You are on page 1of 147

FORM.1.

4 FRONT COVER PAGE TO TENDER DOCUMENTS TAMIL NADU HIGHWAYS DEPARTMENT

BID DOCUMENT

NAME OF WORK

Reconstruction of a Bridge at Km.63/10-of Pollachi Dharapuram Karur Road across Nallathangal river

SERIAL NO. NO.OF PAGES

: :

1 BID DOCUMENT P.Q BID DOCUMENT : 202 80

NO.OF DRAWINGS PRICE :

Rs.15000/- + 600/- = Rs.15600/-.

ISSUED BY

DIVISIONAL ENGINEER (H), Nabard and Rural Roads, Erode.

SOLD TO THIRU. / M/S.

DATED INITIAL OF OFFICER

DRAUGHTING OFFICER Office of the Divisional Engineer (H) Nabard and Rural Roads, Erode .

GOVERNMENT OF TAMILNADU HIGHWAYS DEPARTMENT , NABARD AND RURAL ROADS CIRCLE, SALEM -7 Tender Notice No :02 / 2009-2010 /S.D.O./ Dated : 08.06.2009

For and behalf of Governor of Tamil Nadu sealed Percentage Tenders (Two cover System) will be received by the Superintending Engineer (H)NABARD & Rural Roads circle, Door No.8, 6th Cross Street, Maravaneri, Salem - 7 for the following works : Sl. No Name of Work Approximate Value (Rs.in Lakhs) EMD (RS.) Cost of tender Documents and (VAT) Place from Where tender Schedules can be obtained

CONSTRUCTION OF 100 NEW BRIDGES / RECONSTRUCTION OF BRIDGE


Erode (H) NABARD and Rural Roads Division 1 Reconstruction of a Bridge at Km.63/10-of Pollachi Dharapuram Karur Road across Nallathangal river 233.50 1,27,000 15,000 + 600 Divisional Engineer (H) NABARD & Rural Roads Division, Poondurai Road, Moolapalayam , Erode 2.

NOTES : 1. The Schedule can be down loaded free of cost from the website http : / www.tn.highways.org http : / www.tender.tn.gov.in Tender Schedule will be issued during office hours up to 5.45 P.M. on 13.07.2009. by the concerned Divisional Engineer (H) NABARD and Rural Roads, Erode . 2. The Tenders will be received up to 3.00 P.M. on 16.07.2009 by the Superintending Engineer (H) NABARD & Rural Roads Circle, Salem and the same will be opened at 3.15 P.M. on the same day. 3. Details regarding class of Contractor, Tender Specification and other Conditions are available in the above web-sites. Sd/.A.Shanmugapandian,

Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem-7.

INSTRUCTION TO BIDDERS Intending Tenderers may obtain prescribed Forms of Tender Schedules with drawing and condition for the works in person or through their Authorized Agents from the Office of the Divisional Engineer (Highways) NABARD and Rural Roads concerned up to the specified date during Office Hours on all working days, on producing necessary receipted Treasury chalan towards the cost and sales tax and surcharge (Not refundable) duly remitted in the following head of account within the jurisdiction of the concerned Divisional Engineers (H) ) NABARD and Rural Roads or demand draft obtained in the favour of the concerned Divisional Engineer (H) ) NABARD and Rural Roads towards the cost of schedule. The tenders duly filled in all respects and percentage tender may be sent in person or Courier or through Registered Post or Ordinary Mail so as to reach the hands of the bid inviting authority before 3.00 PM ( as per Office Clock ) on the specified date. Tender schedules are also available on http://tenders.tn.gov.in and 1 http://www.tnhighways.org and the same can be down loaded free of cost and used as tender document for submitting the offer. Cost of Bid Document Rs. 15,000 /8658 Highways suspense account III other receipts to the credit of the concerned Divisional Engineer (Highways) ) NABARD and Rural Roads, Erode.

Sales Tax and Surcharge Rs. 600 /0040 Sales Tax

The Tender Documents will also be supplied by the concerned Divisional Engineer (H) ) NABARD and Rural Roads through Registered Post or Courier to the Contractor who makes a request for the same on payment of cost along with Postal Charges at the risk and responsibility of the Contractor. The Divisional Engineer (H) NABARD and Rural Roads shall not be responsible for any delay in transit in such cases. The tenderers are permitted to furnish the tenders either in person (or) through courier(or) through registered post (or) ordinary mail to reach the hands of the tender inviting authority before 3.00 PM on on the specified date. Any tenders received after the time set forth will not be entertained and will be returned unopened. The department will not take any responsibility for the delay caused by courier (or) postal authority or by the messenger whatever means it may be. Contractors who have not participated in the tender for the past two years (or) failed to participate in the tender after obtaining tender schedule for three times, their registration of contractor ship will be deemed to have been canceled. Contractor 3

Tender schedule will be issued only to the Contractors who are having own Central Hot Mix Plant and Paver Finsher, on production of documentary evidences if the name of work mentioned in the Tender Notice (by using CMP and Paver Finisher) The tenders received without such proof for the possession of their own CMP and paver shall be rejected The tenderers who prefer to download the documents from the web site should also enclose the copies of evidence for registering their name in this department ( copy of registration) along with validity certificate for their registration. Also the contractor should furnish documents for possession of their own CMP & Paver finishers as per MORTH Specification, for the works involving CMP and paver finishers. The tenders received without such proof for the possession of their own CMP and paver shall berejected

Contractor Sd/.A.Shanmugapandian,

Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem-7.

INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS DOWNLOADED FROM INTERNET 1. Tender documents are to be down loaded from and print out is to be taken on A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded tender documents are to be printed through laser printer only. Submission of Xerox or photocopy of tender documents is prohibited. 2. This tender document (in full) downloaded along with the various documents required to be submitted as per the tender conditions in a sealed cover duly subscribing with the name of the work, tender notice no. and date, submission of tender downloaded from the internet etc, and the same should be dropped in the tender box kept in the office of Superintending Engineer (H) / Divisional Engineer (H) before the date and time stipulatedin the tender document. 3. Tender documents are available on http://tenders.tn.gov.in(or)http://www.tnhighways. org and the same can be downloaded and used as tenderdocument for submitting the offer. 4. The earnest money deposit required for this work as stipulated in the tender document has to be enclosed. 5. The tenderers who prefer to download the documents from the web site should alsoenclose the copies of evidence for registering their name in this department(copy of registration) along with validity certificate for their registration. Also the contractor should furnish documents for possession of their own CMP & Paver finishers as per MORTH Specification, for the works involving CMP and paver finishers, if the name of work mentioned (by CMP and Paver Finisher) in the Tender Notice. The tenders received without such proof for the possession of their own CMP and paver shall be rejected. 6. Tenderers are advised to download tender documents well in advance and submit the tender before the stipulated time. It is the responsibility of the tenderer to check any correction or any modifications published subsequently in Web site and the Tenderer shall take a printout of the Corrigendum (if any) and sign the same and should attach to the main tender document. Tender Documents unaccompanied by the published corrigendum will be liable for rejection. The Highways Department will not be responsible for any postal delays / delay in downloading of tender document from the internet. Contractor

7. Tenderers are free to download tender document at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting the offer. Master copy of the tender document is available in the office of Divisional Engineer (H) NABARD and Rural Roads concerned. After award of work an agreement will be drawn up. The agreement will be prepared based on the master copy available in the above mentioned office and not based on the tender document submitted by the tenderer. In case, any discrepancy between the tender documents downloaded from the internet and the master copy, the latter shall prevail and will be binding on the tenderer. No claim on this account will be entertained. 8. If any change / deletion is made by the Tenderer and the same is detected at any stag even after the award of the tender, his full earnest money deposit will be forfeited. In addition, the tenderer is liable to be prosecuted as per the law or banned from doing business with Highways Department. 9. I / We here by accept the above instructions and I / We will furnish a declaration for theabove with the Tender document. DECLARATION I / WE have download the tender form from the internet site http: // tenders.tn.gov.in (or) http://www.tnhighways.org and I / WE have not tampered / modified the tender forms in any manner. In case, if the same is found to be tampered / modified I / WE understand that my / our tender will be summarily rejected and full earnest money deposit will be forfeited and I am / we are liable to be banned from doing business with Highways Department and / or prosecuted.

Signature of Tenderer Date Address Contractor \

GOVERNMENT OF TAMIL NADU HIGHWAYS DEPARTMENT SALEM (H) NABARD AND RURAL ROADS CIRCLE, SALEM - 636 007 TENDER NOTICE
Tender Notice : 02/2009-2010 / SDO/

Date :

08.06.2009

For and on behalf of the Governor of Tamil Nadu sealed percentage tender will be received by the Superintending Engineer (Highways) NABARD and Rural Roads, No.8, 6th Cross Street, Maravaneri, Salem - 636 007 at his office 3.00 PM (as per office Clock) on 16.07.2009 in respect of the following works as detailed below for Pre- Qualification documents and percentage tenders (Two cover System). a) b) Pre qualification documents and E.M.D in a separate inner sealed cover and Bid documents in another sealed cover from the experienced and competent contractors registered in Highways Department as class I contractor with money limit of above Rs.75.00 lakhs (State level) who satisfies the terms and Conditions set out in the prequalification document and Bid documents (Two Cover System) Name of Work

Sl. No

Value of E.M.D. Time for Name of Place where Works RS. Month tender Schedule is Rs.in Completion availanle lakhs in COINSTUCTION OF 100 NEW BRIDGES / RECONSTRUCTION OF BRIDGE Reconstruction of a Bridge at Km.63/10-of PollachiDharapuramKarur road across Nallathangal River Divisional Engineer (H) NABARD & Rural Roads Division, Poondurai Road, Moolapalayam , Erode 2.

1.

