Sei sulla pagina 1di 15

National Highways Authority of India Request for proposal

CHENNAI ENNORE PORT ROAD COMPANY LIMITED


(A SPECIAL PURPOSE VEHICLE OF NATIONAL HIGHWAYS AUTHORITY OF INDIA)

Name of the work: Annual Maintenance of Ennore Expressway from Km 0+000 to


Km 7+538, Manali Oil Refinery Road from Km 0+000 to Km
5+600, Thiruvottiyur-Ponneri-Panchetty Road from Km 4+500
to 13+500 and Inner Ring Road from Km 18+000 to 25+000 in
the State of Tamil Nadu.

NHAI/RO-Chennai/CEPC-Annual Maintenance/2019-20/05
VOLUME - II

Regional Office - Chennai


National Highways Authority of India
(Ministry of Road, Transport & Highways)
SRI Tower, 3rd Floor
DP - 34 (SP), Industrial Estate,
Guindy - Chennai-600 032
Phone No: 044 - 22252635
Fax No: 044 - 22252636
E mail: rochennai@nhai.org
National Highways Authority of India Request for proposal

SECTION: IX

BILL OF QUANTITIES
National Highways Authority of India Request for proposal

The Appendix forms part of Bid. Bidders are required to fill up all the blanks in the
form of Bid and Appendix thereto)

FINANCIAL BID FORM

To
Regional Officer,
National Highways Authority of India
SRI Tower, 3rd Floor
DP - 34 (SP), Industrial Estate,
Guindy - Chennai-600 032
Phone No: 044 - 2225235
Fax No: 044 - 22252636
E mail: rochennai@nhai.org

DESCRIPTION OF WORKS: Annual Maintenance of Ennore Expressway from Km


0+000 to Km 7+538, Manali Oil Refinery Road from Km
0+000 to Km 5+600, Thiruvottiyur-Ponneri-Panchetty
Road from Km 4+500 to 13+500 and Inner Ring Road from
Km 18+000 to 25+000 in the State of Tamil Nadu.

Reference letter No. …………………..

Dear Sir,

Having examined the site of works and Bid Documents, comprising


Instructions to Bidders, Scope of works, Conditions of Contract, Technical
Specifications, Bill of Quantities and schedules for the execution of the above
named works, we, the undersigned offer to execute and complete such works
and remedy any defects therein in conformity with the said bid
documents for the sum of Rs. (Rupees
) or such other sum as may be
ascertained in accordance with the said Bid documents.

2. We undertake, if our Bid is accepted, to commence the work within fifteen


(15) days of receipt of the order to commence, and to complete and deliver the
sections and whole of the works comprised in the Contract within the period
stated in the bid hereto.

3. If our Bid is accepted, we will furnish Performance Security (ies) in the form
of a Bank Guarantee to be jointly and severally bound on us, in accordance
with the Conditions of Contract.

4. We agree to abide by this Bid for the period of One Hundred & Twenty (120)
days from the last date fixed for Bid Submission and it shall remain binding
upon us and may be accepted at any time before the expiry of that period.
National Highways Authority of India Request for proposal

5. We confirm our agreement to treat the Bid documents and other records
connected with the works as secret and confidential documents and shall not
communicate information contained therein to any person other than the
person authorized by the Employer or use such information in any manner
prejudicial to the safety and integrity of the works.

6. Unless and until an agreement is prepared and executed, this Bid, together
with your written acceptance thereof, shall constitute a binding Contract
between us, but without prejudice to your right to withdraw such acceptance
without assigning any reasons thereof.

7. We understand that you are not bound to accept the lowest or any bid you
may receive.

Dated this _ day of 2019

Signature in the capacity of duly authorized **

To sign Bid for and on behalf of

(In block capital


letters)

Address :

Signature of Witness

Name of witness

Address of witness

** Certified copy of Power of Attorney/authorization for signature shall be


furnished by the bidder.
National Highways Authority of India Request for proposal

Bill of Quantities
9.0 Preamble

9.01 The Bill of quantities shall be read in conjunction with the Instructions to
Bidders, Conditions of Contract, Scope of Work and Specifications.

