAIN BAR 10
DIA

DIA
C C

135
SCHEDULE OF REINFORCEMENT FOR PILE MUFF 1:
TIE BAR ID BAR DESCRIPTION BAR SHAPE REMARKS

60 1 14 - T25 TOP REINFORCEMENT X-DIRECTION

2 14 - T25 TOP REINFORCEMENT Y-DIRECTION

3 14 - T25 BOTTOM REINFORCEMENT X-DIRECTION


TYPICAL DETAIL OF HOOK
4 14 - T25 BOTTOM REINFORCEMENT Y-DIRECTION
FOR TIES IN PILE MUFF
B B
Scale 1:10 5 12L -T12 @ 100MM C/C STIRRUPS
+
+
(DIA- INDICATES DIAMETER OF THE BAR)

ORIGINAL SIZE:A1
NOTES :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST

1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. a) IITM-DOE-NMPT-BS-AS-107-01 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 03.12.2021
TO CHART DATUM. DRAWING TITLE: LAYOUT & RC DETAILS OF APPROCH STRUCTURE PILE MUFF (SHEET 2 OF 2)
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 Scale as shown
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 107-02 A
REV 0
4.CLEAR COVER TO THE MAIN REINFORCEMENT OF PILE MUFF
SHOULD BE 60MM. ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED TE
OF TEC
HN
TU
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
500 MPa. DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

F G H I J K L

34000
G G

2000 5000 5000 5000 5000 5000 5000 2000


A

1000
53
F F
LB1 LB1 LB1 LB1 LB1 LB1
MB1

MB1

MB1

MB1

MB1

MB1

MB1

10000
7350
E E

LB1 LB1 LB1 LB1 LB1 LB1

52
D D

1650
CB1

CB1

CB1

CB1

CB1

CB1

CB1
LONGITUDINAL BEAM
MAIN BEAM 800X1800mm
A
1000 X 1800 mm (TYP.)
B (TYP.) B
BEAM LAYOUT OF APPROACH STRUCTURE
SCALE 1:50
C C

B B

1. FOR GENERAL ARRANGEMENT REFER LAYOUT

ORIGINAL SIZE:A1
NOTES :- LEGEND :- CLIENT: NEW MANGLORE PORT TRUST
DRAWING NO :
MB1 - MAIN BEAM 1000X1800mm
a) IITM-DOE-NMPT-BS-AS-100-01 DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED LB1 - LONGITUDINAL BEAM 800X1800mm PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
OTHERWISE. b) IITM-DOE-NMPT-BS-AS-100-02 DATE:
CB1 - CANTILEVER BEAM 1000X850mm c) IITM-DOE-NMPT-BS-AS-100-03 03.12.2021
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT DRAWING TITLE: LAYOUT & RC DETAILS OF APPROCH STRUCTURE BEAM (SHEET 1 OF 3)
TO CHART DATUM. d) IITM-DOE-NMPT-BS-AS-100-04
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 e) IITM-DOE-NMPT-BS-AS-100-05 Scale as shown
A f ) IITM-DOE-NMPT-BS-AS-100-06 DRAWING NO: IITM - DOE - NMPT - BS - AS - 108-01 A
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. REV 0
4.CLEAR COVER TO ALL REINFORCEMENT FOR g) IITM-DOE-NMPT-BS-AS-100-07
h) IITM-DOE-NMPT-BS-AS-100-08 ENGINEERING FIRM:
BEAM SHOULD BE 50MM.
5. STEEL GRADE FOR ALL REINFORCEMENTS USED i) IITM-DOE-NMPT-BS-AS-100-09 TU
TE
OF TEC
HN

OL
j) IITM-DOE-NMPT-BS-AS-100-10

TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
500 MPa . k) IITM-DOE-NMPT-BS-AS-100-11 REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
l) IITM-DOE-NMPT-BS-AS-100-12 DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

54 55

H
52 53 H

10000

1650 7350 1000

8 - T25 1 5 - T20 5 T25 @ 1000 C/C 6 8-T25 2

(BOTH WAYS)
2 1
G G
7 8 - T25

2 1
F 8 5 - T20 F
8 - T25 3 8-T25 4
(BOTH WAYS)

T25 @ 1000 C/C 6


3 8 - T25

4L-T12 STPS @ 200 C/C S1


4L-T12 STPS
S2
@ 200 C/C

E
SECTION A-A E
SCALE - 1:30

T25 @ 1000C/C 6
2 2 2 2 2 2 2 2
1 1 1 1 1 1 1 1

D D

5 5

5 5

7 7 7 7 7 7 7 7
S1 S1
1800

5 5

8 8
5 5
8 S2 S2 8
850

C 8 8 NOTES :- C
5 5
8 8 1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED
OTHERWISE.
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT
TO CHART DATUM.
3 3 3 3 3 3 3 3
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
3 3 3 3 3 3 3 3 WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa.
4 4 4 4 4 4 4 4 1000 4.CLEAR COVER TO ALL REINFORCEMENT FOR
BEAM SHOULD BE 50MM.
5. STEEL GRADE FOR ALL REINFORCEMENTS USED
1000 IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF
SECTION 2-2 500 MPa .
Scale 1:15 6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT STAGGERED.
7. TOP BARS IN BEAMS SHALL BE LAPPED AT MID SPAN.
B B
8. BOTTOM BARS IN BEAMS SHALL BE LAPPED AT END ONE THIRD OF SPAN.
SECTION 1-1 9. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50%
Scale 1:15 OF STEEL IS LAPPED AT ANY LOCATION.

ORIGINAL SIZE:A1
LEGEND :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
BAR IDENTIFICATION 1 , 2 , 3 , 4 , S1 , S2 .....
MB-1 - MAIN BEAM-1 WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
.....INDICATED ARE EXCLUSIVE FOR THE RESPECTIVE PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
LB-1 - LONG BEAM-1 a) IITM-DOE-NMPT-BS-AS-108-01 DATE:
BEAM DETAILS AND SHALL NOT BE CROSS REFERRED. 03.12.2021
STPS - STIRRUPS DRAWING TITLE: LAYOUT & RC DETAILS OF APPROCH STRUCTURE BEAM (SHEET 2 OF 3)

C/C - CENTER TO CENTER Scale as shown


A DRAWING NO: IITM - DOE - NMPT - BS - AS - 108-02 A
REV 0
ENGINEERING FIRM:
OF TEC
TE HN
TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

F G H I J K L

34000

2000 5000 5000 5000 5000 5000 5000 2000

6 - T25 1 6-T25 2 5 - T20 5 T25 AT 1000 C/C 6


1
G G

1, 2 1, 2

1800
3, 4 3, 4

6-T25 4 1
6 - T25 3

4L-T12 STPS @ 200 C/C 4L-T12 STPS @ 200 C/C 4L-T12 STPS @ 200 C/C 4L-T12 STPS @ 200 C/C 4L-T12 STPS @ 200 C/C 4L-T12 STPS @ 200 C/C
F S1 S1 S1 S1 S1 S1 F

