You are on page 1of 26

NATIONAL HIGHWAYS AUTHORITY OF INDIA

MADURAI REGION
Operation and Maintenance including Incident Management for One Year from Km 0/000 to Km 55/228 of Thanjavur to
Pudukottai section of NH-36 (Erstwhile NH-226) in the State of Tamil Nadu on item rate basis

SI.No Description of Item Unit Quantity Rate (Rs.) Amount (Rs.)

1.ORDINARY REPAIR WORKS


Providing repair to 300 mm thick stone pitching/apron over the
filter media/drainage layer at scattered locations over the
slopes of guide bunds, river training works, and road
embankment as per technical specifications clause no.2504 of
1.1 MORTH Rec.V completed in all respects as directed by the
engineer involving the below given operations however as per
its applicability at site.

Using boulders available at site (The job includes removal and


stacking of boulders from damaged locations)

Repair of stone pitching Cum 299.0 811.8000 242728.20


Cement Mortar (1:1) Grouting for stone pitching to surface with
1.2
cement morter1:1
Grouting with CM 1:1 Sqm 994 68.00 67592.00
Clearing road side/pucca drains to bring them 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 respect as
1.3 directed by the engineer in charge and as per road
maintenance standard clause no .6.1.20 & 6.7 of SP 95-2011

a) RCC Drain having cross sectional area 1.50 sqm Rmt 0 33.70 0.00
b) RCC Drain having cross section area 2.25 sqm Rmt 8628 50.50 435714.00

Clearing slab/box type culverts and pipe culverts including


clearing, cleaning and reshaping of upstream and downstream
faces of those culverts with in the ROW. The Job includes
disposal of excess material recovered site including
1.4 vegetation outside ROW with all leads and lifts complete in all
respect as per direction of Engineer in charge and as per road
maintanence Standard clause no.6.5 & 6.6 of SP 95-2011.
(Frequency of cleaning will be twice in a year i.e. before and
after mansoon

a) Bridges Nos 18 13172.00 237096.00


b) Slab/Box/Pipe culverts Nos 216 3617.30 781336.80
Repair of kerb with cement concrete of M-20 grade by cutting
and trimming the damaged portion to a regular shape, cleaning
1.5 Rmt 792 692.60 548539.20
the area to be repaired thoroughly, applying cement concrete
after erection of proper form work.

Pot holes and patches: Removal of all failed material,


Trimming of completed excavation to provide firm vertical
faces, cleaning of surface, painting of Tack coat on the sides
1.6 and base of excavation as per clause 503, back filling the pot sqm 552 392.71 216775.92
holes with Hot Bituminous Material as per clause 504,
Compacting trimming and finishing the surface to form a
smooth continous surface, all as per Clause 3004-2

Crack Filling - Filling of crack using slow - curing bitumen


1.7 emulsion and applying crusher dust in case crack are wider Rmt 12000 4.73 56760.00
than 3mm.

Bleeding - Dusting (Applying crusher dust to areas of road


1.8 Sqm 55228 3.84 212075.52
where bleeding of excess bitumen has occurred.)

Restorations of rain cuts with soil, moorum gravel or mixer of


theses, clearing the loose soil benching for 300 mm width,
laying fresh material in layers not exceeding 250 mm and
1.9 Cum 8285 284.00 2352940.00
compacting with plate compactors or power hammers
restoring original alignments, levels and slopes as per Clause
3002 of MORTH Rev.V.
Repairing of expansion joints in Major/minor bridges and
flyovers with replacing of modular Strip seal expanssion joints
shall confirming IRC SP : 69-2011 clause 7.7, concrete having
strength not less than that in superstructure subject to a
1.10 Rmt 27 12400.00 334800.00
minimum of M35, for modular strip seal joint the space
beneath the joint tboxes shall be completed filled with
concrete, the technical requirements all as per IRC
SP:69-2011 (as per MORTH specification.2607)

I Sub Total 5486357.64

2.CLEANING OF CARRIAGEWAY & REMOVAL OF RANK VEGITATION.