9.02 The quantities given in the Bill of quantities are estimated quantities. The
basis of payment will be actual quantities of work indented and carried out and
valued at the rates and prices tendered in the priced Bills of quantities, where
applicable and otherwise at such rates and prices as the Engineer may fix within
the terms of Contract.

9.03 The rates and prices tendered in the priced Bill of Quantities shall include all
equipment, plant, tools, spares, labour, supervision, overheads, consumables,
materials, erection, maintenance, testing of input material delivered, profit, taxes
and duties together with all general risks, liabilities and obligations set out and
implied in the Contract and other incidentals to comply with the requirements of
technical specifications and scope of work.

9.04 The rates and prices shall be quoted entirely in Indian Currency.

9.05 A rate or price shall be entered as a single rate as Tender Premium % above
/ below on the amount in General Abstract.

9.06 The whole cost of complying with the provisions of the contract shall be
included in the items provided in the priced Bill of Quantities and where no rates
are provided the cost shall be deemed to be distributed among the rates and prices
entered for the related items of work.

9.07 The contractor shall keep the entire carriageway neat and clean throughout
the contract period. The contractor shall maintain guard rails, railings, crash barriers,
road furniture etc. in good condition by cleaning them frequently as advised /
required by using suitable detergents/ chemicals.

 The staff of the contractor shall wear safety jackets, shoes, helmets etc.
while on duty and any violation will attract a fine of Rs. 5,000/- for
each incident.

 Failure to erect safety signage or trying to carry out the works without
proper precautions/safety measures as required will attract a fine of
Rs. 5,000/- for each incident.

9.08 The Tendered rate for incident Management shall include all equipment, labour,
material, consumable, tools, spares and other incidentals to comply with the
requirement of the scope of the work and technical specification.

9.09 General directions and descriptions of work and materials are not necessarily
repeated or summarized in the Bill of Quantities. Reference to the relevant
sections of the bidding document shall be made before entering rates or prices
against each item in the Bill of Quantities.
National Highways Authority of India Request for proposal

DESCRIPTION OF WORK: “Annual Maintenance of Ennore Expressway from Km


0+000 to Km 7+538, Manali Oil Refinery Road from Km 0+000 to Km 5+600,
Thiruvottiyur-Ponneri-Panchetty Road from Km 4+500 to 13+500 and Inner Ring
Road from Km 18+000 to 25+000 in the State of Tamil Nadu.”

ABSTRACT OF COST

S.No. Description Amount

1 Grand Total of BOQ Rs. 5,94,50,091/- ( Rupees Five


Crore Ninety Four Lakhs Fifty
Thousand Ninety One Only)
I/We agree to execute the above works
on the tender premium -----------% (In words ) -----------------percent
above/below the Grand Total of the Above / Below
Project Cost as given above.
National Highways Authority of India Request for proposal

Annual Maintenance estimate for Ennore Expressway from Km 0+000 to Km 7+538, Manali
Oil Refinery Road from Km 0+000 to Km 5+600, Thiruvottiyur-Ponneri-Panchetty Road from
Km 4+500 to 13+500 and Inner Ring Road from Km 18+000 to 25+000

SUMMARY

BILL NO. DESCRIPTION AMOUNT

BILL NO. 1 ROAD MAINTENANCE 2,18,62,145

ROAD PROPERTY MANAGEMENT


BILL NO. 2 87,90,080
AND OTHER MAINTENANCE

SAFETY IMPROVEMENT
Bill No. 3 2,44,40,336
(ENGINEERING WORKS)