233.50

1,27,000/-

15000 + 600

Intending tenders may obtain the pre-qualification and bid documents in person or through their authorized agents from the office of the Divisional Engineer (H) NABARD and Rural Roads, Erode up to 13.7.2009 during office hours up to 5.45 P.M. on all working days. The pre-qualification and percentage bid documents will also be sent by post or courier to any prospective tenderer who makes a request for the documents on payment of cost along with postal charge of Rs.300/- in the head of account as noted below at the risk and responsibility of the prospective tenderer. The Department does not take any responsibilities for the delay. 11

Pre-qualification and bid documents shall be purchased on written application up to 13.7.2009 druing working days and working hours from the office of the Divisional Engineer (H) concerned on producting necessary receipted Treasury chalans within the jurisdiction of the concerned Division towards the cost of Pre-qulification and bid documents (non-refundable) and sale Tax and Surcharege duly remitted in the following head of account. Cost o Tender Schedule Rs.15,000/Remittance Sales Tax and Surcharge VAT Rs.600/8658 Highways Suspense Account II other to the Credit of Divisional Engineer (H) Erode. TNGST / 0040 / STAB

Demand Drafts drawn in favour of the Divisional Engineer(H)NABARD and Rural Roads, Erode obtained from scheduled banks also will be accepted towards cost of bid document including taxes. The above Tender documents is also available on the following web sites. i) http://www.tenders.tn.gov.in ii) http://www.tnhighways.org

This sites permits downloading of the tender documents.The intending tenderers may visit this site and download the tender document. The tender forms are available on the designated websites for downloading free of cost. The instructions to download the Tender document are published in the same websites. The pre-qualification and bid documents duly filled in all respects may be send in person or courier or through registered Post or ordinary mail so as to reach the office of bid inviting authority before 3.00 P.M ( as per office clock) on 16.7.2009 Any Tender received after the time set forth will not be entertained and will be returned unopended and the department will not be responsible for delay so caused by any of the above services whosoever may be appropriate. The contractor or their authorized representatives alone will be allowed to put their tender. E.M.D. should be enclosed only with the pre-qualification documents otherwise the tender will be summarily rejected. E.M.D. in the shape of deposit receipts , demand draft and irrevocable Bank Guarantees issued by the schedule Banks or Postal savings Account , small savings scripts and National savings Certificate duly pledged to the Divisional Engineer (Highways) NABARD and Rural Roads Erode, will also be accepted. The earnest Money Deposit not pledged in favour of the Divisional Engineer(H) NABARD and Rural Roads Erode, will not be accepted and tenders will be summarily rejected. The pre-qualification and bid documents duly filled in all respects will be received upto 3.00 PM on 16.7.2009 ( as per office clock) by the Superintending Engineer (H) NABARD and Rural Roads , Salem . The pre-qualification documents alone will be opened by the Superintending Engineer (H) NABARD and Rural Roads , Salem in the presence of the Tendereres at 3.15 P.M on 16.7.2009 13

The bid documents of the qualified bidders will be opened after intimation to the qualified bidders on the date which will be announced later. The other unqualified bid documents will be returned unopened . For any reason if the tender receiving day by the Superintending Engineer (H) NABARD and Rural Roads , Salem is declared as a holiday, the tender will be received by the Superintending Engineer (H) NABARD and Rural Roads , Salem on the next working day and opened at the mentioned timings originally. The Superintending Engineer (H) NABARD and Rural Roads , Salem, reserves the right accepts or rejects tenders without assigning any reason there fore. Contactors who have not participated in the tender for the past two years (or) failed to participate in the tender after obtaining tender schedule for three times, their registration of contractor ship will be deemed to have been cancelled. Note 1) Cash / Cheque will not be accepted towards the cost of tender documents and should be remitted in the respective head of account in the Government Treasury residing in their respective area of the Divisional Engineer (H) NABARD and Rural Roads, Erode. Demant draft in favour of the Divisional Engineer (H) NABARD and Rural Roads, Erode from scheduled bank also will be accepted towards cost of tender Schedule including taxes. 2) Sales Tax clearance certificate valid for the current period should be enclosed with the tender schedule. 3) Tenderers who wish to download the tender documents form the http://www.tn.highways.org http://www.tender.tn.gov.in should invariably enclose the downloaded tender condition (available in the website) duly signed on each page along with tender document. MINIMUM CRITERIA FOR PRE QUALIFICATION. ( Package No.2,5,9,10,11 ) 1. The applicant in the same name and style should have achieved minimum annual Turnover (Defined as billing for the works in progress and completed) over the last five years at 40% of the value of contract / Contracts applied for. 2. The Contractor in the same name and style, as prime contractor should have successfully completed at least one contract (Highway Road works / Railways / Airport Authority of India) with at least 40% of the value of proposed contract with in the last five years. 15

3. The experience in similar nature of work should also include minimum quantities of works executed at least in one work during the last five years i.e. is 40 % of the quantities of major items involved in the proposed work for which pre-qualification has been called for. 4. 5. The Contractor should have sufficient Tools and plants to complete this work. The Contractor should have required bid capacity to execute this work.

6. Tenders of the Contractors in the joint venture arrangements will not be considered. Sd/.A.Shanmugapandian,

Superintending Engineer (H) NABARD and Rural Roads Circle, Salem 636 007
17

jkpo;ehL muR neLQ;rhiyj;Jiw Nryk; (ne) eghh;L kw;Wk; fpuhkr;rhiyfs; tl;lk;> Nryk;-7.
Xg;ge;jg;Gs;sp mwptpg;G vz;: 02/2009-2010/ Ktm/ ehs;: 8.6.2009

jkpo;ehL M@eh; mth;fSf;fhfTk;> mtUila rhh;gpYk; fz;fhzpg;Gg; nghwpahsh; (ne) eghh;L kw;Wk;; fpuhkr; rhiyfs; tl;lk;> Nryk;-636 007 mth;fshy; fPNo Fwpg;gplg;gl;l gzpfSf;F %b Kj;jpiuaplg;ggl;l rjtPj xg;ge;jg;Gs;spfs; vz;.8> MwhtJ FWf;Fj; njU> md;W kutNdhp> gpw;gfy; 3.00 Nryk;-636 kzptiu 007 cs;s fjT mtuJ

mYtyfj;jpy;