Carrying out proper cleaning , and removing of dust/silt/trash/


plastic/rubbish/garbage/waste from the main carriageway (total
width of carriageway) by mechanical means and from
shoulders up to toe line of the embankment including side
slopes manually and disposing of the waste material at a
suitable place outside ROW as directed by the Engineer and
2.1
as per road maintenance Standard clause
no.6.1.21,6.2,6.3,6.4 of IRC-SP 95-2011. The job includes
cleaning of expansion joints, water spouts, vent holes, road
studs and delineators also.
(Frequency of cleaning will be monthly once i.e. 12 times in a
year )
Cost of maintaining cleanliness on the project stretch from km
Km 663 3320.20 2201292.60
0+000 to 55+228 (Main carriageway) for 12 months

Removal of rank vegetation /weeds and undesirable


vegetations from shoulders, embankment slopes up to ROW
(both side) complete in all respect including breaking of clods,
2.2 rough dressing and disposal of waste material and vegetation
at a place outside ROW as per direction of Engineer in charge
and as per road maintenance Standard clause no.6.14 of
IRC-SP 95-2011.( 2 times per year)

Removal of rank vegetation Sqm 2096880 5.05 10589244.00


II Sub Total 12790536.60

3.ROAD PROPERTY MANAGEMENT AND OTHER MAINTENANCE

Maintenance of existing avenue plants including watering ,


supply and spreading farmyard manure at 0.064 cum/plant ,
trimming replacements of causalities and spraying
3.1 insecticides/ pesticides along the road side with in ROW (i.e.
both side ROW to ROW) including maintenance as per the
direction of Engineer and as per other applicable clause in
agreement.(maintenance for 12 months)

From Km 0+000 to Km 55+228 Km 480 6414.40 3078912.00


White washing (white cement) in two coats on old painted
concrete surface to remove private/political advertisements
and to smooth the surface by approved brand and
3.2 Sqm 2277 65.60 149371.20
manufacture complete in all respects confirming to clause 803
of MORTH Rec.V and as directed by Engineer and as per
other applicable clause in agreement (up to any lift).

Painting two coats after filling the Surfase with Synthetic


enamel paint in all Shades on Concreate Surface complete in
3.3 all respect confirming to clause 803 of MORTH rev.V and as
directed by Enginner and as per other applicable clause in
agreement (Up to any lift)

a) For median kerb Sqm 3089 118.60 366355.40

b) For Bridges/Concrete Crash barrier Sqm 2277 118.60 270052.20


Sub Total 636407.60

Painting two coats on old surface after minor repairs to give an


even and smooth surface and printing letters and figures with
first quality synthetic enamel paint of approved brand and
3.4 manufacture complete in all respect confirming to clause 803
of MORTH rev.V and IRC:SP:95-2011 Clause 6.10 and as
directed by Enginner and as per other applicable clause in
agreement (Up to any lift) - From Km.0+000 to Km.55+228.

a) Hectometers stone Nos 221 41.50 9171.50


b) Km stone Nos 44 94.90 4175.60
c) 5th km stone Nos 12 195.70 2348.40
Sub Total 15695.50
Providing, painting, lettering and fixing of distant measurement
stones including dismantling of old damaged/broken ones
3.5
confirming to technical specification clause 804 of MORTH
Rev.V
a) Hectometers stone Nos 110 791.31 87044.10
b) Km stone Nos 22 2786.00 61292.00
Sub Total 148336.10
III Sub Total 4028722.40
4.TRAFIC SAFETY ITEMS, DELNEATORS MBCB, ETC
Providing and erecting Single sided Double Guard Metal
Beam Crash Barrier system 1.80m high, comprising of 3mm
thick wall "W" beams posts and spacer channels shall be
made by cold roll forming using HR conform to IS 5986 Fe
410/360 and dip glavanized having Zinc Mass of 550gms/
sqm, minimum 95mm above road / ground level fixed on ISMC
series channel vertical post 150X75X5mm spaced 2m center
to center 312mmX83mm flange width X 3mm thick,4318mm
4.1 long post directly embedded in the concrete (M15) pit size
350X350X800mm for a depth of 750mm below ground. All
fixing bolts and nuts hot dip glavanized conforming to IS:1367
clause 4.60 all complete as per Technical specification and as
directed by the Engineer- in-charge .