BILL NO. 4 INCIDENT MANAGEMENT 40,97,946

BILL NO. 5 MISCELLANEOUS 2,59,584


Total Rs 5,94,50,091
National Highways Authority of India Request for proposal

Item Description of Items Unit Quantity Rate Amount


No. (in Rs.) (in Rs.)
BILL NO.1 : ROAD MAINTENANCE
1.1 Providing spot reconditioning, reconstruction and Cum 3126 347 1084722
regravelling to repair specific erosion or other damages for
restoring the eroded area to originally constructed cross
section on cuts and fills sloped/ shoulders confirming to
Tech. Specification Clause no.3002 same to the original
constructed cross section. Fill material should confirm to
Tech. specification no.305 watered and well compacted
with all leads and lifts as directed by the Engineer
(Quantity to loose fill material shall be measured for
payment)
1.2 Removal of rank vegetation/weeds and undesirable Sqm. 191800 8 1534400
vegetation within the ROW complete in all respect
including breaking of clods,rough dressing and disposal of
waste material and vegetation at a place outside ROW as
per direction of Engineer-In-Charge.
1.3 Providing repair to stone pitching/apron over/with the Sqm 347 185 64195
filter media/drainage layer at scattered locations over the
slopes of guide bunds, river training works, and road
embankments as per requirement at site and as per
Technical Specifications clause no. 2504 complete in all
respects as directed by Engineer-in-charge including
procurement of material etc.
1.4 Providing & laying 300 mm thick stone pitching covering Cum 208 1656 344448
the slopes of guide bunds/road embankments or other
location over a layer of 200 mm granular material filter
conforming to MOST Specification Clause No. 2504
complete in all respect as directed by the Engineer-in-
charge.
1.5 Clearing road side/Median open lined/ pucca RM 53000 52 2756000
drains/covered drains/piped drains including Manholes,
gratings, channels and Galis etc. of all sizes and bring them
to original shape, drainage capacity including disposal of
sediments, extraneous debris & vegetation growth
blocking the free flow from site outside ROW with all
leads and lifts complete in all respects as directed by the
Engineer in charge and as per Additional Maintenance
Standard clause no. 6.12.1. (Frequency of cleaning in
urban areas will be quarterly whereas in rural areas it will
be twice in year i.e. before and after monsoon).
1.6 Clearing slab/ box type culverts and pipe culverts
including clearing, cleaning and reshaping of upstream and
downstream faces of these culverts within right of way.
The job includes disposal of excess material recovered
from site including vegetation outside ROW with all leads
and lifts complete in all respect as per direction of
Engineer In-Charge. (Frequency of cleaning will be one
time in a year i.e. before start of monsoon).
A Slab / Box Type Culverts No. 21 2881 60501
B Pipe Culverts No. 41 2881 118121
National Highways Authority of India Request for proposal

Item Description of Items Unit Quantity Rate Amount


No. (in Rs.) (in Rs.)
1.7 Carrying out proper cleaning of carriageways, footpaths, Rmt. 979 267 261393
verges, expansion joints (for free movement), drainage Of
spouts of bridge including removal and disposal of trash, the
plastic, vegetation etc. from site outside ROW complete as Bridg
per direction of Engineer. (Frequency of cleaning will be e
two times in a year i.e. before and after the monsoon).
1.8 Carrying out proper cleaning, and removing of
dust/silt/thrash /plastic/rubbish/garbage/waste from the
carriageway, foothpaths, verges (excluding the verges of
central median) by mechanical brooms established with
vehicle tracking system and manually if required and as
directed by the Engineer-in-charge. The payment will be
made as per the report of vehicle tracking system
indicating the location and kilometers travelled and
number of passes on that stretch covering the full
kilometer. The cleaning includes full width of both sides of
carriageway and service road, if any and confirming to
6.10 of Scope of Work of Section-6 and as directed by the
Engineer-in-charge. The payment will be deducted
proportionately as per the report of VTS.
(A) With Service Road Km./ 195 8232 1605240
Mont
h
(B) Without Service Road Km./ 150 3467 520050
Mont
h
1.9 Providing treatment and repair to pot holes/ patch repair of
all types of bitumen pavement by using bitumen emulsion
complying with IS 8887 of a type and grade approved by
Engineer in charge complete as per technical specification
Clause 3004.2, IS 8887 and 507 as per approval and
direction of Engineer in charge.
a Dismantling of existing bituminous course Cum 600 309 1,85,400
b Laying of Dense bituminous macadam including tack coat Cum 300 7307 21,92,100

c Carrying out patch repair with bituminous concrete up to Sqm. 31230 319
40 mm thickness after removal of all failed material, 99,62,370
trimming of completed excavation to provide firm vertical
faces, cleaning of surface, painting of tack coat on the
sides & base of excavation as per clause no. 503, back
filling the patch with hot bituminous concrete as per
clause no. 507. Compacting trimming & finishing the
surface to form a smooth continuous surface all as per
clause no. 3004.2 of Technical Specification.
1.10 Plain / Reinforced Cement concrete of specified mix as
under with stone aggregates 20mm nominal size
mechanically mixed and vibrated in foundation, sub-
structure and superstructure including shuttering/
formwork conforming to MOST Specification Clause no.
1000, 1500 & 1700
a) Cement concrete M 20 grade mtr 150 5918 887700
b) Cement Concrete M 35 grade mtr 25 6533 163325
National Highways Authority of India Request for proposal