16.7.2009
gzpf;F (,U

(mYtyf

fbfhug;;gb)

tuNtw;fg;gLfpwJ. fPo;fz;l ciwfs;Kiw) Kd;jFjp fhzYf;fhd Mtzq;fs;

kw;Wk; Kd;itg;Gj; njhif jdp ciwapl;lJ kw;Wk; Ntiyf;fhd rjtPj xg;ge;j Mtzq;fs; jdp ciwapl;L NkYiwapl;lJ (,U ciwfs; kl;Lk;) tuNtw;fg;gLfpwJ. Nkw;fz;l xg;ge;j miog;gpy; Kd;jFjp fhzYf;fhd gbtj;jpy; nrhy;yg; gl;Ls;s epge;jidfs; kw;Wk; tpjpKiwfSf;F Vw;Gila xg;ge;jf;fhuh;fs; kw;Wk; ,j;Jiwapy; gjpT ngw;w khepy mstpyhd &.75.00 yl;rj;jpw;F Nky; gztuk;Gld; $ba Kjy; tFg;G xg;ge;jf;fhuh;fs; kl;Lk; Nghl;bf;Fj; jFjp cilath;fs; Mthh;fs;.

t. vz;

Ntiyapd; ngah;

Ntiyapd; Njhuha kjpg;G ,yl;rj;jpy;

Kd; itg;Gj; njhif &ghapy;

Xg;ge;jg; Gs;sp e%dh tpiy kw;Wk;


(VAT)

xg;ge;jg;Gs;sp e%dh fpilf;fg;ngWk; ,lk;.

100 Gjpa ghyq;fs; fl;Ljy;


<NuhL (ne) eghh;L kw;Wk; fpuhkr;rhiyfs; Nfhl;lk; nghs;shr;rpjhuhGuk; f&h; rhiapy; fpkP.63/10y; ey;yjq;fhs; Mw;wpd; FWf;Nf ghyk; jpUk;gf; fl;Ljy;

/ gOjile;j ghyq;fis GJg;gpj;jy;


Nfhl;lg; nghwpahsh; (ne) eghh;L kw;Wk; fpuhkr;rhiyfs; Nfhl;lk;> G+e;Jiw NuhL> %yg;ghisak;> <NuhL -2

233.50

1,27,000

15,000 + 600

19

gjpT mQ;ry; my;yJ jdpahh; tpiuT mQ;ry; topahf Kd;jFjp Mtzq;fs; kw;Wk; rjtPj xg;ge;jg;Gs;sp gbtq;fs; ngw tpUk;GNthh; xg;ge;jg;Gs;sp gbtq;fs; njhif tpw;gid thpj; njhif kw;Wk; mQ;ryf nryTj; njhif Mfpatw;wpw;fhd jdpj;jdp nrYj;Jr;rPl;Lfs; mDg;gp jq;fsJ KO nghWg;gpy; tpz;zg;gpj;J ngw;Wf; nfhs;syhk;. ,jdhy; Vw;gLk; fhyjhkjj;jpw;F ,j;Jiw nghWg;Ngw;fhJ.

Kd;jFjp

eph;za

Mtzq;fs;

xg;ge;jg;Gs;sp

gbtq;fs;

kw;Wk;;

epge;jidfs;

mlq;fpa gl;bay; Kjyhdit rk;ke;jg;gl;l Nfhl;lg; nghwpahsh; (ne) eghh;L kw;Wk; fpuhkr;rhiyfs;> <NuhL mth;fs; mYtyfj;jpy; xg;ge;jg;Gs;sp gbtq;fs;; njhif kw;Wk; mQ;ryf nryTj; njhif jdpj;jdpahd (jpUg;gp jug;glkhl;lhJ) &.300/- I fPNo Fwpg;gpl;Ls;s fzf;Fj; jiyg;gpy; muR fUT+yj;jpy; nrYj;jp jq;fsJ KOg; nghWg;gpy; mDg;gp rk;ke;jg;gl;l Nfhl;lj;jpd; vy;iyf;fFl;gl;l nrYj;Jr;rPl;Lld;

tpz;zg;gpj;Jf; nfhs;tjpd; %yk;

13.7.2009 tiuapy; mYtyf Ntiy ehl;fspy;


njhif 8658 Highways Suspense Account II other jiyg;G Remittance the Credit of Divisional Engineer (H) NABARD and Rural Roads, Erode. TNGST / 0040 / STAB

mYtyf Neuj;jpy; ngw;Wf; nfhs;syhk;. xg;ge;jg;Gs;sp nrYj;j &.15000/gbtq;fs; Ntz;ba fl;lzj; fz;fF

tpw;gidthp kw;Wk; rh;rhh;[;.VAT&. 600/-

xg;ge;jg;Gs;sp

gbtq;fs;

tpiy

kw;Wk;

tpw;gid

thpf;fhf

eph;zak;

nra;ag;gl;Ls;s njhifapid tiuaWf;fg;gl;l tq;fpfspypUe;J rk;ke;jg;gl;l Nfhl;lg; nghwpahsh; (ne) eghh;L kw;Wk; fpuhkr;rhiyfs;> <NuhL gjtp ngahpy; vLf;fg;gl;l Nfl;G tiuNthiy tbtj;jpYk; Vw;Wf; nfhs;sg;gLk;.