Rmt 597 6500.00 3880500.00


Supplying and installation of delineators (Roadway Indicators)
95cm high above ground level of total length 135 cm. Painted
black and white in 15 cm wide strips fitted with 3 nos.
Rectangular micro prismatic reflective sheeting fixed on 2 mm
thick aluminum sheet of size 80 mmx 100 mm one in each
block strip duly revitted in the rectangular tubular section facing
direction of traffic. Rectangular tubular section of size 100mm
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 mmx 70 mmx 760 mm as
4.2
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 M15 cement
concrete in pit size 300 mmx 300 mmx450 mm. The rate
quoted is for the complete job as per drawing and direction of
Engineer.Two years warranty certificate for vertical delineators
for the quality installed and a certified copy of test reports from
an independet test laboratory conforming to mechanical
properties shall be obtained from the manufacturer by
contractor and submitted to the engineer-in-charge.
Delineators - From Km.0+000 to Km.55+228. Nos 115 2400.00 276000.00
Providing fixing reflective road studs of category B raised
pavement markers made out of polycarbonate/ABS molded
body and reflecting panels (bi-convex reflectors) with micro
prismatic lens capable of providing local internal reflectance
and chromatically values confirming to ASTM D4280. The
reflective raised pavement markers shall also confirm to the
MORTH circular NO RW/NH.33023/10/97-DO/111 dt.11.06.97
and the length, height and width of the body shall not be less
than 100 mm. 15 mm, 90 mm and base shall be flat within 1.3
mm. The marker shall support a load of 13635kg tested in
accordance with ASTM D4280. Lenses shall be molded of
4.3
polycarbonate of methyl methacrylate confirming to ASTM
D788. The area of each retro -refectory surface shall not be
less than 13.0 sq.cm. The slope all reflecting surface shall be
35=5 degree to base. Each reflector shall have CIL not less
than to cylindrical polymers shanks of not less than 20 mm dia
and not less than 30 mm length shall be provided for better
anchorage.Two years warranty certificate for studs for the
quality installed and a certified copy of test reports from an
independet test laboratory conforming to mechanical
properties shall be obtained from the manufacturer by
contractor and submitted to the engineer-in-charge.
Studs - From Km.0+000 to Km.55+228. Nos 2759 480.00 1324320.00
Providing and fixing retro-reflective stickers (Engineering
grade) of size 10 cmx 5cm on MBCBs and other structures as
4.4 Nos 1000 30.00 30000.00
per MOST CI no.801 and as per approval of Engineer in
charge.
Supplying and fixing LED solar blinker mounted on a steel
poles to guide warm various vehicle drivers of a forthcoming
flyovers, crossover, underpass and other intersections and
accident-prone region. Manufactured using superior grade
battery, solar panel and other components, clearly visible for
enhancing road safety during fog, rain and other adverse
4.5 weather condition as per Clause 6.15 of performance Nos 12 29995.00 359940.00
standards of scope of work including maintenance and
replacement of the same and as directed by the Engineer - in -
charge. The warranty so provided by supplier will be in the
name of NHAI
Providing and fixing of retro-reflectorized cautionary,
mandatory and informatory sign(without definition board)made
out of High intensity Prismatic grade sheeting confirming to
type XI standards IRC 67-2010 and ASTM D 4956 -09,
specification and fixed over 2mm thick aluminium sheet fixed
on back supporting frame of 25mm x 25mm x3mm Mild steel
angle iron post 75mm x 75mm x 6mm with a clear Height of
not less then 2.10m from the ground level to the bottom of the
sign board and 0.6m below 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
4.6 cement concrete 45cm x 45cm x60cm size including cost and
conveyonce of all materials,equipment,machinary and labour
with all leads and lifts,loading charges necessary for
satisfactory completion of the work as directed by the engineer
incharge.High intencity retro-reflectro sheets shall consists of
min coefficient of retro-reflection as per table 6.6 of IRC
67-2012.The retro refletive sheeting shall be covered under 7
years warranty issued for field performance and a certified
company of 3 years outdoor exposure report shall be obtain
as pr IRC 67-2012 (as per MORTH specification no 801)