Item Description of Items Unit Quantity Rate Amount


No. (in Rs.) (in Rs.)
1.11 Dismantling structures and pavement including disposal of
resultant material and / salvaging the useful material
complete as per technical specification clause no. 202
complete in all respect as per direction of the Engineer.
a) Plain concrete Cum 20 444 8880
b) RCC including clearing ,straightening and cutting of bars Cum 20 809 16180
and separating out of RCC
1.12 Repair of localized failed areas of PQC by marking the Sqm. 30.00 2749 82470
area, removing the failed area using jack hammer, saw
cutting to full depth of PQC, replacing membrane, clearing
the area from dust and debris. Placing M-40 grade PQC in
a depth equivalent to the existing depth of PQC and
installing existing expansion joint/other joint (if there was
one).
1.13 Repair of transverse joints of cement concrete pavement Rmt. 50.00 50 2500
involving removal of old joint sealant and sealing with
fresh sealant (Poly sulphide) including repair of spalled /
broken edges of joints with Epoxy mortar complete as per
clause no. 3005 of Technical Specifications.
1.14 Full depth repair of PQC slab by removing the entire slab Sqm. 5.00 2430 12150
& DLC & underneath layers if required. Placing separation
membrane, dowel bars 32mm dia X 500 mm long & tie
bars 16 mm dia X 750 mm long, placing DLC if removed
& PQC M-40 grade complete as per the provision of IRC-
15 and as per directions of Engineer-In-Charge.
TOTAL FOR BILL NO 1 2,18,62,145
BILL NO 2 : ROAD PROPERTY MANAGEMENT AND OTHER MAINTENANCE
Maintenance of existing plants.
2.1 Planting and Maintaining of Flowering Plants and Shrubs
(b) Maintenance of flowering plants and shrubs in central Km/y 6.38 302906 1932540
verge for one year ear
2.2 Painting with higloss synthetic enamel paint two coats to
give an even and smooth surface for protection of exposed
concrete/masonry portion of Bridges/CD works/ parapet,
kerb painting and repairing wherever necessary, complete
as per approval of Engineer.
A Old existing surface Sqm 72000.000 94 6768000
2.3 Carrying out repair to road signs including strengthening
resetting or otherwise repairing signs made out of Retro
Reflective sheets. Job includes patch repair to aluminium
sheet, R R Sheet, posts, signs / script and repainting of
posts at damaged location / positions with approved quality
of enamel paint complete in all respect conforming to
respective IRC/MOST specifications and as directed by
Engineer-in-charge.
A Road sign Boards mounted on single post. No. 10 564 5640
B Road sign Boards mounted on double post. No. 5 1396 6980
2.4 Painting two coats on old surface after minor repairs to
give an even and smooth surface and printing letters and
figures with 1st quality synthetic enamel paint of approved
brand and manufacture complete in all respect conforming
to respective IRC specification and as directed by
Engineer-in-charge.
National Highways Authority of India Request for proposal

