GOVERNMENT OF MAHARASHTRA

GOVERNMENT OF MAHARASHTRA
PLANNING DEPARTMENT
TENDER NOTICE No: 02/2014-15
Identification No. 02/2014-15/Ppur/B-01
DEVELOPMENT PLAN IMPLEMENTATION IN
PILGRIMAGE TOWNS DEHU, ALANDI AND
PANDHARPUR.
NAME OF WORK: SUPPLYING AND FIXING CRASH BARRIER TO
APPROACH ROAD TO BRIDGE AT BHANDI SHEGAON
AND IT’S MISCELLANEOUS WORKS. – Fifth Call
VOLUME –II
Last date of Bid submission is 06/08/2014 up to 15.00 hrs.
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
FORM B-1
PERCENTAGE RATE TENDER AND CONTRACT OF WORK
DEVELOPMENT PLAN IMPLEMENTATION IN PILGRIMAGE TOWNS
DEHU, ALANDI AND PANDHARPUR
ID. No. 02/2014-15/Ppur/B-01 (Fifth Call)
GENERAL RULES
CONTRACTORS
1
AND
DIRECTIONS
FOR
THE
GUIDANCE
OF
This form will state the work to be carried out as well as the date for submitting
and opening tenders, and the time allowed for carrying out the work and state the
defect liability period of 1 year, also the amount of earnest money to be deposited
with the tender by Demand Draft, and the amount of the security deposit /
retention money to be deposited by the successful tenderer and the percentage, if
any, to be deducted from the bills. The performance security will be deposited by
the successful tenderer. Original copies of the specifications, designs and
drawings, estimated rates, scheduled rates and any other documents required in
connection with the work shall be signed by the ENGINEER for the purpose of
identification and shall also be open for inspection by the contractors at the office
of the Divisional Commissioner, Pune Division, Council hall, Pune - 01 during
office hours.
Where the works are proposed to be executed according to the specifications
recommended by a Contractor and approved by ENGINEER on behalf of the
Divisional Commissioner, Pune Division as Chairman of Committee for
Development plan implementation in Pilgrimage towns Dehu, Alandi and
Pandharpur, such specifications with designs, drawings and maintenance schedule
L along with maintenance manuals shall form part of the accepted tender.
2
In the event of the tender being submitted by a firm, the bidder has to submit the
copy of partnership deed along with power of attorney as stated in the check list
and Vol. I of the work.
The contractor shall pay along with the tender sum of Rs. 70,000/- (Rupees
Seventy Thousand Only) by Net Banking Gateway System, as and by way
of earnest money. The said amount of earnest money shall not carry any
interest what so ever.
(ii) In the event oh his tender being accepted, subject to provision of subclause (iii) below, the said amount of earnest money should be
appropriated towards the amount of security deposit payable by him under
conditions of General conditions of Contract.
(iii) If, after submission and opening of the tender, the contractor withdraws his
offer, or modifies the same, or if after the acceptance of his tender the
2(A). (i)
Contractor
No. of Corrections
Pg. 1
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
(iv)
Development of Pilgrimage Towns
contractor fails or neglects to furnish the balance of security deposit and
performance security without prejudice to any other rights and powers of
the Employer, hereunder, or in law, Employer shall be entitled to forfeit
the full amount of the earnest money deposited by him.
In the event of his tender not being accepted, the amount of earnest money
deposited by the contractor, shall unless it is prior thereto forfeited under
the provisions of Sub-clause (iii) above, be refunded to him on his passing
receipt therefore.
3
Receipts for payments made on any account of work, when executed by a firm,
should also be signed by all the partners except where the Contractors are
described in their tender as firm, in which case the receipt shall be signed in the
name of the firm by one of the partners, or by some other person having authority
to give effectual receipts for the firm.