a) Hazard Markers Nos 50 4000.00 200000.00

b) Object Hazards Markers Nos 6 3228.00 19368.00


c) Side road sign Nos 28 5126.00 143528.00
d) Curve signboard Nos 2 5126.00 10252.00
e) Bus stop sign board Nos 4 4316.00 17264.00

f) Speed limit board Nos 12 4513.00 54156.00

g) Give way sign board Nos 4 5126.00 20504.00

h) Chevron sign board Sqm 26 5184.00 134784.00


i) Stop board Nos 25 8205.00 205125.00
j) Speed breaker board Nos 25 5126.00 128150.00
k) No over taking/restricted sign board Nos 16 4513.00 72208.00
Providing and erecting direction and place identification
retro-reflectorized sign as per IRC:67-2012 made of high
intensity grade sheeting vide Clause 801.3, fixed over
aluminum sheeting 1.5mm thick fixed on a back supporting
frame and supported on a mild steel single angle iron post 75
x 75 x 6 mm firmly fixed to the ground by means of properly
designed foundation with M-15 grade cement concrete 45 x
45 x 60cm, 60 cm below ground level as per approved
drawing and as directed by the Engineer.10 years
pre-qualification warranty as per clause 6.9 of IRC 67-2012 for
4.7
type XI retro reflective sheeting from the manufacture and
certificate copy of test reports from an independent test
laboratory conforming to clause 6.7 of IRC 67-2012 including
3 years outdoor weather exposure report for the retro
reflective sheeting offered shall be submitted by the contractor
for technical qualification in the tender.

a) Information sign board 0.90 sqm Sqm 30 11491.00 344730.00


b) Information sign board more than 0.90 sqm Sqm 20 11805.00 236100.00
Providing and marking of hot applied thermoplastic compound
2.5mm thick including reflectorizing glass beads @ 250 gms/
sqm area, thickness of 2.5mm 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 center line, shoulder line,
4.8 Sqm 8698 890.00 7741220.00
edge line, zebra crossing marking, arrows and dashes marking
at the junction as per technical specification clause 803.4
complete in all respect an as per approval of Engineer in
Charge.2 years pre qualification warranty for field performance
shall be submitted by the contractor for technical qualification
in the tender.

4.9 Overhead Signs


Providing and erecting overhead signs with a corrosion
resistant 2mm thick aluminium alloy sheet reflectorised with
high intensity retro-reflective sheeting of encapsulated lense
type with vertical and lateral clearance given in clause 802.2
and 802.3 and installed as per clause 802.7 over a designed
support system of aluminium alloy or galvanised steel trestles
and trusses of sections and type as per structural design
requirements and approved plans

Aluminium Alloy Plate for Over Head Sign Sqm 100 8453.00 845300.00
IV Sub Total 16043449.00
5.INCIDENT MANAGEMENT
Removing all types of broken down/vehicles which have met
with accidents from the carriageway and doing the same to
proper locations I.e. nearest police station or some suitable
location by using 20 tonnes or more capacity pick and carry
crane with necessary equipments, as per IRC: SP: 73-2015
Clause 12.13 and as per other applicable clause agreement. It
shall also be fitted with a GPS based vehicle tracking system
to monitor its movement on 24 hrs. x 7 days of a week basis
5.1 for 1 vehicle. Also submission of accident/breakdown reports
and photos. [Payment shall be released as per actual staff
deployed and running kilometer of the vehicle based on VTS
report. Amount to be calculated based on attached rate
analysis with quoted premium/discount].