SECTION B-B
SCALE - 1:50

E E

T25 @ 1000C/C 6
2 2 2 2 2 2
1 1 1 1 1 1

D D

5 5

5 5
1800

S1
5 5
S1

5 5
C NOTES :- C

5 5 1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED


OTHERWISE.
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT
TO CHART DATUM.
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa.
3 3 3 3 3 3 4.CLEAR COVER TO ALL REINFORCEMENT FOR
BEAM SHOULD BE 50MM.
4 4 4 4 4 4
5. STEEL GRADE FOR ALL REINFORCEMENTS USED
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF
800 500 MPa .
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT STAGGERED.
7. TOP BARS IN BEAMS SHALL BE LAPPED AT MID SPAN.
B B
8. BOTTOM BARS IN BEAMS SHALL BE LAPPED AT END ONE THIRD OF SPAN.
9. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50%
OF STEEL IS LAPPED AT ANY LOCATION.
SECTION ON 1-1
Scale 1:15

ORIGINAL SIZE:A1
LEGEND :- 1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
BAR IDENTIFICATION 1 , 2 , 3 , 4 , S1 , S2 .....
MB-1 - MAIN BEAM-1 WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
.....INDICATED ARE EXCLUSIVE FOR THE RESPECTIVE PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
LB-1 - LONG BEAM-1 a) IITM-DOE-NMPT-BS-AS-108-01 DATE:
BEAM DETAILS AND SHALL NOT BE CROSS REFERRED. 03.12.2021
STPS - STIRRUPS b) IITM-DOE-NMPT-BS-AS-108-02 DRAWING TITLE: LAYOUT & RC DETAILS OF APPROCH STRUCTURE BEAM (SHEET 3 OF 3)

C/C - CENTER TO CENTER Scale as shown


A DRAWING NO: IITM - DOE - NMPT - BS - AS - 108-03 A
REV 0
ENGINEERING FIRM:
OF TEC
TE HN
TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

F G H I J K L

34000

G G

2000 5000 5000 5000 5000 5000 5000 2000


A

1000
53

F F

10000
7350
E E

52

1650
D D

2 1 4 3
A
B B
SLAB LAYOUT OF APPROACH STRUCTURE
SCALE 1:50

SCHEDULE OF REINFORCEMENT FOR SLAB :


C C
BAR ID BAR DESCRIPTION BAR SHAPE REMARKS

1 T20 @ 200MM C/C TOP REINFORCEMENT IN X - DIRECTION

2 T20 @ 200MM C/C TOP REINFORCEMENT IN Y - DIRECTION

3 T20 @ 200MM C/C BOTTOM REINFORCEMENT IN X - DIRECTION

4 T20 @ 200MM C/C BOTTOM REINFORCEMENT IN Y - DIRECTION

B 5 6L -T12 @ 250MM C/C STIRRUPS B


+
+

1. FOR GENERAL ARRANGEMENT REFER LAYOUT

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
DRAWING NO :
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED a) IITM-DOE-NMPT-BS-AS-100-01 DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
OTHERWISE. PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
b) IITM-DOE-NMPT-BS-AS-100-02 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT c) IITM-DOE-NMPT-BS-AS-100-03 03.12.2021
TO CHART DATUM. DRAWING TITLE: LAYOUT & RC DETAILS OF APPROCH STRUCTURE SLAB (SHEET 1 OF 2)
d) IITM-DOE-NMPT-BS-AS-100-04
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 e) IITM-DOE-NMPT-BS-AS-100-05 Scale as shown
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. f ) IITM-DOE-NMPT-BS-AS-100-06 DRAWING NO: IITM - DOE - NMPT - BS - AS - 109-01 A
REV 0
4.CLEAR COVER TO THE MAIN REINFORCEMENT FOR g) IITM-DOE-NMPT-BS-AS-100-07
SLAB SHOULD BE 75MM. h) IITM-DOE-NMPT-BS-AS-100-08 ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED i) IITM-DOE-NMPT-BS-AS-100-09 OF TEC
TE HN
TU
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF 500 MPa.

OL
j) IITM-DOE-NMPT-BS-AS-100-10

TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT DESCRIPTION

DIA
k) IITM-DOE-NMPT-BS-AS-100-11 REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
STAGGERED. l) IITM-DOE-NMPT-BS-AS-100-12 DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

54 55
H H
52 53

10000

1650 7350 1000

1 2 3 4
5

G G

CAST IN SITU
SLAB 300MM THK.

F F

SECTION A-A
SCALE - 1:40

F G H I J K L
E E

34000

2000 5000 5000 5000 5000 5000 5000 2000

1 2 3 4 5

D D

CAST IN SITU
SLAB 500MM THK.

C C

SCHEDULE OF REINFORCEMENT FOR SLAB :


SECTION B-B
SCALE - 1:50 BAR ID BAR DESCRIPTION BAR SHAPE REMARKS

1 T20 @ 200MM C/C TOP REINFORCEMENT IN X - DIRECTION

2 T20 @ 200MM C/C TOP REINFORCEMENT IN Y - DIRECTION

3 T20 @ 200MM C/C BOTTOM REINFORCEMENT IN X - DIRECTION

B 4 T20 @ 200MM C/C BOTTOM REINFORCEMENT IN Y - DIRECTION B

5 6L -T12 @ 250MM C/C STIRRUPS


+
+

NOTES :-

ORIGINAL SIZE:A1
1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
6.TOP BARS IN SLAB SHALL BE LAPPED AT MID SPAN.
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
7. BOTTOM BARS IN SLAB SHALL BE LAPPED AT END ONE THIRD OF PROJECT:
OTHERWISE. DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT DATE:
SPAN. a) IITM-DOE-NMPT-BS-AS-109-01
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 03.12.2021
8. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50% LAYOUT & RC DETAILS OF APPROCH STRUCTURE SLAB (SHEET 2 OF 2)
TO MEAN SEA LEVEL. DRAWING TITLE:
OF STEEL IS LAPPED AT ANY LOCATION.
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
9. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE Scale as shown
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 109-02
A KEPT STAGGERED. REV 0 A
4.CLEAR COVER TO THE MAIN REINFORCEMENT FOR
SLAB SHOULD BE 75MM. ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED OF TEC
TE HN
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
500 MPa (Fe500). DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

H H

G G

F G H I J K L

34000

2000 5000 5000 5000 5000 5000 5000 2000

F F

1000

52
55
E E

10000
7350
A

53
54
1650
D D

SERVICE TRENCH
A 1000 X 850 mm
(TYP.)

