You are on page 1of 6

“Standard Operating Procedure for Execution of FDR Works)”

(Reference: SBD, IRC SP-89 (Part-II)-2018, IRC SP – 72- 2015 & document issued by
NRIDA-MoRD,GoI for ‘Full depth reclamation for Rehabilitation of low volume roads”, may
2022)

 To be followed by:
1. Contractor
2. Project Implementation Unit
3. Project Management Unit
 Stages:

a. Deployment of Manpower

I. A Project Head (B.Tech & Minimum 7 year experience) is to be deployed by the


contractor having responsibility for execution of FDR works of all the groups.

Stake holder – Contractor

II. Project Manager (B.Tech & Minimum 5 year experience) is to be deployed by the
contractor having responsibility for execution of FDR works of each group.

Stake holder – Contractor

III. Work Manager (B.Tech & Minimum 3 year experience) is to be deployed by the
contractor having responsibility for execution of FDR works of each group.

Stake holder – Contractor


b. Deployment of Manpower for Lab
I. 1 QC Engineer B. Tech, 3+Yrs Experience, Diploma, 8+ Years Experience
Stake holder – Contractor
II. 2 Lab Tech Diploma, 3+ Years Experience, ITI, 5+ Years Experience, 12th Pass,
8+
Stake holder – Contractor
III. Years Experience
Stake holder – Contractor
th
IV. 2 Lab Helper 12 Pass
Stake holder – Contractor

c. Deployment of Manpower of Execution


I. 4 Engineers B. Tech, 3+ Years Experience Diploma, 8+ Years Experience.
Stake holder – Contractor
II. 10 Supervisors Diploma, 3+ Years Experience I.T.I. 5+ Years Experience 12th
Pass, 8+ Years Experience
Stake holder – Contractor
III. Operators 3+ Years Experience
Stake holder – Contractor

d. Deployment of Machineries:
1. Truck mounted – PLC Controlled Cement-Binder Spreader
2. Truck mounted Water Tanker-Additive Truck – Bitumen Emulsion Truck
3. Recycler (Rotor width 2.0 meter, Minimum Engine Power 315 KW to 2.54 meter,
Minimum Engine Power 510 KW)
4. Motor Grader of Blade width 3.35/3.7/4.3 meter (160 HP to 180 HP)
5. Pad Foot Roller (20T)
6. Single Drum Soil Compactor (10 to 13 T)
7. Vibratory Tandem Roller (10 to 13 T)
8. Pneumatic Tyre Roller (10 T-14T Capacity with Ballast weight at least 18T)

e. Arrangement of CCS/Additive:
Details of Additives required to be submitted by the contractor
1. MoU signed between contractor and additive provider
2. Credentials of CCS with Manufacturer Detail
3. IRC Accreditation or Equivalent Accreditation Certificate
4. Leaching Test Report
5. Procurement Detail of the Material (submitted to the PIU time to time).

f. Collection of Representative sample for JMF (As per SOP for sample collection).

g. Submission of JMF
Following information is to be submitted to the PIU:
1. MDD and OMC
2. 7th day and 28th day UCS
3. Flexural Strength
4. Durability
5. Residual Strength

h. Stage wise Activities of Work Execution


1. Collection of Material Sample for JMF
Stake holder – PIU+PMU+Contractor
Responsible Person - JE/AE of PIU and Lab Technician
2. Procurement and Evaluation of JMF
Stake holder – PIU+PMU
Responsible Person – AE/EE of PIU and Engineer of PMU
3. Establishment of Informatory Sign Board & Citizen Information Board
Stake holder – Contractor
Responsible Person – JE/AE of PIU and QC Engineer of Contractor

4. Setting of works - Establishment of Bench Mark (RBM/TBM)/ Reference Pillers


Stake holder – Contractor
Responsible Person – JE/AE of PIU and QC Engineer of Contractor

5. Establishment of Central Laboratory and Package wise Laboratories


Stake holder – Contractor
Responsible Person – JE/AE of PIU and QC Engineer of Contractor

6. Joint Survey of the road and CD structure


Stake holder – PIU & Contractor
Responsible Person – JE/AE of PIU and QC Engineer of Contractor

7. Finalization of Road level


Stake holder – PIU & Contractor
Responsible Person – EE/SE of PIU and QC Engineer of Contractor

8. Clearing & Grubbing


Stake holder –Contractor
Responsible Person – JE of PIU and QC Engineer of Contractor
9. Execution of Embankment and Sub grade
Stake holder –Contractor
Responsible Person – JE of PIU and QC Engineer of Contractor

10. Dismantling of Existing Pavement & Spreading in required width


Stake holder –Contractor
Responsible Person – JE/AE of PIU and QC Engineer of Contractor

11. Construction of Trial Patch

Stake holder –PIU & Contractor


Responsible Person – JE/AE/EE of PIU and QC Engineer of Contractor

a. Determination of natural moisture content


b. Spreading of Cement
c. Spreading of Additive or mixing of additive in tanker
d. Pulverization
e. Compaction by Padfoot Roller
f. Grading by Motor grader
g. Compaction by Tandam roller/compactor
h. Compaction by PTR

Stake holder –PIU, PMU & Contractor


Responsible Person – JE/AE/EE of PIU, Engineer of PMU and QC Engineer
of Contractor