Palaya Gandharvakottai toll plaza (From km 0+000 to km


Month 12 481537.65 5778451.80
55+228)
Cost of GPS device with Installation charges 1 2700.00 2700.00
Sub total 5781151.80
Providing by route patrol vehicle as per IRC: SP: 84- 2014,
Clause 12.8 and as per other applicable clause in agreement.
The patrol shall promptly clear the road of any obstruction take
time to be cleared, the section shall be cordoned off by
placing traffic cones, it shall be illuminated during night. Also
removing the dead animals from highway. It shall also be fitted
with GPS based vehicle tracking system to monitor its
movement on 24hrsx7days of a week basis for one vehicle.
Also supply of color photograph in three copies and two CDs
complete as per technical specification clause 125 & supply of
5.2 video cassette (CD) in three copies including videography of
complete stretch at three stages in O&M period complete as
per clause 6.8.3 of performance standard. [Payment shall be
released as per actual staff deployed and running kilometer of
the vehicle based on VTS report. Amount to be calculated
based on attached rate analysis with quoted premium/
discount].

Palaya Gandharvakottai toll plaza (From km 0+000 to km


Month 12 439255.41 5271064.92
55+228)

Cost of GPS device with Installation charges 1 2700.00 2700.00


Sub total 5273764.92
V Sub Total 11054916.72

6.MISCELLANEOUS
Removal of unauthorized boards with in ROW and stacking
etc. complete in all respect including transportation from site to
6.1 No's 100 85.26 8526.00
the nearest store /suitable location as per direction of Engineer
in charge.

Providing and applying tack coat with bitumen emulsion using


pressure distributor at the rate of 0.25 kg/sqm on the prepared
6.2 Sqm 20000 14.00 280000.00
bituminous/granular surface cleaned with mechanical broom as
per MoRTH Specification No. 503.
Providing and laying bituminous concrete with 100-120 TPH
batch type hot mix plant producing an average output of 75
tons per hour using crushed aggregates of specified grade02
(table 500-17) , premixed with bituminous binder minimum
5.4% of mix and filler , transporting the hot mix to work site ,
laying with a hydrostatic paver finisher with sensor control to
the required grade, level and alignment , rolling with smooth
6.3 wheeled , vibratory and tandem rollers to achieve the desired Cum 800 10351.00 8280800.00
compaction as per MORTH specification clause no.507
complete in all respects and as directed by the engineer

Providing and laying of plain cement concrete M-20 grade in


foundation, levelling course etc. Including centering and
shuttering all complete as per drawings and technical
6.4 specification (part I/II) Section 1500 & 1700 and as direction
by the engineer.
To attend the repair of parapet walls and other structural works
cum 25 6060.00 151500.00
etc.

Providing following equipment’s in running condition on hire


basis including running and maintenance charges as per
6.5
instructions of the Engineer including P.O.L complete as per
specification. (Rate for net working hours at site).

a) Tipper 6 Cum capacity Per hour 250 554.18 138545.00


b) JCB Per hour 250 1442.32 360580.00
c) Pump Per hour 250 210.71 52677.50
d) Tractor with trolley Per hour 250 648.56 162140.00

Providing and supply of following manpower for misc. Work as


6.6
when required basis as per instruction of the Engineer.