4
Any person who offers the bid shall fill up at the appropriate space, stating at what
percentage above or below the rates specified in Schedule ‘B’ (Memorandum
showing items of work to be carried out) he is willing to undertake the work. Only
one rate or such percentage on all the estimated rates/ Schedule rates shall be
named. Tenders, which propose any alteration in the works specified in the same
form of invitation of tender, or in the time allowed for carrying out the work, or
which contain any other conditions, of any sort will be liable to rejection. No
bidder shall submit two offers for one work, but if the bidder who wishes to tender
for two or more works; they shall submit a separate offer for each. Tender shall
have the name and number of the work to which they refer, displayed in the notice
inviting tender.
5
The Employer or ENGINEER or his duly authorized assistant shall open tenders
(every bidder shall produce the original copies of the documents stated in the
check list and in Volume No. I, for verification by the Employer. In case a
discrepancy is found and /or if the bidder doesn’t meet the qualification criteria
stated in Vol. I, their bids will not be considered and shall be treated as non
responsive) in the presence of Contractors who have submitted their offers or their
representatives who may be present at the time, and he will enter the amounts of
the several tenders in a comparative statement in a suitable form. In the event of a
tender being accepted the Contractor shall for the purpose of identification, sign
copies of the tender Volumes (Volume I, II & III) and of the specifications and
other documents mentioned in the rule 1. In the event of the tender being rejected,
the Employer shall authorize the Designate Officer concerned to refund the
amount of the earnest money deposited, to the Contractor marking the tender, on
his giving a receipt for the return of the money.
6
The Employer is competent to dispose of the tenders and shall have the right of
rejecting all or any of the Tenders.
Contractor
No. of Corrections
Pg. 2
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
7
No receipt for any payment alleged to have been made be a Contractor in regard
to any matter relating to this tender or the contract shall be valid and binding on
Employer unless it is signed by the ENGINEER and other appropriate officer
designated by Employer.
8
The Memorandum of work to be tendered for and the schedule of materials to be
supplied by the Employer and their rates shall be filled in by any competent
person from the office of the Employer before the tender form is issued.
9
All work shall be measured net by standard measure and according to the rules
and customs of the State Public Works Department, Maharashtra Jeevan
Pradhikaran and without reference to any local custom.
10
Under no circumstances shall any contractor be entitled to claim enhanced rates
for items in this contract.
11
Every contractor shall be a registered contractor with Govt. departments stated in
the tender notice, produce along with his tender a solvency certificate to the extent
of 20 % of the tendered cost of the work from the Collector of the district or
Tahasildar of Taluka within which he resides or a bankers certificate of his
financial stability. If he fails to produce such a certificate his tender will not be
considered.
And
Every registered contractor should produce along with his tender certificate of
registration as registered contractor in the appropriate class and renewal of such
registration with date of expiry.
12
All corrections, CSD, CSC (If any) and additions or pasted slips shall form a part
of the contract.
13
The measurements of work will be taken according to the usual methods in use in
the State Public Works Department, Maharashtra Jeevan Pradhikaran and no
proposals to adopt alternative methods will be accepted. The ENGINEER’s
decision as to what is the usual method in use in State Public Works Department
or Maharashtra Jeevan Pradhikaran will be final.
14
The tendering Contractor shall submit a declaration along with the tender
displayed at appropriate place, showing all works for which he has already entered
into contract and the value of the work that remains to be executed in each case on
the date of submitting the tender.
15
Every tenderer shall submit along with the tender, information regarding the
Income tax circle or Ward of the District in which he is assessed to Income Tax,
the reference to the number of the assessment and the assessment year, as stated in
the qualification criteria.
Contractor
No. of Corrections
Pg. 3
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
16
In view of the difficult position regarding the availability of foreign exchange, no
foreign exchange would be released by the Employer for the purchase of plant and
machinery required for the execution of the work contracted for.
17
The contractor will have to construct shed for storing controlled and valuable
materials issued to him under Schedule ‘A’ of the agreement, at work site, having
double locking arrangement. The materials will be taken for use in the presence of
the Departmental person. No materials will be allowed to be removed from the
sites of the works.
18
The Contractors shall also give a list of machinery in their possession and which
they proposed to use on the work.
19
Every registered contractor should furnish along with tender a statement showing
previous experience and technical staff employed by him.