12. Results of UCS, Flexural, Durability, Residual Tests in trial patch is required. These
four results will be available approximately in two months. Therefore, as per the
Govt. Order Dated 30.05.2022 if UCS is 4.5Mpa or above work in remaining length
can be started on own risk of contractor. For which a notarized affidavit on Rs. 100
stamp paper is to be provided by contractor on the attached Format (Annexure-1).
13. Execution of Stabilization work of remaining length
As per Para-11 above.
Stake holder –PIU, PMU & Contractor
Responsible Person – JE/AE/EE of PIU, Engineer of PMU and
QC Engineer of Contractor

14. Prime coat over FDR base


Stake holder –PIU & Contractor
Responsible Person – JE/AE of PIU and QC Engineer of Contractor
15. Tack Coat
Stake holder –PIU & Contractor
Responsible Person – JE/AE of PIU and QC Engineer of Contractor

16. Laying of SAMI Layer


Stake holder –PIU, PMU & Contractor
Responsible Person – JE/AE/EE of PIU, Engineer of PMU and QC Engineer of
Contractor
17. Laying of Tack coat over SAMI layer under with BC
Stake holder –PIU, PMU & Contractor
Responsible Person – JE/AE/EE of PIU, Engineer of PMU and
QC Engineer of Contractor
18. Laying of BC
Stake holder –PIU, PMU & Contractor
Responsible Person – JE/AE/EE of PIU, Engineer of PMU and
QC Engineer of Contractor
19. Speed breaker as required
Stake holder –PIU & Contractor
Responsible Person – JE/AE of PIU and QC Engineer of Contractor

20. Construction of Side drains and paneled concrete pavement in the built up area.
Stake holder –PIU & Contractor
Responsible Person – JE/AE of PIU and QC Engineer of Contractor

21. Fixing of Caution Board & Village Boards, Logo Board, Fixing of Cateyes,. Marking
of Edge Lines.
Stake holder –PIU & Contractor
Responsible Person – JE/AE of PIU and QC Engineer of Contractor

(Note: Reference Documents may be referred in case of any doubt or Clarification)


Annexure-1

Format of Affidavit
(To be submitted on the Stamp Paper of 100 Rs and notarized)

To,
The Superintending Engineer
Rural Engineering Department,
Circle …………………

Ref: Contract Bond No. …………………………. Dated ………………. for the Execution of
Construction works of UPFDR ………..…
Sir,

I, …………………………… Proprietor of
…………………..………………./Authorized Signatory of Firm
……………………….……………/Lead Partner of JV ………………………... (Strike of which
is not applicable), do solemnly affirm that –

1. I have been entrusted the work of execution of (name of work)


……………………………………… packages ………………………………………
under New Technology Full Depth Reclamation (FDR) in compliance of above
referenced Contract Bond.

2. I have submitted JMF prepared by (name of institutions as IITs/NITs/CRRI/CCS or


Additive Company Manufacturer Laboratory) ………………………………. to PIU vide
letter no. …………………. Dated ………………. which consist test results of (i) OMC
and MDD (ii) Gradation (iii) Aterberg Limits (LL, PI) (iv) Percentage of Cement and
CCS/Additive (v) 7th and 28th Day’s UCS (vi) Flexural Strength (vii) Durability and (viii)
Residual Strength. On approval of Engineer-in-Charge of PIU, trial stretch of …………
meters has been/will be executed on ……………. (date).

3. After the execution of trial patch, the core samples will be extracted by me in presence of
PMU and PIU in due course of time which will be properly sealed and packed & sent to
the IITs/NITs or CRRI as decided by the PIU.
4. If only UCS results of extracted cores from trial patch is submitted by me to the PIU
conducted from third party as mentioned Para-3, and it is found conforming to the
permissible limit/specification and as per of GO No. P-146/38-9-22-1(PMGSY)/2021
dated 30.05.2022, PIU allows to proceed the execution of FDR in remaining road length
to avoid the idling of machineries and to engage the machineries, the work of the
remaining road length will be executed by me on our risk. The remaining test result of
the trial patch will be submitted by me within stipulated period (say 54 days).

5. If, test results of remaining parameters i.e. Flexural Strength, Durability and Residual
Strength found non- conforming to the to the permissible limit/specifications as per IRC
Code, the non-conforming portion of the FDR base will be dismantled and re-executed
by me at my own cost and I am sole responsible for such circumstances.

6. In case of failure of re-execution, the Superintending Engineer of Circles/Executive


Engineer of PIU on behalf of employer will have the liberty and right to recover it’s cost
from the security deposits/performance security as per provisions of Clause-53 of GCC
of Contract Bond. If any amount is still left unrecovered, it will be a debt payable to the
employer from State PMGSY works, and/or any other State Government works including
State Public Sector works executed by me.

7. If any amount still remains unrecovered it may be recovered by the Superintending


Engineer of Circles/Executive Engineer of PIU on behalf of employer as arrears of land
revenue of contractor/firm as per Clause-53 of GGC of Contract Bond.

Enclosure: GO No. P-146/38-9-22-1(PMGSY)/2021 dated 30.05.2022

Your’s solemnly

( )
Designation- ………………

You might also like