Unskilled Labour each day Nos 300 557.81 167343.00


Operational and maintenance of SSWIM,MSWIM & SWB
6.7
including metrological verification
6.7(a) SSWIM Nos 48 8947.38 429474.24
6.7(b) MSWIM Nos 24 8639.46 207347.04
6.7(c) SWB Nos 24 23922.96 574151.04
6.8 Planting of trees for densification raising and maintainance of
avenue plantation along from Km 0+000 to km 55+228.
as per IRC guidelines :-
1.Clearing the site of all debris. 2. Aligning & marking/staking
for excavation of pits of size 0.60 mtr x 0.60 mtr x 0.60 mtr
(0.216 cmtr). 3. Procurement of at-least one year old healthy
saplings of local species like Azadirachta indica (Neem),
Tamarindus indica (Tamarind), Albizzia lebbeck (Vagai), Milletia
pinnata (Pungam), Ficus religiosa, Ficus bengalensis,
Holoptelia integrifolia, Dalbergia sissoo, Syzygium cumini &
Terminali arjuna (for water logging stretches), having a height
of 2.00 mtr & above and thumb size collar thickness.. 4. Nos 0 756.30 0.00
Refilling of pits with 1/3rd volume of FYM/Compost. 5. Planting
of saplings immediately after first shower of rains. 6. Providing
straight & stout stake of 2.50 mtr to support the plants tying
with a loose knot immediately after planting of saplings. 7.
Providing a tree-guard of specification mentioned in the IRC
guidelines immediately after planting for protection of the
plants. 8. Providing half-moon pit. 9. Periodical weeding,
application of fertiliser/insecticide/fungicide, soil working
around the plants, fire-tracing around the plants to protect
plants from fire. 10. Watch & ward of the plantation throughout
the year.
6.9 Providing and laying of yellow coloured hot applied
thermoplastic compound 2.5mm thick including reflectorzing
glass beads @ 250 gms per sqm area, thickness of 2.5mm is
exclusive of surface applied glass beads as per
IRC:35-2015 . The finished surface to be level, uniform and Sqm 720 890.00 640800.00
free from streaks and holes complete as per drawings and
technical specification clause 803.
(From Km 0+000 to km 55+228.)- Vulnerable location

6.10 Pavement milling for a depth of 25mm to 40mm by using


milling machine, conveying the milled waste materials to at
least for 20km distance including hire and running charges for
the machine, conveyance charges, unloading at
unobectionable place, cleaning the milled surface as to avoid Sqm 20000 80.00 1600000.00
slippery including all othe incidental and unforeseen item etc.
complete in all respect as per direction of Engineer in charge.

6.11 Supplying and installation of Multi colour LED Solar Blinkers


which includes 4” dia 3mm thick cantilever “L” type Pole 2
Nos. 3” dia 2.5 mm thick advance pole 4 nos, 300mm dia Red
Blinker lights 6nos and High frequency flashing RED/White/
Blue lights 3 set 2 Nos, LED Delineators RED/White/Blue 6
Nos with Solar Panels and Battery circuit box and including Set 2 380000.00 760000.00
incidental charges etc complete (From 0+000 to km
55+228)-Vulnerable location).The warranty so provided by
supplier will be in the name of NHAI.
6.12 Repairing of existing LED solar blinkers ,replacement of
battery with charging unit ,replacement of LED bulps and solar
Nos 12 6000.00 72000.00
panels for each blinker as directed by the Engineer.

6.13 Supplying & Fixing of 12 m 150w Electrical LED High Mast


Flood Light with Automatic dawn dusk operation (with timer)
with 6 No. of luminaire loaded in twin lantern carriage with all
accessories including motor and pully at the Junctions as
Clause 6.14 of Performance Standards of Scope of Work
including maintenance and replacement of the same and as Nos 2 349800.00 699600.00
directed by the Engineer-in-charge. The warranty so provided
by the Supplier will be in the name of NHAI (From 0+000 to km
55+228)-Vulnerable location - Mini Highmast Light)