Item Description of Items Unit Quantity Rate Amount


No. (in Rs.) (in Rs.)
A) Hectometre stones No 115.00 33 3795
B) Kilometre stones No 24.00 75 1800
C) 5th Kilometre stones No 5.00 155 775
2.5 Providing and fixing reinforced cement concrete M-15
grade 5th kilometer stones, kilometer stones and
hectometer stones of standard design as per IRC-8-1980 &
MORTH specification clause 804 including two coat
painting with synthetic enamel paint after applying
approved quality cement primer and printing letters with
approved quality synthetic enamel paint on both sides as
per MORTH specification clause 804 and as per drawing
and direction of the Engineer in charge. The job includes
fixing of these distance measuring stones at places after
dismantling of existing damaged stones, and further
disposing of dismantled material outside ROW. Rates
quoted to be inclusive of the salvage value of the useful
material obtained during the course of dismantling. The
fixing of these stones shall be done with M 10 cement
concrete as per drawing and approval of the Engineer in
charge.
A) Hectometre stones No 46 584 26864
B) Kilometre stones No 10 2202 22020
C) 5th Kilometre stones No 2 3650 7300
2.6 Painting two coats with first quality enamel paint of
approved make & quality to give an even shade including
writing, letter & figure etc. complete in all respect as per
IRC standard.
A Printing letters of CD nos Nos 62 225 13950
B Marking flood gauge and HFL Sqm 4.2 99 416
TOTAL FOR BILL NO.2 87,90,080
Bill No.3 SAFETY IMPROVEMENT (ENGINEERING WORKS)
3.1 Providing and fixing of Retro Reflectorised Cautionary,
Mandatory, and Informatory signs (without definition
board) made out of High Intensity Prismatic Grade
sheeting confirming to Type -IV standards of IRC-
67:2012 and ASTM D 4956- 09, specification and fixed
over 2 mm thick Alulminium Sheet fixed over a back
supporting frame of 25mm x 25mm x 3mm Mild Steel
angle and supported on a Mild Steel angle post 75mm x
75mm x 6mm with a clear height of not less 2.10m from
the ground level to the bottom of the sign board and 0.60m
below the ground level. The sign post should be painted as
per IRC-67: 2012 and firmly fixed to the ground by means
of properly designed foundation with M 15 grade concrete
45cm x 45cm x 60cm size including cost and conveyance
of all materials, equipments, Machinery and labour with
all leads and lifts, loading charges necessary for
satisfactory completion of the work as directed by the
Engineer in charge. High intensity Retro - Reflectro sheet
shall consist of minimum coefficient of Retro - Reflection
as per Table 6.6 of IRC-67: 2012. The retro - reflective
sheeting shall be covered under 7 years warranty issued
for field performance and a certified copy of three years
outdoor exposure report shall be obtained as perIRC-67 :
National Highways Authority of India Request for proposal

Item Description of Items Unit Quantity Rate Amount


No. (in Rs.) (in Rs.)
2012 (as per MORT&H Specification No.801)

a) Informatory Sign
i) Parking Sign 800 mm X 600 mm No. 20 4710 94200
b) Cautionary / Warning sign
i) Triangular 900 mm side No. 24 3820 91680
c) Mandatory/ Regulatory sign
i) Octagon "STOP" sign No. 6 6080 36480
ii) 600 mm dia Circular sign No. 10 3360 33600
iii) Give way sign 900 mm triangular side. No. 10 3820 38200
iv) Facility information Sign 800 x 600 No. 40 4710 188400
3.2 Providing and erecting Direction and Palce Identification No. 71 1073 766122
Retro- reflectorised signs made out of Cube Corner Micro 0
Prismatic Grade Sheeting confirming to Type -XI
standards of IRC - 67:2012 and ASTM D 4956- 09,
specification and fixed over 2 mm thick Alulminium
Sheetfixed over a back supprting frame of 25mm x 25mm
x 3mm Mild Steel angle and supported on a Mild Steek
angle post 75mm x 75mm x 6mm with a clear height of
not less 2.10m from the ground level to the bottom of the
sign board and 0.60m below the ground level. The sign
post should be painted as per IRC-67: 2012 and firmly
fixed to the ground by means of properly designed
foundation with M 15 grade concrete 45cm x 45cm x
60cm size including cost and conveyance of all materials,
equipments, Machinery and labour with all leads and lifts,
loading charges necessary for satisfactory completion of
the work as directed by the Engineer in charge. Micro
Prismatic Grade Retro - Reflectro sheet shall consist of
minimum coefficient of Retro - Reflection as per Table
6.6 of IRC-67: 2012. The retro - reflective sheeting shall
be covered under 10 years warranty issued for field
performance and a certified copy of three years outdoor
exposure report shall be obtained as perIRC-67 : 2012 (as
per MORT&H Specification No.801) (For location of
black spot, curve, sharp bend, junction, ghat roads and
critical zone applications)
National Highways Authority of India Request for proposal