20
Successful tenderer will have to produce to the satisfaction of accepting authority
a valid and current license issued in his favor under the provision of Contract
Labor (Regulation and Abolition Act 1973) before starting work, failing which
acceptance of the tender will be liable for withdrawal and earnest money will be
forfeited to Employer.
21
The contractor shall comply with the provision of the Apprentices Act 1961 and
the rules and orders issued there under from time to time. If he fails to do so, his
failure will be breach of the contract and the Employer, may in his discretion
cancel the contract. The contractor shall also be liable for pecuniary liability
arising on account of any violation by him of the provisions of the Act.
Contractor
No. of Corrections
Pg. 4
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
TENDER FOR WORKS
I/We hereby tender for the execution, for Divisional
In figures as well as in words
Commissioner, Pune Division as Chairman of Committee for
Development plan implementation in Pilgrimage towns Dehu,
Alandi and Pandharpur (here-in-before and hereinafter
referred to as Employer) of the work specified in such
memorandum
at
______________________
percent
below/above the estimated rates entered in Schedule ‘B’
(Memorandum showing items of work to be carried out) and
in accordance in all respects with the specifications, designs,
drawings, and all the conditions and stipulations stated in
Volume I, II & III.
Contractor
No. of Corrections
Pg. 5
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
MEMORANDUM
1.(a) General Description:
Supplying and Fixing Crash Barrier to approach road
to Bridge at Bhandi Shegaon and its miscellaneous
works as shown in recapitulation sheet and Schedule – B.
(b) Tender Cost
Rs 70,00,000/-
(c) Earnest Money
Rs
(d) Security Deposit
(i) In the form of FDR
(ii) To be deducted from
Running bills (3%)
TOTAL
Performance Security
70,000/-
Rs
2% of Contract sum
Rs
Rs
3% of Contract sum
5% of Contract sum
Rs.
10% of Contract sum in
the form of BG
(e) Time allowed for the work from
date of written order to commence.
1 Calendar Month including
monsoons.
2. I/We agree that the other offer shall remain open for acceptance for a minimum period of
120 days from the date fixed for opening the same thereafter until it is withdrawn by me/us
by notice in writing duly addressed to the authority opening the tenders and sent by
registered post A.D. or otherwise delivered at the office of such authority. The EMD
amounting to Rs. 70,000/- is submitted in the form of Demand Draft. The amount of
earnest money shall not bear interest and shall be liable to be forfeited to the Employer,
should I/We fail to (i) abide by the stipulation to keep the offer open for the period
mentioned above of (ii) sign and complete the contract documents as required by the
Employer and furnish the security deposit and retention money as specified in item (d) of
the Memorandum contained in paragraph (i) above within the time limit laid down in
clause (1) of the annexed General Conditions of the Contract. The amount of earnest
money maybe adjusted towards the security deposit or refunded to me/ us if so desired by
me/us in writing, unless the same or any part thereof has been forfeited as aforesaid.
Should this tender be accepted I/We hereby agree to abide by and fulfill all the terms and
provisions of the conditions of contract stated hereto so far as applicable and in default
thereof and pay to Employer, the sum of money mentioned in the said conditions.
Contractor
No. of Corrections
Pg. 6
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
Amount to be specified in words and figures
The earnest money (a) the full value of which is to be absolutely forfeited to Employer if
I/We should not deposit the full amount of security deposit in specified format in the above
memorandum, in accordance with clause 1(A) of the said conditions, otherwise the said sum
of Rs. 70,000/- only shall be refunded.
Signature of
the Contractor before
submission of the Tender.
Address:
Dated the __________ day of
Signature of
the Witness to
Contractor’s Signature.
Address:
(Occupation)
The above tender is hereby accepted by me for and one behalf of the Divisional
Commissioner, Pune Division as Chairman of Committee
implementation in Pilgrimage towns Dehu, Alandi and Pandharpur.
Dated____________
Contractor
day of______2014
for
Development
plan
Divisional Commissioner, Pune
Division (or his duly authorized
assistant)
No. of Corrections
Pg. 7
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
RECAPITULATION SHEET
Estimated Cost
Sr.