6.14 Operational and Maintenance of Highway Street lighting


electric poles including replacement/repair of foundation,
damaged pole, cable, MCB, bulds as suitable wattage as
decided by Authority or SC (to be maintained throughout the
year 24x7) and as per the road maintenance standard given in Nos 216 800.00 172800.00
IRC SP 95-2011 and Technical Specification conforming to
MoRT&H Specification in complete aspects
6.15 Repair of damaged Pedestrian/median guard rail as given in
para 9.10 of the IRC complete as per drawing and Technical
Specifications.
Wrought iron and mild steel welded work using wrought iron
and mild steel welded work angles, sqare bars, tees and
channel grills and grating frames including cost of screens and
welding rods or bolts and nuts complete fixed in position with Rmt. 114 2025.00 230850.00
the cost of excavation and concrete for fixing included
complete with 2 coat of painting as per technical Specification
confirming to MoRT&H Specifications and as per the
directions of the Engineer In-Charge.

6.16 Providing, fitting and fixing of Pedestrian/median guard rail as


given in para 9.10 of the IRC complete as per drawing and
Technical Specifications.
Wrought iron and mild steel welded work using wrought iron
and mild steel welded work angles, sqare bars, tees and
channel grills and grating frames including cost of screens and
welding rods or bolts and nuts complete fixed in position with Rmt. 76 4050.00 307800.00
the cost of excavation and concrete for fixing included
complete with 2 coat of painting as per technical Specification
confirming to MoRT&H Specifications and as per the
directions of the Engineer In-Charge.

VI Sub Total 15296933.82


7.Maintenance of High Mast Flood Light for the Toll plaza & major junction
Maintenance 30m (400w each fitting) high mast shaft in three
sections suitable for 50m/sec wind speed , with raising
lowering system comprising, Automatic dawn dusk operation
(with timer), head frames, luminaries carriage suitable to install
10 Nos luminaries in Asymmetrical arrangement, double drum,
winch, 6mm diameter SS wire rope, trailing cable, connector,
integral power tool motor, manual handle, junction box,
lightening final. Wiring material, power cables between panel
and mast, MCB in base compartment, Cg mounting clamps
7.1 and bolts luminary mounting bolts are not included. included Nos 48 6000.00 288000.00
with supply of foundation bolts set and templates along with
supply of aviation fittings and as directed by the
Engineer-in-charge. The warranty so provided by the Supplier
will be in the name of NHAI.

EB Charges for High Mast light at Major Junctions from km


7.2 0+000 to 55+228 and payment shall released as per the EB Nos 12 25000.00 300000.00
-Bill
VII Sub Total 588000.00
Grand Total 65,288,916
NATIONAL HIGHWAYS AUTHORITY OF INDIA, MADURAI REGION.

Operation and Maintenance including Incident Management for One Year from Km 0/000 to Km 55/228 of Thanjavur to Pudukottai
section of NH-36 (Erstwhile NH-226) in the State of Tamil Nadu on item rate basis
Proforma for quoting the rates
Name of the Contractor

percentage
Estimated cost [above or below] to the
Quoted Amount in Rs.
S.No. Name of component (Rs.) estimated cost Percentage (% ) in Figures
[Excluding GST]
[Excluding GST] {Select Dropdown "Above
or Below"}

Operation and Maintenance including


Incident Management for One Year
from Km 0/000 to Km 55/228 of
1 65,288,916 -  
Thanjavur to Pudukottai section of
NH-36 (Erstwhile NH-226) in the State
of Tamil Nadu on item rate basis

Total Cost -  


1 Only one of the options is to be filled. More than one option shall be rejected.

2 Rate filled in any form shall be considered only in %age

3 No condition shall be accepted.

All duties, taxes (excluding GST), royalties and other levies payable by the Contractor under the contract, or for any clause, shall be included in the rates,
4 prices and total Bid Price submitted by the Bidder. Nothing extra shall be payable on this account except GST which shall be payable at the applicable
rates.
Above
Below

You might also like