xg;ge;jg;Gs;sp gbtq;fs; ,iza jsj;jpYk; ngw;Wf; nfhs;syhk;. ,iza jsj;jpy; xg;ge;jg;Gs;sp gbtq;fis ngw tpUk;Gk; xg;ge;jf;fhuh;fs; fPo;f;fhZk; ,iza jsj;jpy; VjhtJ xd;wpy; nrd;W gjptpwf;fk; nra;J nfhs;syhk;. mt;thW gjptpwf;fk; nra;J nfhs;Sk; xg;ge;jg;Gs;sp gbtq;fSf;F fl;lzk; VJk; nrYj;j Njitapy;iy. i) ii) http://www.tn.highways.org http : / www.tender.tn.gov.in 21

xg;ge;j e%dh gjptpwf;fk; Nkw;nfhs;tjw;fhd topKiwfs; Nkw;fz;l ,izajsj;jpy; gpuRhpf;fg;gl;Ls;sJ.

,Nj

G+h;j;jp nra;ag;gl;l Kd;jFjp eph;za Mtzq;fs; kw;Wk; rjtPj xg;ge;jg;Gs;spia NeubahfNth jdpahh; tpiuT mQ;ry; topahfNth rhjhuz my;yJ gjpT mQ;ry; %ykhfNth 16.7.2009 md;W gpw;gfy; 3.00 kzpf;Fs; xg;ge;jg;Gs;sp NfhUk; mYtyhpd; iffspy; fpilf;fg; ngw Ntz;Lk;. ve;j xU xg;ge;jg;Gs;sp gbtq;fs; Nkw;nrhd;d fhytuk;gpw;F mit jpwf;fg;glhky; > rk;ke;jg;gl;ltUf;F jpUg;gp mDg;gg;gLk;. jdpahh; tpiuT mQ;ry; Mfpatw;why; cz;lhFk; fhyjhkjj;jpw;F tpjj;jpYk; nghWg;ghfhJ. xg;ge;jf;fhuh; my;yJ mtuJ kl;LNk xg;ge;jg;Gs;sp Nfhu mDkjpf;fg;gLthh;fs;. mj;jhl;rp Nky; ngwg;gl;lhy; mQ;ry;Jiw > ,j;Jiw ve;j ngw;w egh;fs;

VjhtJ xU fhuzj;jhy; xg;ge;jg;Gs;sp gbtq;fs; toq;fg;gLk; filrp ehs; tpLKiwahf mwptpf;fg;gl;lhy; mjw;F mLj;j Ntiyehspy; mYtyf Neuj;jpy; tpz;zg;gpj;J xg;ge;jg;Gs;sp tpjpKiwfspd; gb ngw;Wf; nfhs;syhk;.

Kd;itg;Gj; njhif Kd;jFjp eph;za Mtzq;fSld; jhd; ,izf;fg;gl Ntz;Lk;. mt;thW Kd;jFjp Mtzq;fSld;> itg;Gj; njhif ,y;yhtpby; xg;ge;jg;Gs;sp js;Sgb nra;ag;gLk;.

tiuaWf;fg;gl;l tq;fpapypUe;J toq;fg;gl;l itg;Gj; njhif urPJ tq;fp tiuNthiy kw;Wk; uj;J nra;a Kbahj tq;fp cj;jputhjk; kw;Wk; mQ;ryf Nrkpg;Gg; gj;jpuq;fs; Kjypad rk;ke;jg;gl;;l Nfhl;lg; nghwpahsh; (ne) eghh;L kw;Wk; fpuhkr;rhiyfs;> <NuhL ngahpy; <L nra;ag;gl;bUf;f Ntz;Lk;. rk;ke;jg;gl;l Nfhl;lg; nghwpahsh; (ne) eghh;L kw;Wk; fpuhkr;rhiyfs;> ngahpy; <L nra;ag;glhj Kd;itg;Gj; njhif Vw;Wf; nfhs;sglhjJld; xg;ge;jg;Gs;spAk; fz;bg;ghf epuhfhpf;fg;gLk;.

epiwT nra;ag;gl;l Kd; jFjp eph;za Mtzq;fs; kw;Wk; xg;ge;jg;Gs;sp e%dh 16.7.2009 md;W khiy 3.00 kzp tiu fz;fhzpg;Gg; eghh;L eph;za kw;Wk; fpuhkr;rhiyfs;> kl;Lk; Nryk; mth;fshy; ngw;Wf; nghwpahsh; Mtzq;fis fz;fhzpg;Gg; (ne) nghwpahsh; (ne) Kd;jFjp kw;Wk; eghh;L nfhs;sg;gLk;.

fpuhkr;rhiyfs;> Nryk; mth;fshy; jpwf;fg;gLk;.