No
Description
Rs. In Fig
Rs. In Words
70,00,000/-
Rupees Seventy
Lacs Only
% Quoted
In Fig
In Words
%
Above OR
Below
Quoted Total Amount
Rs. In
Words
Rs. In Fig
Supplying and Fixing Crash Barrier to
1
approach road to Bridge at Bhandi
Shegaon and its miscellaneous works.
Total in Fig rupees.
Total in Words rupees
Note: a) The final quoted amount should be replicated on page no. 5 of Vol‐II.
b) The above quoted final cost is inclusive of prevailing Royalty Charges.
After production of official Royalty payment receipt, the same will be reimbursed as applicable to this work.
Contractor
No. of Corrections
Pg. 8
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
“DECLARATION OF THE CONTRACTOR”
I/We hereby declare that I/We have made myself/ourselves thoroughly conversant with the local
conditions regarding all materials and labour on which I/We have based my/our rates for this
tender. The specifications and the leads in this work have been carefully studied and understood
before submitting this tender.
I/We undertake to use only the best materials and work methodology approved by the Engineer or
his duly authorized engineer during execution of the work and during defect liability and
maintenance period of 1 year after completion and to abide by the contract conditions, stipulations
and maintenance manuals. I/We am/are fully responsible for quality of work and shall maintain the
work in good order during defect liability and maintenance period of 1 year after completion.
Signature of Contractor
Contractor
No. of Corrections
Pg. 9
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
DECLARATION FOR ROYALTY CHARGES
I/ we hereby agree to pay royalty charges of Rupees 70.67 /Cum (Rupees Seventy and paise Sixty
Seven only per cubic meter) on minerals to be used to complete the work, like rubble, metal, sand,
murrum etc. to the Revenue Department, Govt. of Maharashtra as my rates are inclusive of Royalty
charges.
I/ we hereby agree to produce receipts of such royalty charges to Employer.
I/ we hereby to agree that I will not be reimbursed any royalty charges. I will produce original
receipts of such Royalty payments for verification from the Employer.
I/ we agree that if the evidence for payment of royalty charges for this work are not produced,
Employer reserves right to pay the necessary royalty charges to the appropriate Authorities and
deduct the same from my bills.
Signature of Contractor
Contractor
No. of Corrections
Pg. 10
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
PILGRIMAGE DEVELOPMENT AUTHORITY
Name of work:- Construction of "W" : Metal Beam Crash Barrier for Bhandishegaon & Tondle Bhondle Bridge Approches.
Bill of Quantities (B. O. Q)
Sr.
No.
1
Qty.
Unit
710.00
Rmt
2
100.75
Sqm
Contractor
Rate
Amount (Rs.)
In Figure In Words
Metal Beam Crash Barrier a) Type - A, “W”: Metal Beam Crash Barrier 2,958.80 Two
Thousand 2100744.45
Providing and erecting a “W” metal beam crash barrier comprising of 3 mm
Nine
Hundred
thick corrugated sheet metal beam rail, 70 cm above road/ground level, fixed
FiftyEight Rupees
and Eighty Paise
on ISMC series channel vertical post, 150 x 75 x 5 mm spaced 2 m centre to
centre, 1.8 m high, 1.1 m below ground/ road level, all steel parts and
Only
fitments to be galvanised by hot dip process, all fittings to conform to
IS:1367 and IS:1364, metal beam rail to be fixed on the vertical post with a
spacer of channel section 150 x 75 x 5 mm, 330 mm long complete as per
clause 810. Spec.No. MORTH - 810. Sr. No. 37a) Page No. 187 DSR 2012 13
Painting the road surface using approved quality Thermo Plastic material
636.30
Six
Hundred
64107.23
(homogeneiously composed of aggregates, pigment, resings and glass
Thirty Six Rupees
reflectorising beeds) confirming to Clause-803.4.2.2 applied hot either by
and Thirty Paise
screeding or extension process at the rate of
Only
5 kg/ sqm. of painted surface using suitable machine capable of controlled
preparation and laying with surface applicator of glass beads at 250 gms/
sqm. allowing cooling to ambient pavement temperature, that shall produce
an adherent pavement marking of minimum specified thickness of 2.5 mm
inclusing barricading for traffic diversion as per IRC: 35 cleaning the surface
of dirt, dust and other foreign matter, demarcation at site, barricading for
traffic diversion, traffic control including cost of all materials, labour,
loading, unloading lead lift, transporting etc. complete.MORTH 8.13, Page
No.189, DSR 2012-13
Description
No. of Corrections
Pg. 11
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
Sr.