SERVICE TRENCH LAYOUT OF APPROACH STRUCTURE


SCALE 1:50

C C

B B

1. FOR GENERAL ARRANGEMENT REFER LAYOUT

ORIGINAL SIZE:A1
NOTES :- CLIENT: NEW MANGLORE PORT TRUST
DRAWING NO :
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED a) IITM-DOE-NMPT-BS-AS-100-01 DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
OTHERWISE. PROJECT: DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT
b) IITM-DOE-NMPT-BS-AS-100-02 DATE:
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT c) IITM-DOE-NMPT-BS-AS-100-03 03.12.2021
TO CHART DATUM. DRAWING TITLE: LAYOUT & RC DETAILS OF APPROCH STRUCTURE SERVICE TRENCH (SHEET 1 OF 2)
d) IITM-DOE-NMPT-BS-AS-100-04
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40 e) IITM-DOE-NMPT-BS-AS-100-05 Scale as shown
A WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. f ) IITM-DOE-NMPT-BS-AS-100-06 DRAWING NO: IITM - DOE - NMPT - BS- AS - 110-01 A
REV 0
4.CLEAR COVER TO THE MAIN REINFORCEMENT FOR g) IITM-DOE-NMPT-BS-AS-100-07
SIDE WALL AND SLAB SHOULD BE RESPECTIVELY 50MM AND 40MM. h) IITM-DOE-NMPT-BS-AS-100-08 ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED i) IITM-DOE-NMPT-BS-AS-100-09 OF TEC
TE HN
TU
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF 500 MPa.

OL
j) IITM-DOE-NMPT-BS-AS-100-10

TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
6. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE KEPT DESCRIPTION

DIA
k) IITM-DOE-NMPT-BS-AS-100-11 REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
STAGGERED. l) IITM-DOE-NMPT-BS-AS-100-12 DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
12 11 10 9 8 7 6 5 4 3 2 1

TOP PRECAST SLAB 54 1500


200MM THK.
53
H H
SIDE WALL 1500
250MM THK. 1000
250 1000 250

T20 @ 150 C/C


200

T20 @ 150 C/C


1250
G 850 G

1500
1 1
200
T20 @ 150 C/C

2 2

T20 @ 150 C/C

BOTTOM SLAB TOP PRECAST SLAB


F
200MM THK. SCALE -1:15 F

1000

200
T20 @ 150 C/C T20 @ 150 C/C

E CROSS SECTION ON A-A E


SCALE -1:20 BOTTOM CAST INSITU SLAB
SECTION ON 1-1
SCALE -1:15
SCALE -1:15

1500

200
1 1 1 1
D 8 - T16 4 D
T16 @ 1000C/C 5 1 1 1 1
1 1 1 1
2 - T16 3 6X2 - T16 1 T20 @ 150 C/C
1 1 1 1 T20 @ 150 C/C
(BOTH WAYS) 3 1 1 1 1
1 1 1 1 SECTION ON 2-2
SCALE -1:15

200
100
S2 S2
44 4 4
44
4 4
4 4
4 4
4 4 4 4

100
T10 @ 200C/C S2 3 3 3 3
S1 S1

C C
3 3 3 3

850
T10 @ 200C/C S1
32Ø BAR

5 T16 @ 1000C/C 2 2 2 2 T16 @ 1000C/C 5

300
6X2 - T16 2 2 2 2 2
3 2 2 2 2
T16 @ 1000C/C 2 2 2 2
5 2 2 2 2 300 100 300
2 2 SECTION ON 3-3 2 2
B FRONT VIEW OF SERVICE TRENCH SIDE WALL DETAILS OF LIFTING HOOK B
SCALE -1:15 SCALE -1:15 (2 NOS)
Scale 1:15

NOTES :-

ORIGINAL SIZE:A1
1. THIS DRAWING SHALL BE READ IN CONJUNCTION CLIENT: NEW MANGLORE PORT TRUST
6.TOP BARS IN WALL AND SLAB SHALL BE LAPPED AT MID SPAN.
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS NOTED WITH LATEST STRUCTURAL DRAWING NO : DETAILED PROJECT REPORT FOR THE PROPOSED DEVELOPMENT OF ADDITIONAL
7. BOTTOM BARS IN WALL AND SLAB SHALL BE LAPPED AT END PROJECT:
OTHERWISE. DEEP DRAFT GENERAL CARGO BERTH (BERTH NO.17) AT NEW MANGLORE PORT DATE:
ONE THIRD OF SPAN. a) IITM-DOE-NMPT-BS-AS-110-01
2. ALL LEVELS INDICATED ARE IN METERS WITH RESPECT 03.12.2021
8. LAP SHALL BE STAGGERED SUCH THAT NOT MORE THAN 50% LAYOUT & RC DETAILS OF APPROCH STRUCTURE SERVICE TRENCH (SHEET 2 OF 2)
TO MEAN SEA LEVEL. DRAWING TITLE:
OF STEEL IS LAPPED AT ANY LOCATION.
3. CONCRETE GRADE FOR ALL RC STRUCTURE SHALL BE M40
9. LAP LENGTH Ld SHALL BE 50TIMES DIA OF THE BAR SHALL BE Scale as shown
WITH MINIMUM 28 DAYS CHARACTERISTIC STRENGTH OF 40 MPa. DRAWING NO: IITM - DOE - NMPT - BS - AS - 110-02
A KEPT STAGGERED. REV 0 A
4.CLEAR COVER TO THE MAIN REINFORCEMENT FOR
SIDE WALL AND SLAB SHOULD BE RESPECTIVELY 50MM AND 40MM. ENGINEERING FIRM:
5. STEEL GRADE FOR ALL REINFORCEMENTS USED OF TEC
TE HN
IN RC STRUCTURES SHALL BE MINIMUM YIELD STRESS OF TU

OL
TI
Prof.S.A.SANNASIRAJ Prof. K. MURALI

OG
N I NS
DDMMYY INIT. SIGN. INIT. SIGN. INIT. SIGN.

Y MADRA
500 MPa (Fe500). DESCRIPTION

DIA
REV.

IN
DEPARTMENT OF OCEAN ENGINEERING,IIT MADRAS, CHENNAI - 36

S
DATE DRAWN CHECKED APPROVED
12 11 10 9 8 7 6 5 4 3 2 1
Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

ANNEXURE - D

Client: New Mangalore Port Trust, Mangalore 1


Detailed Project Report for the proposed Development of Additional deep draft General
cargo berth (Berth No.17) at New Mangalore Port

BILL OF QUANTITY AND COST ESTIMATION FOR BERTHING JETTY AND


APPROACH JETTY

Note:

The founding level of berthing jetty and approach jetty is (-)30m and (-)29m respectively.
While driving the pile for the hard rock stratum, Minimum 3D (3 times the diameter of the pile)
should be embedded into it. However, for BOQ purposes, we considered the founding depth of
the berthing jetty pile as (-)30 and the Approach jetty as (-)29m.