16.7.2009 md;W khiy 3.15 kzpf;F tUif

Ghpe;Js;s xg;ge;jf;fhuh;fs;/mjpfhuk; ngw;w xg;ge;jf;fhuh;fspd; Kfth;fs; Kd;dpiyapy;

23

Kd; jFjp eph;zak; ngw;w xg;ge;jf;fhuh;fspd; xg;ge;jg;Gs;spfs; jpwf;fg;gLk; ehs; xg;ge;jf;fhuh;fSf;F gpd;dh; mwptpf;fg;gLk;. kw;w Kd; jFjp ngwhj xg;ge;jf;fhuh;fspd; xg;ge;jg;Gs;spfs; jpwf;fg;glhky; jpUg;gp mDg;gg;gLk;.

fhuzk;

VJk;

njhptpf;fhky;

xg;ge;jg;Gs;spfis

Vw;fNth

(my;yJ)

epuhfhpf;fNth> fz;fhzpg;Gg; nghwpahsh; (ne) eghh;L kw;Wk; fpuhkr;rhiyfs;> Nryk; mth;fSf;F KO mjpfhuk; cz;L.

xg;ge;jf;fhuh;fs;>

,uz;L

Mz;Lfs;

xg;ge;jg;Gs;spfs; xg;ge;j

fye;J

nfhs;shky; fye;J

my;yJ %d;W Kiw xg;ge;jg;Gs;sp gbtq;fs; ngw;W nfhs;shky; tpl;lhNyhmth;fspd; gjpT uj;jhFk;.

miog;Gfspy;

Fwpg;G : 1)
xg;ge;jg;Gs;sp gbtq;fs; tpiyf;fhf nuhf;fk; my;yJ fhNrhiyfs; Vw;Wf; nfhs;sg;glkhl;lhJ . mitfspd; tpiyfSf;fhd njhifia rk;ke;jg;gl;l (ne) eghh;L kw;Wk; fpuhkr;rhiyfs; Nfhl;l vy;iyf;Fl;gl;l muR fUT+yq;fspy; nrYj;jpa nrYj;Jr;rPl;L my;yJ rk;ke;jg;gl;l Nfhl;lg; nghwpahsh; (ne) eghh;L kw;Wk; fpuhkr;rhiyfs; mth;fspd; gjtpapd; ngahpy; tiuaWf;fg;gl;l tq;fpapy; vLf;fg;gl;l tq;fp tiutpid tpz;zg;gj;Jld; ,izj;J xg;ge;jg;Gs;sp gbtq;fs; ngw;Wf; nfhs;syhk;. tpw;gid thp nrYj;jpajw;fhd epYitapy;yh rhd;wpjio nry;yj;jf;f tifapy; xg;ge;jg;Gs;spAld; ,izf;f Ntz;Lk;. elg;ghz;by;

2)

3)

,izaj;jsk; i) ii) http://www.tn.highways.org http : / www.tender.tn.gov.in

Nkw;fz;l ,iza jsj;jpy; xg;ge;j gbtq;fs; ngw;W rkh;g;gpf;Fk; NghJ xg;ge;j gbtq;fs; cs;s midj;J gf;fq;fspYk; xg;ge;jf;fhuh; ifnaOj;jpl Ntz;Lk;.

25

Kd; jFjp fhzYf;fhf Fiwe;jgl;rj; jFjpfs;.


1. xg;ge;jf;fhuh;fs; mNj ngahpYk; mNj xj;j jd;ikAila tpguq;fSlDk; (Same Name and Style)fle;j Ie;J Mz;Lfs; VjhtJ xU Mz;by; jw;NghJ xg;ge;jg;Gs;sp NfhUk; Ntiyapy; 40% kjpg;gpw;F tUlhe;jpu Ntiy nra;J Kbj;j msTld; (Annual turn Over) mjhtJ Kd;Ndw;wj;jpy; cs;s my;yJ nra;J Kbf;fg;gl;l gzpfSf;F gl;bay; ngw;W rhjpj;jpUf;f Ntz;Lk; xg;ge;jf;fhuh;fs; mNj ngahpYk; mNj jd;ikAila tpguq;fSld; (Same name and style) Kjd;ik xg;ge;jf;fhuh;fshf ,Uf;Fk; gl;rj;jpy; fle;j Ie;J tUlj;jpy; jw;NghJ xg;ge;jg;Gs;sp Nfhug;gLk; Ntiyapy; kjpg;gpy; 40% mstpw;F xU Ntiyia Kbj;jpUf;f Ntz;Lk; fle;j Ie;J tUlq;fspy; VjhtJ xU gzpapy; jw;NghJ Kd;jFjp Mtzq;fs; Nfl;fg;gl;l gzpapy; xj;j jd;ikAila Kf;fpa ,dq;fspy; (Major Items) 40% gzpfs; Kbj;jpUf;f Ntz;Lnkd;gJ Kd; mDgtj;jpw;fhf vLj;Jf;nfhs;sg;gLk;. xg;ge;jf;fhuh;fs; ,t;Ntiyia Kbg;gjw;F NghJkhd fUtpj; jsthlq;fs; itj;jpUf;f Ntz;Lk;. xg;ge;jf;fhuh; xg;ge;j Ntiyia nray;gLj;Jk; tifapy; nghUs;jpwd;(Bid Capacity) nfhz;ltuhf ,Uf;f Ntz;Lk;. ,iz Maw;rpAld; (Joint Venture) $ba xg;ge;jf;fhuh;fspd; xg;ge;jg;Gs;spfs; Vw;Wf; nfhs;sg;gl khl;lhJ. (xk;) m.rz;Kfghz;bad;> fz;fhzpg;Gg; nghwpahsh; (ne) eghh;L kw;Wk; fpuhkr;rhiyfs; tl;lk;> Nryk;-7

2.