No.
3
Qty.
Unit
Description
540.00
No.
4
5.00
No.
Road Delineators: Supplying and installation of delineators (road way
indicators, hazard markers, object markers) 80-100 cm high above ground
level, painted black and white in 15cm wide strips, fitted with 80 x 100 mm
rectangular or 75 mm dia. circular reflectorised panels at the top, burried or
pressed into the ground and conforming to I.R.C. 79 and the
drawings.MORTH 8.15, Page No.187, DSR 2012-13
Providing and fixing Road junction / Information sign board of size 1.20 x
0.75 m. prepared on 16 gauge M.S. sheet with angle iron frame of size 35 x
35 x 3 mm. with cross bracing of size 25 x 25 x 3 mm including painting
with one coat of zinc cromate stoving primer and two coats each of
green/white back ground, red Retro reflective sheet Engineering grade,
border / letters / numerals and arrow. coated with non pealable crystal clear
protective transparent coat retaining 100% relection including one number
of M.S. Angle iron post of size 50 x 50 x 5 mm of 3.65 m. long inflated at
bottom drilled on top and painted in white and black bands of 25 cm. with 4
Nos. high strength G.I. bolts and nuts of size 10 mm dia. 20 mm long
including all taxes, conveying, fixing in ground with cement concrete 1:4:8
block of 60 cm x 60 cm x 75 cm. size etc. complete. Spec. No.: I.R.C. : 67 1977 RD 53, Page No.137, DSR 2012-13
Contractor
No. of Corrections
Pg. 12
Rate
Amount (Rs.)
In Figure In Words
917.33
Nine
Hundred
495359.55
Seventeen Rupees
and Thirty Three
Paise Only
4,772.25
Four
Thousand
Seven Hundred
Seventy
Two
Rupees
and
Twenty Five Paise
Only
23861.25
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Development of Pilgrimage Towns
Sr.
No.
5
Qty.
Unit
Description
14.00
No.
Providing and fixing N.H./S.H. Route Marker size 60 cm x 45 cm. with one
No. direction plate of size 30 cm x 25 cm prepared on 16 guage M.S. sheet
including painting with one coat of zinc cromate stoving primer and two
coats each of white and green back ground and back side gray stove
enamelled, bonded with cut out of red Retro reflective sheet Engineering
grade, border / letters / numerals and arrow. coated with non pealable crystal
clear protective transparent coat retaining 100% relection including one
number of M.S. Angle iron post of size 50 x 50 x 5 mm of 3.65 m. long
inflated at bottom drilled on top in one piece without joint painted with 4
Nos. of high strength G.I. bolts and nuts of size 10 mm dia. and 20 mm long
including all taxes, conveying, fixing in ground with cement concrete 1:4:8
block of 60 cm x 60 cm x 75 cm. size etc. complete. Spec. No.: I.R.C. : 67 1977, RD 52, Page No.137, DSR 2012-13
6
4.00
No.
Providing and fixing Road junction/ Information sign board of size 1.8 m. x 10,180.80 Ten
Thousand
1.2 m. prepared on 16 gauge M.S. sheet with angle iron frame of size 35 x
One
Hundred
35 x 3 mm. with cross bracing of size 25 x 25 x 3 mm including painting
Eighty
Rupees
with one coat of zinc cromate stoving primer and two coats each of
and Eighty Paise
green/white back ground, and back side gray stove enamelled, bonded with
Only
red Retro reflective sheet Engineering grade, border/ letters/ numerals and
arrow. coated with non pealable crystal clear protective coal retaining 100%
relection including two angle iron post of size 65 x 65 x 6 mm of 3.65 m.
long inflated at bottom drilling on top with two Nos. angle iron cross
bracing for vertical angle post of size 50 x 50 x 5 mm of 2.35 mtr. long
painted in white and black bands of 25 cm. with 8 Nos. high strength G.I.
bolts and nuts of size 10 mm dia. 20 mm long sheet and angle iron post in
one piece without joints including all taxes, conveying, fixing in ground
with cement concrete 1:4:8 block of 60 cm x 60 cm x 75 cm. etc. complete.