Reference:

Public works, Ports & Inland Water Transport Department Mangaluru Circle, Mangaluru –
2018 to 2019 Schedule of Rate. (Kulai Project)

Steel Rate - CENTRAL PUBLIC WORKS DEPARTMENT - DELHI SCHEDULE OF


RATES (Vol-I) - 2021

Client: New Mangalore Port Trust, Mangalore 2


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

BERTHING JETTY (26.05m X 348.2m)

DETAILED ESTIMATE - APPROXIMATE QUANTITY FOR BERTHING JETTY (26.05 X348.2M) (WITH OUT DREDGING PART)
SUB STRUCTURE
SI.NO DESCRIPTION OF WORK Nos LENGTH BREADTH DEPTH QTY UNITS

Positioning and setting upon and/or shifting and setting up


1
piling equipments required for

a) Piling work - 1400mm diameter 102 102 Nos


b) Piling work - 1200mm diameter 153 153 Nos
255 Nos

Supplying, fabricating and providing steel cylindrical liners


2 of 8mm thick M.S plate to the required depth for 1400mm
and 1200mm diameter piles

From cutoff level to existing sea bed level

a) Liner 8mm thick for 1400mm pile, Liners from PCL


102 (3.14X(1.4+0.008)X0.008)X7.85 27.96 791.83
(+)1.96m to sea bed (-)26

b) Liner 8mm thick for 1200mm pile, Liners from PCL


153 (3.14X(1.2+0.008)X0.008)X7.85 28.06 1022.67
(+)2.06m to sea bed (-)26

Total 1814.49
Say 1815 T

Client: New Mangalore Port Trust, Mangalore 3


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Lowering and pitching of fabricated liners of 8mm at each


3 255 255.00 Nos
pile location:

Placing, Driving the M.S liners of the specifications as per


item 2 above for 1400mm diameter and 1200mm diameter
vertical bored piles. The cost inclusive of charges for
4
transporting to the pile location, aligning, lowering, pitching
and driving the liners etc. complete as per standard
specification and as directed by the Departmental officers

a) Liner 8mm thick upto PCL 255 56.020 14285.10 Rm


Total 14285.10 Rm
Add for variation (10%) 1428.51
Total 15713.61 Rm

5 Boring for the piles to the required depth

Boring through all types of soil (in running metre)


Bored insitu Concrete Piles in Berthing jetty
A - Row piles 51 24.20 1234.20 m
B - Row piles 51 25.24 1287.24 m
C - Row piles 51 26.08 1330.08 m
D- Row piles 51 26.92 1372.72 m
E - Row piles 51 27.80 1417.80 m
Total 255 Say 6642.04 m

Client: New Mangalore Port Trust, Mangalore 4


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

6 Trimming of pile head up to cut off level 255 255 Nos

7 Dynamic pile load test


1400mm diameter and 1200mm diameter piles 5 5.00 No.

8 Integrity Test
1000mm dia piles 26 26.00 No.

9 Vertical load test


1400mm diameter and 1200mm diameter piles 5 5.00 No.

10 Pull out load test 4 4.00 No.

11 Horizontal load test 2 2.00 No.

12 Providing and placing in situ concrete of grade M40 for piles

a) Piles -1400mm dia. 102 (Πx1.4x1.4)/4 32.0 5018.26 m3


b) Piles -1200mm dia. 153 (Πx1.2x1.2)/4 32.1 5547.63 m3
Total 10565.88 m3
Say 10567 m3
13 Providing cast in situ concrete of grade M40 for Pile Muffs

Client: New Mangalore Port Trust, Mangalore 5


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Pile Muff-1 (1900 x3000 x 600mm) 51 1.9 3 0.6 174.42 m3


deduction -51 1.9 1.3 0.6 -75.58 m3
Pile Muff-2 (1700 x1700 x 500mm) 153 1.7 1.7 0.5 221.09 m3
Pile Muff-3 (1800 x1800 x 600mm) 51 1.8 1.8 0.6 99.14 m3
Say 420.00 m3

Supplying fabrication and placing of TMT, Fe 500D grade


14 (For marine construction - Corrosion resistance bars) for 10567.00 250kg/m3 2641.75 T
pile reinforcement cage
Say 2642 T

Supplying, fabricating and placing of TMT Fe500D (For


15 marine construction - Corrosion resistance bars) 420.0 275kg/m3 116 T
reinforcement for Pile Muffs
Say 116 T

DECK STRUCTURES

16 Casting of cast in situ concrete Beams of grade M40

a) Transverse Beam (Main beam)


i) Main beam (1500m x 2000m) 1 1221.9 1.5 2 3665.70 m3
Crane anchor location -1 4 3.5 2.1 2 58.80 m3
Crane anchor location -2 4 2.3 1.8 2 33.12 m3

Client: New Mangalore Port Trust, Mangalore 6


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Crane anchor location -3 4 2.65 2.1 2 44.52 m3


Crane anchor location -4 4 2.3 1.8 2 33.12 m3
Service trench side main beam 51 1.25 1.5 0.9 86.06 m3

ii) Crane beam (1500m x 2000m) 1 535.6 1.5 2 1606.80 m3


Deduction for Long beam
Crane rail provision 1 696 0.225 0.45 -70.47 m3

iii) Intermediate long beam (1200 x 2000m) 3 271.5 1.2 2 1954.80 m3

iv) Fender beam (1300 x 3000m) 3 90.3 1.3 3 1056.51 m3


Main beam portion (bottom side) 1 25.5 1.16 29.58 m3
Deduction for fender beam
Corner 3 90.3 0.16 -43.34 m3

v) Service trench wall 250mm Thick and 1.4m height 1 348.2 0.25 1.4 121.87 m3
Deduction for service trench wall
1 76.5 0.25 1.4 -26.78 m3
Corbels 2 348.2 0.015 10.45 m3
Total 8560.74 m3

Client: New Mangalore Port Trust, Mangalore 7


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

17 Casting of cast in situ concrete of grade M40 for Slab

i) Cast in situ Two way Slabs & Cantilever slabs 1 271.5 16.9 0.55 2523.59 m3
ii) Service trench bottom slab 1 271.7 1 0.2 54.34 m3
ii) Service trench Precast Top slab 1 348.2 1 0.35 121.87 m3
iii) Service trench bottom slab (Width side) 1 49.8 2.6 0.2 25.90 m3
iv) Service trench Precast Top slab 1 49.8 1 0.35 17.43 m3
v) Side wall 0.25m thick 2 49.8 0.25 1.4 34.86 m3
Total 2777.99 m3

Supplying fabricating and placing of TMT Fe500D grade


18 steel bars (For marine construction - Corrosion resistance 8560.74 225kg/m3 1926.17 T
bars) for cast in situ beams
Say 1927 T

Supplying fabricating and placing of TMT Fe500D grade


19 steel bars (For marine construction - Corrosion resistance 2777.99 180kg/m3 500.04 T
bars) for cast in situ slab
Say 501 T

Providing and laying concrete wearing coat using M30


20
Design mix concrete
100 mm thick 1 8630.40 0.1 863.04 m3
Deduction for crane rail areas 1 313.20 0.1 -31.32 m3

Client: New Mangalore Port Trust, Mangalore 8


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Total 831.72 m3
21 Crane rail provision
(i) Supply and fix rails as per crane provisions 3 232.20 697 Rm
(i) Trench of 450mm X 225mm 3 232.20 697 Rm

(ii) Deep pockets of 75mm SQ 225mm deep 2089.8 2090 Nos

(iii) Sand fill in pocket with PCC above (M-15 grade) 3 232.20 697 Rm

22 Cone Fender 26 26 Nos


23 Bollard 26 26 Nos
24 Fixing of ladder 26 26 Nos
STONE PITCHING
25 Stone pitching

a) Toe protection for below dredging level (2m height) - 10kg to


1 354 12.5 4425 8208.38 T
50kg stones with 30% of Porosity has been considered

b) 3 layers of stone pitching (2m height) - 500kg to 1000kg


1 354 90.5 32037 59428.64 T
stones with 30% of Porosity has been considered

Total 67638 T

c) Collecting, Supplying, Placing for Non Woven Geotextile


1 354 62 21948 m2
material of 20mm thickness.