3.

4. 5. 6.

27

TENDER
ISSUED TO THIRU :
To The Superintending Engineer (H), Nabard & Rural Roads, Salem. Sir, I/We do hereby tender and if this Tender be accepted undertake to execute the following

Reconstruction of a Bridge at Km.63/10-of Pollachi Dharapuram Karur Road across Nallathangal river as shown in the drawings and described in the specifications attached with the bid
work viz documents with such variations by way of alterations of, additions to and omissions from the said works and methods of payment as are provided for in the conditions of contract at estimate rate or at _________________________ Percent below estimate rates or at ____________________________ percent above estimate rates indicated in Schedule-A. I/We hereby agree that when works are executed by way of alterations of, additions to omissions and or any new items not contemplated in the bid document, rates for these items derived as laid down in clause 110-04 of P.S. to S.S.R.B. I/We hereby distinctly and expressly declare and acknowledge that before the submission of my/our Tender, I/We have carefully followed the instructions in the Tender Notice and have read Standard Specifications for roads and bridges and preliminary specifications to standard specification for roads and bridges, the specifications for roads and bridge works of Ministry of Road Transport and Highways and that I/We have made such examination of the contract documents and of the plans, specifications and quantities and of the locations where the said work is to be done and such investigation of the work required to be done and in regard to the materials required to be furnished as to enable me/us to thoroughly understand the intention of the same and the requirement, covenants, agreements, stipulations and restrictions contained in the contract and in the said plans and specifications and distinctly agree that I/We will not hereafter make any claim or demand upon the Government of Tamil Nadu based upon or arising out of any alleged misunderstanding or misconception or mistake on my/our part of the said requirement, covenants, agreements, stipulations and restrictions and conditions in executing the work. I/We shall keep the rate of progress of work as stipulated in the tender notice. I/We, being a registered contractor of the Highways Department enclose the certificate of Income Tax Verification and Sales Tax Clearance Certificate valid for the current year.

Contractor.
No.of correction No.of Over Writings : :

S. E (H)

29

I/We, enclose herewith a Chalan No._____________________ Dated: ___________ for the payment of the sum of Rupees ___________________ as earnest money remitted at __________________ Treasury under revenue deposit. If my/our tender is accepted, the earnest money may be retained by the Department as security deposit for the due fulfillment of the contract by transferring the same to the credit of the Divisional Engineer (Highways) NABARD & Rural Roads, Erode Division. If upon intimation being given to me/us by the Superintending Engineer of acceptance of my/our tender, fail to attend the said office on the date fixed therein, or if I/We fail to make the further security / additional security deposit as may be intimated and enter into the required agreement, then I/We agree to the forfeiture of the earnest money not as a penalty but in payment of liquidated damages sustained as a result of such failure. Address to which intimation/notice is to be sent. I/We fully understand that the written agreement to be entered into between me/us and the Government shall be the foundation of the rights of both the parties and contract shall not be deemed to be complete until the agreement has first been signed by me/us and then by the proper officer authorised to enter into contract on behalf of Government. I/We are professionally qualified and my/our qualifications are given below:Name Qualification

Contractor.

31

I/We will employ the following technical staff for supervision of the work and will see that one of them is always present at works site personally checking all items of works and paying extra attention to such works which require special attention (e-g) Reinforced concrete work etc. I/We also agree for the deduction of the sums indicated in the special conditions, if I/We fail to employ the technical assistants.

Name of the members of Technical Qualification Staff proposed to be employed

SIGNATURE OF THE CONTRACTOR Station: Date : Sd/.A.Shanmugapandian

Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem -7.

33

Sold to Thiru Draughting Officer.


TENDER

1. For and on behalf of the Governor of Tamil Nadu, sealed tenders on percentage basis at estimate rates or above estimate rates or below estimate rates will be received by the Superintending Engineer (Highways) Nabard & Rural Roads, Salem at his Office up to 3.00 p.m. (Office Clock) on 16.07.2009 for the Work of Reconstruction of a Bridge at

Km.63/10-of Pollachi Dharapuram Karur Road across Nallathangal river


2. The tender should be in the prescribed form obtainable from the Divisional Engineer (Highways) Nabard & Rural Roads Erode Division up to 13.07.2009 on all working days during the office hours. 3.The tenders will be opened by the Superintending Engineer (Highways) Nabard & Rural Roads Circle, Salem at his office at 3.15 p.m. as per the Office Clock, on the same day (i.e.) on 16.7.2009. 4.The tenderers or their authorised agents are expected to be present at the time of opening of tenders. The tender receiving officer will on opening each tender initial all corrections in the presence of the tenderers. The tenderers shall accept the corrections without any question whatsoever. 5.Tenders must be submitted in sealed covers and should be addressed to the Superintending Engineer (Highways) Nabard & Rural Roads Circle, Salem The name of the tenderer and the name of the work shall be noted on the cover. 6.If an individual makes the tender, it shall be signed with the full name and his address shall be given. If it is made by a firm, it shall be signed with the co-partnership name, by a member of the firm, who shall also sign his own name and the names and addresses of each member of the firm shall be given. If the tender is made by a corporation, it shall be signed by duly authorised Officer who shall produce with his tender satisfactory evidence in support of his authorization. Such tendering corporation may be required before the contract is executed, to furnish evidence of its corporate existence. 7.The tenderers who have registered in the Highways Department under category Class I . and above are eligible to tender for this work as already notified in the tender notice.