Item Description of Items Unit Quantity Rate Amount


No. (in Rs.) (in Rs.)
3.3 Supplying and installation of delineators (Roadway Nos. 50 2020 101000
indicators) 95 cm high above ground level of total length
135 cm. painted black and white in 15cm wide strips fitted
with 3 nos. rectangular microprismatic reflective sheeting
fixed on 2 mm thick aluminum sheet of size 80 mm X 100
mm one in each black strip duly riveted in the rectangular
tubular section facing direction of traffic. Rectangular
Tubular section of size 100 mm X 50 mm X 3 mm
(thickness). The Tubular section of the delineator is
encased all around with steel welded wire mesh of
thickness 2.5 mm, in size 120 mm X 70 mm X 760 mm as
shown in the drawing. The welded wire mesh is painted
with two coats synthetic enamel white paint after applying
two coat red oxide primer. The delineator is embedded in
M-15 cement concrete in pit size 300 mm X 300 mm X
450 mm. The rate quoted is for the complete job as per
Drawing and direction of Engineer.
3.4 Cats Eye/Pavement Marker (NMC nail Less):- Made out No 9500 379 3600500
of Acrylic-strene-Acrylonitril or Hi-Impect polysterene
fitted with Moulded of Methacrylate (NMC) reflector cube
corner reflector design; Filled with tightly adhering
potting compound as per ASTM D788 size 11.5 cms X
7cms X 1.6 cms or 10 cms X 10 cms X 1.75 provided with
bituminous adhesive in sufficient qantity with each unit
for fixing. No nail should be allowed for fixing.
3.5 Providing and fixing retro-reflective stickers (Engineering Nos 2500 21.0 52500
grade) of size 10cm X 5cm on MBCBs and other 0
structures as per MoST Cl No. 801 and as per approval of
Engineer in charge.
3.6 Providing and marking of hot applied thermoplastic Sqm. 14700 805 11833500
compound 3 mm thick including reflectorising glass beads
@ 250 gms/ sqm area, thickness of 3 mm is exclusive of
surface applied glass beads as per IRC 35. The finished
Surface to be level, uniform and free from streaks and
holes complete in all respect. The job includes marking of
centre line, shoulder line, edge line, zebra crossing
marking, arrows and dashes marking at the junctions as
per Technical Specifications Clause 803.4 complete in all
respect and as per approval of Engineer In Charge.
3.7 Construction and laying Cast in situ cement concrete kerb Rmt. 1060 843. 893580
in M 20 grade and matching with the existing kerb section 00
complete including dismantling and disposal of existing
damaged broken kerbs as per technical Specifications
Clause 409 for kerbs (M-20 grade) The job includes
jointing of adjacent kerbs and carrying out pointing as per
existing pattern.
3.8 Repairing of damaged kerb after dismantling of the kerb Rmt. 530 338. 179140
upto minimum of 100 mm and making good the section 00
with M-20 concrete to match with the existing section
including form work, curing, painting with two coats of
first quality synthetic enamel paint etc. complete in all
respect conforming to relevant MOST Clauses and as per
direction of Engineer.
National Highways Authority of India Request for proposal

Item Description of Items Unit Quantity Rate Amount


No. (in Rs.) (in Rs.)
3.9 a) Guniting Concrete surface with Cement mortar applied Sqm. 500 1500 750000
with compressor after cleaning surface and spraying with .00
epoxy all complete as per Technical Specifications Clause
2807
3.9 b) Maintenance of single faced W-Beam metal crash barrier
having a length as specified above in meter. It includes
replacement of beam, post, spacer channels / brackets,
fastners etc. Job also includes repair of old damaged
members by straightening the members and removing &
repairing all the existing dents as well as other defects
and neatly refixing the repaired members complete in all
reaspect as per Clause 811 of Technical Specification
and as directed by Engineer in charge.
i) Beam made out cold rolled steel strip W profile of 3mm Rmt. 834 789. 657632
thick having a minimum yield strength of 2400kg/sq.cm 00
having width of 313 mm and depth of corrugation as
83mm hot dip galvanised of zinc coating @ 550 gm/sq.m
ii) Post consisting of cold rolled channel 150x75x5 mm No 834 2592 2160432
having minimum yield strength of 2400kg/sq.cm. The .00
total length of post shall be 1900mm and minimum height
of of post above concrete founation shall be 800mm hot
dip galvanized of Zinc coating @ 550 gm/sqm
iii) Spacer channels or brackets made out of CRP steel No 834 415. 345902.5
channel section 150x75x5 mm having an yield strength of 00
2400kg/sq.cm. The length of spacer channel shall be 330
mm and hot dip galvanized having zinc coating @ 550
gm/sqm
iv) Fasterners, Button head bolts 16 X 40 mm long and No. 3334 44.0 146696
20X40 Hex Bolt, with nut and washer, hot dipped 0
galvanised including tack welding to the bolt.
3.10 (a) Maintenance of existing High Mast Light and Street Light per 12.00 3048 365772
including replacement of Bulbs and other accessories, if month 1
required. (Existing)
3.10 (b) Maintenance of existing toll plaza building and generators Per 1.00 2000 200000
100KVA & 40 KVA (oil change for every 6 months ) year 00
3.10 ( Provision for monthly electricity charges for Toll plaza Per 12.00 9000 1080000
c) Month 0