Client: New Mangalore Port Trust, Mangalore 9


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

ABSTRACT - WITH OUT DREDGING PART


SUBSTRUCTURE - BERTHING JETTY (26.05 X 348.2M)
Sl
Description of work Quantity Unit Rate Rs. Amount Rs.
No

Positioning and setting upon and/or shifting and setting up piling equipment
required for piling work at each piling locations as shown in the drawing and
1 255 Nos 150000 38250000
as directed including all labour, materials, fuel, tools, equipments etc.,
complete. For 1400mm diameter and 1200mm diameter pile.

Supplying, fabricating and providing steel cylindrical liners of 8 mm


thick M.S plate to the required depth, 1400mm and 1200mm diameter shown
2 in the drawing including gas cutting, bending, welding at yard & site,
transporting, driving of liners, all labour, materials, tools, equipments, fuel
etc., complete 1815.00 Te 72018 130712670

Note:-
1.The stiffener shall be measured under this item.
In case the soil strata found to be not good in the founding level of the liner,
extra depth may be provided as per site condition.

Client: New Mangalore Port Trust, Mangalore 10


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

a Liner 8mm thick

3 Lowering and pitching of fabricated liners of 8mm at each pile location 255.00 Nos 80000 20400000

Placing, Driving the M.S liners of the specifications as per item 2 above for
1400mm diameter and 1200mm diameter vertical bored piles. The cost
4 inclusive of charges for transporting to the pile location, aligning, lowering, 15713.61 Rm 2675 42033907
pitching and driving the liners etc. complete as per standard specification and
as directed by the Departmental officers

Boring for the piles to the required depth through all types of soil strata
including cemented sand, boulder layers , weathered rock and hard rock if any
upto the founding level and stacking the bored soil at convenient place and
transported to the low lying area anywhere inside /outside the harbour area
within a lead of 4 km or as directed by the Engineer’s representative and pile
shaft cleaning and keeping of all records etc. including bentonite solution,
5 6642 Rm 17474 116062937
labour, tools, equipment, fuel etc..all as per drawing, specification etc
complete as directed.
Note:
i)In case the soil stratum at the founding level is loose the Engineer or his
representative may direct the contractor to carryout additional length of
boring.

Client: New Mangalore Port Trust, Mangalore 11


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

ii)The sample of bored materials of regular interval shall be collected and


produced for the verification of the Engineer or his representative at no extra
cost in the event of any dispute about the type of strata bored the samples so
collected shall be referred to an authorized laboratory / agency identified by
the Engineer and the decision of such authorized laboratory / agency is final
and binding on both parties. However, the cost of such testing shall be borne
by the contractor
iii)Boring through all type of soil strata means soft soil, weathered rock,
cemented sand, boulders and hard rock etc.,
iv)The boring in all type of soil measurement will be made on the basis of
depth of boring from encountered soft soil level to founding/pile termination
level. Then boring in hard rock shall be measured from level of encountered
hard rock to pile termination level.

v) All the boring depths shall be jointly measured actually at site and Engineer
in-charge decision is final.

Trimming of pile heads built up above the cut off level (casted minimum 1m
above the required cut off level) and/ or as directed and stacking the debris at
convenient place and transported to the low lying area anywhere inside/
outside the port premises with in a lead of 4 K.M or all as directed by the
6 engineers representative and all associated cleaning of projecting 255 Nos 10000 2550000
reinforcements including all labour cutting the excess liner up to cut off level,
materials, tools, equipments, fuel, shifting of scrap liner to the designated
location etc. complete all as directed.( The excess liner scrap material is
property of the contractor)

Client: New Mangalore Port Trust, Mangalore 12


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Dynamic pile load test (High strain Dynamic testing) perform Non-
Destructive Integrity test of piles of size 1400 dia and 1200mm dia according
to the approved Specifications and as directed by the Engineer or his
representative all as per relevant BIS/ASTM codes including all labour, tool.
Equipments, plant, etc., complete.
Providing, conducting of routine Dynamic high strain testing using pile
Driving analyzer by impacting a 1.5 percent weight of capacity of pile with a
fall varying from 1m to 3m including preparing head, providing ply and steel
plates, fixing strain gauges etc. all conforming to ASTMD4945. Further
include evaluating and submitting report covering

Providing, conducting of routine Dynamic high strain testing using pile


Driving analyzer by impacting a 1.5 percent weight of capacity of pile with a
7 5 Nos 1500000 7500000
fall varying from 1m to 3m including preparing head, providing ply and steel
plates, fixing strain gauges etc. all conforming to ASTMD4945. Further
include evaluating and submitting report covering

i) True static capacity of the pile at the time of testing

ii) Simulated static load test curve

iii) Total skin friction and end bearing of pile

iv) Skin friction variation along the length of the pile

v) Compressive and tensile stresses developed in pile during testing

vi) Net and total displacement of the pile

Client: New Mangalore Port Trust, Mangalore 13


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

INTEGRITY TEST ON WORKING PILES


Conduct non-destructive integrity test on working piles using low strain sonic
8 26 Nos 25000 650000
diagnostic system as specified and as directed by the Engineer for 1400 mm
dia and 1200mm dia piles

ROUTINE VERTICAL LOAD TEST


9 Supply necessary kentledge and perform vertical load tests on the marine piles 5.00 Nos 1000000 5000000
according to the specification for 1400 mm dia and 1200mm dia piles

10 Pull out load test - 1400 & 1200 dia piles according to the specification 4.00 No. 8000000 32000000

11 Horizontal load test - 1400 and 1200 dia piles 2.00 No. 7500000 15000000

Providing and placing in-situ concrete of grade M40 for piles using
tremmie method up to cut off level underneath the bentonite slurry including
all sampling testing and records and all labour, materials, tools, equipment,
fuel, etc., complete.,
12 Note: 10567.0 m3 8047 85032649
Supply, fabrication of steel reinforcement shall be measured and paid under
relevant item.
( Rate shall include the cost of providing additional concrete above the cut-off
level)

Client: New Mangalore Port Trust, Mangalore 14


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Providing and placing in-situ concrete of grade M40 for pile muff using
tremmie method up to cut off level underneath the bentonite slurry including
all sampling testing and records and all labour, materials, tools, equipment,
13 fuel, etc., complete., 420 m3 8047 3379740
Note:
Supply, fabrication of steel reinforcement shall be measured and paid under
relevant item.