Spec. No.: I.R.C. : 67 - 1977 RD 54, Page No. 138, DSR 2012-13
Contractor
No. of Corrections
Pg. 13
Rate
Amount (Rs.)
In Figure In Words
31921.05
2,280.08 Two
Thousand
Two
Hundred
Eighty
Rupees
and Eight Paise
only
40723.20
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Sr.
No.
7
8
Development of Pilgrimage Towns
Qty.
Unit
Description
4.00
No.
Providing and fixing road junction/information sign boards of size ___
prepared fibre reinforced plate 4.0 milimetre thick on frame of 40 x 40 mm
angle with support of 40 mm M.S. patti of 6.00 mm thick for strengthening
including bonded with blue retroreflective sheetingof Engineering grade
having pressure sensitive/heat activated adhesive retroreflective with as per
directed colour with retroreflective symbols, letter, numbers, arrows with
two M.S. angle post of 65 x 65 x 6 mm size and 3.65 metre long in one
piece without joint inflow at bottom and filled on top with tracing of 40 x 40
x 5 mm M.S. angle and painting with white and black border of 25 mm,
fixing boards on post with including transportation fixing in 1:4:8 cement
concrete block of 60 x 60 x 75 cm size at site and complete. Spec.No. : IRC67 of 2001ii) Board size 1.80 x 0.90 metre
(b) High intensity grade, RD 77, Page No. 145, DSR 2012-13
357.48
Cum
Bituminous Macadam: Providing and laying bituminous macadam with 4060 TPH hot mix plant producing an average output of 35 tonnes per hour
using crushed aggregates of specified grading premixed with bituminous
binder, transported to site, laid over a previously prepared surface with a
hydrostatic paver finisher with sensor control to the required grade,level and
alignment and rolled as per clauses 501.6 and 501.7 to achieve the desired
compaction. Spec.No. MORTH - 504 50/75 mm compacted thickness with
3.3% Bitumen for grading (40mm nominal size) i) for Bitumen VG-30
(60/70 Grade ) Sr. No. 25, Page No. 182, DSR 2012-13
Contractor
No. of Corrections
Pg. 14
Rate
In Figure In Words
44,010.75 Forty
Thousand
Rupees
Seventy
Paise Only
6,595.35
Amount (Rs.)
Four
Ten
and
Five
176043.00
Six
Thousand
Five
Hundred
Ninty
Five
Rupees and Thirty
Five Paise Only
2357671.14
Engineer
Vol II Tender Notice 02/2014-15
Id -02/2014-15/Ppur/B-01-Fifth Call
Sr.
No.
9
Development of Pilgrimage Towns
Qty.
Unit
Description
174.38
Cum
Bituminous Concrete: Providing and laying bituminous concrete with 40-60
TPH batch type hot mix plant producing an average output of 35 tonnes per
hour using crushed aggregates of specified grading, premixed with
bituminous binder @ 5 percent 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 wheeled, vibratory
and tandem rollers to achieve the desired compaction as per MORTH
specification clause No. 509 complete in all respects.
Spec.No. MORTH - 509 i) For Bitumen VG-30 (60 / 70 bulk) with Cement
filler Sr. No. 29, Page No. 184, DSR 2012-13
Total Amount
Say
Contractor
No. of Corrections
Pg. 15
Rate
Amount (Rs.)
In Figure In Words
9,804.04 Nine
Thousand 1709578.90
Eight
Hundred
Four Rupees and
Four Pasie Only
=
=
7000009.77
7000000.00
Engineer