3.10 ( d) Replacement of fully damaged street lights Nos 9.00 6500 585000
0
3.10 ( Maintenance of Administrative Building (AC, Fan and Per 12.00 1500 180000
e) light maintenance, septic tank cleaning, water tanks Month 0
cleaning and electrical repair works)
3.10 (f) UPS AMC charges Per 1.00 6000 60000
year 0
TOTAL FOR BILL NO.3 24440336
BILL NO. 4 : INCIDENT MANAGEMENT
4.1 Removing all types of broken down/vehicles which have Per 12 68485 821820
met with accidents from the carriageway and toeing the Month
same to proper locations i.e. nearest Police stations or
some suitable location by using 15 tonne or of more
capacity pick and carry crane, as per clause 6.4 of Scope
of Work and as per Clause 6.8 'Performance Standard' of
scope of work.
National Highways Authority of India Request for proposal

Item Description of Items Unit Quantity Rate Amount


No. (in Rs.) (in Rs.)
4.2 Providing and supply of Following manpower for misc. Man
work as when required basis as per instruction of the days
Engineer.
A Mate/ Supervisor Per Day 100 454.30 45430

B Helper/Beldar/ Coolie Per Day 100 476.00 47600

4.3 Patrolling by route patrol vehicle as per Clause 6.4 of Each 12 115675 1388100
scope of work and as per Clause 6.8 and 6.8.3 of vehicle
performance Standard of scope of work.. The route patrol per
vehicle shall be equipped with precise vehicle tracking Month
system (VTS) (of reputed ISO 9001 company) based on
Global provision system (GPS) and GSM / GPRMS
technology. The system shall include micro, live, real
time tracking web based software through which use of
GIS maps and transit, stoppage idle, over speed reports of
vehicle shall be obtained. The Route Patrol Vehicle
should be as per NHAI Policy Guidelines/Strengthening
the Incident Management Services/2018 Policy No.12.19
dated 20.03.2018.
4.4 Provision of Ambulance as per clause 6.4 of scope of Each 12 132333 1587996
work and as per clause 6.8 'Performance Standard' of vehicle
scope of work. The Ambulance should be as per NHAI per
Policy Guidelines/Strengthening the Incident Month
Management Services/2018 Policy No.12.19 dated
20.03.2018
4.5 Supply of colour photographs in three copies and two Per set 12 13500.0 162000
CDs complete as per Technical specification clause 125 0
One Set (3 copies + 2 CDs) (Every Month)
4.6 Supply of Video Cassette (CD) in three copies including Per set 3 15000.0 45000
videography of complete stretch at three stages in O&M 0
period complete as per Technical specification Clause
126 (3 Times per Year)
TOTAL FOR BILL NO. 4 40,97,946
BILL NO 5: MISCELLANEOUS
5.1 Providing Following equipments in running condition
on hire basis including running and maintenance
charges as per instructions of the Engineer including
P.O.L. complete as per specification.(Rate for net
working hours at site)
(a) JCB Per Hour 96 802.00 76992

(b) Tractor with trolly Per Hour 192 361.00 69312

(c) Genset 100 KVA Per Hour 120 694.00 83280

(d) Pumping Set 2-3 HP Per Hour 120 250.00 30000

TOTAL FOR BILL NO. 5 2,59,584


TOTAL (1+2+3+4+5) 5,94,50,091
GST @ 12% will be reimbursed upon the submission of the Proof of Remittance 71,34,011

Potrebbero piacerti anche