Supplying, fabricating and placing of TMT, Fe500D grade steel (For


marine construction - Corrosion resistance bars) for pile reinforcement
14 cage in piles including welding, binding, with binding wire all as per drawing, 2642 Te 89650 236855300
technical specifications and including all labour, materials, tools transport,
cage lowering, equipments, fuel etc., complete

Supplying, fabricating and placing TMT, Fe500D grade steel (For marine
construction - Corrosion resistance bars) for reinforcement of pile muff
15 including welding, binding, with binding wire all as per drawing, technical 116 Te 89650 10354575
specifications and including all labour, materials, tools transport, cage
lowering, equipments, fuel etc., complete.

DECK STRUCTURES

Client: New Mangalore Port Trust, Mangalore 15


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Casting of cast in situ cement concrete Beams of grade M40 of various


sizes as shown in the drawing and or any other size as directed to suit the site
16 condition including shuttering,/ formwork mixing, transporting, placing,
vibrating, curing the concrete and all labour, materials, tools, equipment, fuel,
all sampling, testing and records etc., complete.
8561 m3 8047 68888271
Note:

1. Supply , Fabrication of steel reinforcement shall be measured and paid


under relevant item of Bill no: 1

2. Placing the precast units shall be measured and paid under relevant item
of Bill No:2

Providing and placing cast in situ concrete of grade M40 for slabs and
Precast service trench slab) all as per drawing and or as directed by the
17 Engineer including provision of shuttering, mixing, transporting ,placing,
vibrating, curing the concrete including all labour, materials, tools,
2778.0 m3 8047 22354473
equipment, fuel and all sampling, testing and records etc., complete.

Note:
Supply , Fabrication of steel reinforcement shall be measured and paid under
relevant item of Bill no: 1

Client: New Mangalore Port Trust, Mangalore 16


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Supplying, fabricating and placing of TMT, Fe500D grade steel bars (For
marine construction - Corrosion resistance bars) for Cast in situ beams
including lifting hooks for precast units and cutting, bending, welding,
18 1927.2 Te 89650 172773480
binding wire all as per technical specification, drawing, including all labour,
materials tools, equipment, fuel and all sampling, testing and records etc.,
complete.

Supplying, fabricating and placing of TMT, Fe500D grade steel bars (For
marine construction - Corrosion resistance bars) for Cast in situ slabs
including lifting hooks for precast units and cutting, bending, welding,
19 501.0 Te 89650 44914650
binding wire all as per technical specification, drawing, including all labour,
materials tools, equipment, fuel and all sampling, testing and records etc.,
complete.

Providing and placing in-situ grade M30 for wearing coat concrete over
the deck slab, all as per drawings with necessary shuttering, mixing,
20 transporting, placing, vibrating, finishing and curing the concrete including all 831.7 m3 5262 4376511
labour, materials tools, equipment, fuel and all sampling, testing and records
etc., complete

Construction of 450mm wide x 225mm deep continuous notch and


intermediate pockets for installation crane rail and bolts on berth deck as

21 per

a) Construct 450 mm wide x 225mm deep continuous notch line and levels for
697 Rm 1200 835920
crane rail as per drawing.

Client: New Mangalore Port Trust, Mangalore 17


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

b) Construct 75mm SQ x 225mm deep pockets on R.C.C Deck as per


2090 Nos 200 417960
drawing.

c) Filling of 75mm SQ. pockets (in above item-b) with sand and 450mm wide
x 225mm deep continuous notch (in above item-a) with PCC of grade M-15 697 Rm 600 417960
upto the finished screed level on deck.

Supplying, handling, transporting and fixing in position of (Super Cone


Fender 1800 CV F1.7) with anchor bolts, U hooks, Chains, cutting, concrete
chipping, drilling, grouting, necessary welding with deck reinforcement steel
22 26 Nos 1000000 26000000
and necessary coal tar painting (wherever required) including all materials,
labour, consumable items, machineries, tools, tackles,transportation etc... and
complete as per Engineer Incharge.

Supplying, handling, transporting and fixing in position of Bollard (150 ton


capacity) with necessary cutting, concrete chipping, drilling, grouting,
23 welding with deck reinforcement steel and necessary coal tar painting 26 Nos 150000 3900000
(wherever required) including all materials, labour , consumable items etc.
complete as per drawing and specifications as directed by the EIC.

Client: New Mangalore Port Trust, Mangalore 18


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Fabrication and fixing of steel ladder of size (3.75m x 0.44m) using 75 x 20


mm .M.S Flat (2Nos. 3.75m) and 25mm dia M.S bar 44cm long at 30cm .
Centre as cross bars and to welded with 2 nos . M.S flat (75 x 20mm) to a
length of 35cm with 7cm length 25mm dia M.S bar (cross wire) to hold the
24 ladder, drilling holes at M.S flat for holding M.S bar and welded and painting 26 Nos 150000 3900000
the steel ladder with one coat of red oxide primer and two coats of anti-
corrosive black paint and fixing the ladder in the sea side wharf as per
standard specifications and as directed by the EIC. The cost inclusive of all
materials and fabrication charges, labour for fixing in position etc. complete
complying with AISS and as directed by the EIC.

a) & b) Stone pitching work for as per standard specifications and directed
by EIC. The cost inclusive of all materials, labour, machinery, transportation, 67638 T 1200 81165600

25 etc.,

c) Collecting, Supplying, Placing for Non-Woven Geotextile material of


21948 m2 160 3511680
20mm thickness.

Total (X) 1179238283

Electrical work at 10% of (X) 117923828

Plumbing work at 5% (X) 58961914

Client: New Mangalore Port Trust, Mangalore 19


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Firefighting at 5% (X) 58961914

Contingency - Miscellaneous items at 5% of (X) 58961914

Establishment and PMC charge at 7% of (X) 82546680

Round off 5467

Total Amount Rs. (INR) 1556600000

Total Amount Rs. (INR) in Crore 155.66

One fifty-five crores sixty-six lakhs rupees only

APPROACH JETTY- 2 Nos (10m x 34m)

DETAILED ESTIMATE - APPROXIMATE QUANTITY FOR APPROACH JETTY (WITH OUT DREDGING PART)

SUB STRUCTURE
SI.NO DESCRIPTION OF WORK Nos LENGTH BREADTH DEPTH QTY UNITS

Positioning and setting upon and/or shifting and setting up piling


1
equipments required for
a) Piling work - 1000mm diameter 28 28 Nos

Client: New Mangalore Port Trust, Mangalore 20


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

28 Nos
Supplying, fabricating and providing steel cylindrical liners of 8mm
2
thick M.S plate to the required depth for 1000mm diameter piles

From cutoff level to existing sea bed level

a) Liner 8mm thick for 1000mm pile, Liners from PCL (+)2.26m to sea
28 (3.14X(1.0+0.008)X0.008)X7.85 28.26 157.28
bed (-)26

Total 157.28
Say 158 T

Lowering and pitching of fabricated liners of 8mm at each pile


3 28 28.00 Nos
location:

Placing, Driving the M.S liners of the specifications as per item 2


above for 1000mm diameter vertical bored piles. The cost inclusive of
4 charges for transporting to the pile location, aligning, lowering,
pitching and driving the liners etc. complete as per standard
specification and as directed by the Departmental officers

a) Liner 8mm thick upto PCL 28 28.3 791.28 Rm


Total 791.28 Rm
Add for variation(10%) 79.13
Total 870.41 Rm

5 Boring for the piles to the required depth

Client: New Mangalore Port Trust, Mangalore 21


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Boring through all types of soil (in running metre)


Bored insitu Concrete Piles in Approach jetty (2 Units)
F - Row piles 4 27.70 110.80 m
G - Row piles 4 28.50 114.00 m
H - Row piles 4 29.20 116.80 m
I- Row piles 4 30.00 120.00 m
J - Row piles 4 30.70 122.80 m
K - Row piles 4 31.50 126.00 m
L - Row piles 4 32.30 129.20 m
Total 28 Say 839.60 m

6 Trimming of pile head up to cut off level 28 28 Nos

7 Dynamic pile load test


1000mm diameter 1 1.00 No.

8 Integrity Test
1000mm dia piles 2 2.00 Nos

9 Vertical load test


1000mm diameter 1 1.00 No.

10 Pull out load test 1 1.00 No.

Client: New Mangalore Port Trust, Mangalore 22


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

11 Horizontal load test 1 1.00 No.

12 Providing and placing in situ concrete of grade M40 for piles

a) Piles -1000mm dia. 28 (Πx1.0x1.0)/4 38.3 841.38 m3


Total 841.38 m3
Say 842 m3
13 Providing cast in situ concrete of grade M40 for Pile Muffs

Pile Muff (1400 x1400 x 500mm) 28 1.4 1.4 0.5 27.44 m3


Say 28.00 m3

Supplying fabrication and placing of TMT, Fe 500D grade (For


14 marine construction - Corrosion resistance bars) for pile 842.00 250kg/m3 210.50 T
reinforcement cage
Say 211 T

Supplying, fabricating and placing of TMT Fe500D (For marine


15 construction - Corrosion resistance bars) reinforcement for Pile 28.0 275kg/m3 8 T
Muffs
Say 8 T

Client: New Mangalore Port Trust, Mangalore 23


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

DECK STRUCTURES

16 Casting of cast in situ concrete Beams of grade M40

a) Transverse Beam (Main beam)


i) Main beam (1000m x 1800m) 1 140 1 1.8 252.00 m3

ii) Long beam (800m x 1800m) 1 108 0.8 1.8 155.52 m3


iii) Service trench wall 250mm Thick and 1.4m height 1 68 0.25 1.4 23.80 m3
Deduction for service trench wall
1 14 0.25 1.4 -4.90 m3
Corbels 2 68 0.015 2.04 m3
Total 428.46 m3

17 Casting of cast in situ concrete of grade M40 for Slab

i) Cast in situ Two way Slabs & Cantilever slabs 1 54 7.15 0.5 193.05 m3
ii) Service trench bottom slab 1 54.2 1 0.2 10.84 m3
ii) Service trench Precast Top slab 1 68.2 1 0.35 23.87 m3
Total 227.76 m3

Client: New Mangalore Port Trust, Mangalore 24


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Supplying fabricating and placing of TMT Fe500D grade steel bars


18 (For marine construction - Corrosion resistance bars) for cast in situ 428.46 225kg/m3 96.40 T
beams
Say 97 T

Supplying fabricating and placing of TMT Fe500D grade steel bars


19 (For marine construction - Corrosion resistance bars) for cast in situ 227.76 180kg/m3 41.00 T
slab
Say 42 T

Providing and laying concrete wearing coat using M30 Design mix
20
concrete
100 mm thick 1 486.20 0.1 48.62 m3
Total 48.62 m3

ABSTRACT - WITH OUT DREDGING PART

SUBSTRUCTURE - APPROACH JETTY (2 Nos)

Sl
Description of work Quantity Unit Rate Rs. Amount Rs.
No

Client: New Mangalore Port Trust, Mangalore 25


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Positioning and setting upon and/or shifting and setting up piling equipment
required for piling work at each piling locations as shown in the drawing and
1 28 Nos 150000 4200000
as directed including all labour, materials, fuel, tools, equipments etc.,
complete For 1000mm diameter pile.

Supplying, fabricating and providing steel cylindrical liners of 8 mm


thick M.S plate to the required depth, 1000mm diameter shown in the
2
drawing including gas cutting ,bending, welding at yard & site, transporting,
driving of liners, all labour, materials, tools, equipments, fuel etc., complete

Note:- 158.00 Te 72018 11378844

1.The stiffener shall be measured under this item.


In case the soil strata found to be not good in the founding level of the liner,
extra depth may be provided as per site condition.
a Liner 8mm thick

3 Lowering and pitching of fabricated liners of 8mm at each pile location 28.00 Nos 80000 2240000

Placing, Driving the M.S liners of the specifications as per item 2 above for
1000mm diameter vertical bored piles. The cost inclusive of charges for
4 transporting to the pile location, aligning, lowering, pitching and driving the 870.41 Rm 2675 2328341
liners etc. complete as per standard specification and as directed by the
Departmental officers

Client: New Mangalore Port Trust, Mangalore 26


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Boring for the piles to the required depth through all types of soil strata
including cemented sand, boulder layers , weathered rock and hard rock if any
upto the founding level and stacking the bored soil at convenient place and
transported to the low lying area anywhere inside /outside the harbour area
within a lead of 4 km or as directed by the Engineer’s representative and pile
shaft cleaning and keeping of all records etc. including bentonite solution,
labour, tools, equipment, fuel etc..all as per drawing, specification etc
complete as directed.
Note:
i)In case the soil stratum at the founding level is loose the Engineer or his
5 representative may direct the contractor to carryout additional length of 840 Rm 17474 14671170
boring.
ii)The sample of bored materials of regular interval shall be collected and
produced for the verification of the Engineer or his representative at no extra
cost in the event of any dispute about the type of strata bored the samples so
collected shall be referred to an authorized laboratory / agency identified by
the Engineer and the decision of such authorized laboratory / agency is final
and binding on both parties. However the cost of such testing shall be borne
by the contractor
iii)Boring through all type of soil strata means soft soil, weathered rock,
cemented sand, boulders and hard rock etc.,

Client: New Mangalore Port Trust, Mangalore 27


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

iv)The boring in all type of soil measurement will be made on the basis of
depth of boring from encountered soft soil level to founding/pile termination
level. Then boring in hard rock shall be measured from level of encountered
hard rock to pile termination level.

v) All the boring depths shall be jointly measured actually at site and
Engineer in-charge decision is final.

Trimming of pile heads built up above the cut off level (casted minimum 1m
above the required cut off level) and/ or as directed and stacking the debris at
convenient place and transported to the low lying area any where inside/
outside the port premises with in a lead of 4 K.M or all as directed by the
6 engineers representative and all associated cleaning of projecting 28 Nos 10000 280000
reinforcements including all labour cutting the excess liner up to cut off level,
materials, tools, equipments, fuel, shifting of scrap liner to the designated
location etc. complete all as directed.( The excess liner scrap material is
property of the contractor)
Dynamic pile load test (High strain Dynamic testing) perform Non-
Destructive Integrity test of piles of size 1000mm dia according to the
7 approved Specifications and as directed by the Engineer or his representative 1 Nos 1500000 1500000
all as per relevant BIS/ASTM codes including all labour, tool. Equipments,
plant, etc., complete.

Client: New Mangalore Port Trust, Mangalore 28


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Providing, conducting of routine Dynamic high strain testing using pile


Driving analyzer by impacting a 1.5 percent weight of capacity of pile with a
fall varying from 1m to 3m including preparing head, providing ply and steel
plates, fixing strain gauges etc. all conforming to ASTMD4945. Further
include evaluating and submitting report covering

Providing, conducting of routine Dynamic high strain testing using pile


Driving analyzer by impacting a 1.5 percent weight of capacity of pile with a
fall varying from 1m to 3m including preparing head, providing ply and steel
plates, fixing strain gauges etc. all conforming to ASTMD4945. Further
include evaluating and submitting report covering

i) True static capacity of the pile at the time of testing

ii) Simulated static load test curve

iii) Total skin friction and end bearing of pile

iv) Skin friction variation along the length of the pile

v) Compressive and tensile stresses developed in pile during testing

vi) Net and total displacement of the pile

INTEGRITY TEST ON WORKING PILES


Conduct non-destructive integrity test on working piles using low strain sonic
8 2 Nos 25000 50000
diagnostic system as specified and as directed by the Engineer for 1000mm
dia piles

Client: New Mangalore Port Trust, Mangalore 29


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

ROUTINE VERTICAL LOAD TEST


9 Supply necessary kentledge and perform vertical load tests on the marine 1.00 No 1000000 1000000
piles according to the specification for 1000mm dia piles

10 Pull out load test - 1000 dia piles according to the specification 1.00 No 8000000 8000000

11 Horizontal load test - 1000 dia piles 1.00 No 7500000 7500000

Providing and placing in-situ concrete of grade M40 for piles using
tremmie method up to cut off level underneath the bentonite slurry including
all sampling testing and records and all labour, materials, tools, equipment,
fuel, etc., complete.,
12 Note: 842.0 m3 8047 6775574
Supply, fabrication of steel reinforcement shall be measured and paid under
relevant item.
( Rate shall include the cost of providing additional concrete above the cut-off
level)
Providing and placing in-situ concrete of grade M40 for pile muff using
tremmie method up to cut off level underneath the bentonite slurry including
all sampling testing and records and all labour, materials, tools, equipment,
13 fuel, etc., complete., 28 m3 8047 225316
Note:
Supply, fabrication of steel reinforcement shall be measured and paid under
relevant item.

Client: New Mangalore Port Trust, Mangalore 30


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Supplying, fabricating and placing of TMT, Fe500D grade steel (For


marine construction - Corrosion resistance bars) for pile reinforcement
14 cage in piles including welding, binding, with binding wire all as per drawing, 211 Te 89650 18916150
technical specifications and including all labour, materials, tools transport,
cage lowering, equipments, fuel etc., complete

Supplying, fabricating and placing TMT, Fe500D grade steel (For marine
construction - Corrosion resistance bars) for reinforcement of pile muff
15 including welding, binding, with binding wire all as per drawing, technical 8 Te 89650 690305
specifications and including all labour, materials, tools transport, cage
lowering, equipments, fuel etc., complete.

DECK STRUCTURES

Casting of cast in situ cement concrete Beams of grade M40 of various


sizes as shown in the drawing and or any other size as directed to suit the site
16 condition including shuttering, / formwork mixing, transporting, placing,
vibrating, curing the concrete and all labour, materials, tools, equipment, fuel,
428 m3 8047 3447818
all sampling, testing and records etc., complete.

Note:

1. Supply , Fabrication of steel reinforcement shall be measured and paid


under relevant item of Bill no: 1

Client: New Mangalore Port Trust, Mangalore 31


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

2. Placing the precast units shall be measured and paid under relevant item
of Bill No:2

Providing and placing cast in situ concrete of grade M40 for slabs and
Precast service trench slab) all as per drawing and or as directed by the
17 Engineer including provision of shuttering, mixing, transporting ,placing,
vibrating, curing the concrete including all labour, materials, tools,
227.8 m3 8047 1832785
equipment, fuel and all sampling, testing and records etc., complete.

Note:
Supply, Fabrication of steel reinforcement shall be measured and paid under
relevant item of Bill no: 1

Supplying, fabricating and placing of TMT, Fe500D grade steel bars (For
marine construction - Corrosion resistance bars) for Cast in situ beams
including lifting hooks for precast units and cutting, bending, welding,
18 97.4 Te 89650 8731910
binding wire all as per technical specification, drawing, including all labour,
materials tools, equipment, fuel and all sampling, testing and records etc.,
complete.

Supplying, fabricating and placing of TMT, Fe500D grade steel bars (For
marine construction - Corrosion resistance bars) for Cast in situ slabs
including lifting hooks for precast units and cutting, bending, welding,
19 42.0 Te 89650 3765300
binding wire all as per technical specification, drawing, including all labour,
materials tools, equipment, fuel and all sampling, testing and records etc.,
complete.

Client: New Mangalore Port Trust, Mangalore 32


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

Providing and placing in-situ grade M30 for wearing coat concrete over
the deck slab, all as per drawings with necessary shuttering, mixing,
20 transporting, placing, vibrating, finishing and curing the concrete including all 48.6 m3 8047 391245
labour, materials tools, equipment, fuel and all sampling, testing and records
etc., complete
Total (X)
97924758

Electrical work at 10% of (X) 9792476

Plumbing work at 5% (X) 4896238

Firefighting at 5% (X) 4896238

Contingency - Miscellaneous items at 5% of (X) 4896238

Establishment and PMC charge at 7% of (X) 6854733

Round off 9319

Total Amount Rs. (INR) 129270000

Twelve crores ninety-two lakhs seventy thousand rupees only

Client: New Mangalore Port Trust, Mangalore 33


DPR for the proposed Development of Additional deep draft General cargo berth (Berth
No.17) at New Mangalore Port

TOTAL COST FOR BERTHING JETTY AND APPROACH JETTY

S. No Structures Dimensions Cost (INR) in crore


1 Berthing Jetty 26.05 x 348.2m 155.66
2 Approach jetty – 2 No’s 10 x 34m 12.927
Total Cost 168.587

Client: New Mangalore Port Trust, Mangalore 34

You might also like