Contractor. 35

8.1 Each tenderer must send a certificate of Income Tax Verification from the appropriate Income Tax authority in the form prescribed there for. This certificate shall have validity for one year from the date of issue for all tenders submitted during the period. 8.2 Each tenderer must also send a certificate of Sales Tax Verification issued during current year from the appropriate authority. 8.3 In case of proprietary or partnership firm it will be necessary to produce the certificate for the proprietor or proprietors and for each of the partners as the case may be. 8.4 If the tenderer is a registered contractor in the department and if certificate for the current year had already been produced during the calendar year in which the tender is made, it will be sufficient if the particulars regarding the previous occasion in which the certificate was produced are given. However a Xerox copy of the certificates shall be furnished. 8.5 All tenders received without certificate of Income Tax Clearance and Sales Tax Clearance are liable to be rejected. 9.1 Each tenderer must pay as Earnest Money Deposit a sum of Rs .1,27,000/(Rupees One Lakh Twenty Seven Thousand only )In any form of security such as (1) National Savings Certificate pledged in favor of Divisional Engineer(Highways) NABARD and Rural Roads , Erode Division and not in favor of Governor etc., (2) Demand Draft from Nationalized scheduled Bank in favor of the Divisional Engineer(Highways)Nabard Rural Roads , Erode Division (3) Indra Vikas Patras which have not matured for payment along with a covering letter giving numbers of those patras and also noting the name of tenderer in the back side of patras and enclosed with his tender (4) Kisan Vikas Patras duly pledged in favour of the Divisional Engineer (Highways) Nabard and Rural Roads Erode Division subject to the condition that the short term securities obtained shall be kept valid for reasonable tenure till decision of tender is finalized. If the National Savings Scrips, Postal Scrips, Post Office Savings not pledged in favour of Divisional Engineer (Highways) Nabard Rural Roads, Erode Division are enclosed with pledge forms signed by the contractor without actually pledging, the tender will be summarily rejected. The Earnest Money Deposit will be refunded to the unsuccessful tenderers on application after the decision on the tender is taken or at the expiration of 120 days from the date of tender whichever is earlier. This refund will be authorised by the Divisional Engineer (Highways) Nabard & Rural Roads, Erode Division. The Earnest Money Deposit will not be received in cash or currency notes or cheques or bank guarantee or Prize Bonds or IPOS or Bank Drafts from non-scheduled bank. The successful tenderer should replace the E.M.D. (furnished in modes other than bank guarantee wherever provided for) in the form of small savings scrip/ deposits accounts etc. duly pledged in favour of the Divisional Engineer Erode The tenderers who furnish Earnest Money Deposit in the shape of Indra Vikas Patras should note their name in the backside of the Indra Vikas Patras and also they should enclose a letter along with their tender noting the Registration Number of the Indra Vikas Patras enclosed with the tender. Contractor. 37

9.2 The E.M.D. will not be accepted in the shape of bank guarantee. Tender with EMD in the shape of bank guarantee shall be rejected. 9.3 Tenders not accompanied with the notified Earnest Money Deposit in the acceptable form shall be rejected. 9.4 Earnest Money Deposit will be retained in the case of successful tenderer and will not carry any interest. It will be dealt with as provided in the tender. 10.1 The successful tenderer will be notified by a letter sent by registered post to the address shown on his tender that his tender has been accepted. The tenderer shall attend the Office of the Divisional Engineer (H)NABARD and Rural Roads Erode on the date fixed by written information to him. He shall, forthwith upon intimation being given to him by the Divisional Engineer of acceptance of his tender, sign an agreement in the proper departmental form for the due fulfillment of the contract with in 15days after such intimation. A further security deposit of (Rs. 3,40,000/- (Rupees Three Lakhs and Forty Thousand only) or such other sums as will be intimated to him shall be furnished in the shape of small savings scripts. This security deposit together with the Earnest Money Deposit and the amount withheld according to clause 110 of Preliminary Specification to S.S.R.B. shall be retained as security for the due fulfillment of this contract. If, upon intimation being given to the successful Tenderer by the Divisional Engineer (Highways) Nabard Rural Roads Erode of acceptance of his tender, the tenderer fails to make the further security deposit and or additional security deposit and to enter into the referred agreement, it will be considered as just cause for the annulment of the award of contract and the said earnest money referred in clause 9.1 of the tender notice shall be forfeited, not as a penalty but in payment of liquidated damages sustained as a result of such failure. 10.2 The written agreement to be entered into, between the contractor and Government shall be the foundation of all rights of both the parties and the contract shall not deemed to be complete until the agreement has first been signed by the contractor and then by the proper Officer authorised to enter into contracts on behalf of the Government of Tamilnadu. 11. The Preliminary specifications to the Standard Specifications for Roads and Bridges construction shall form an inseparable condition of the contract in all agreements entered into by the contractor for execution of work for the Tamilnadu Highways Department.

Contractor. 39

12. For items of works in buildings and structure not covered by the specifications, relevant items from Tamilnadu Building Practice, National Building Code as amended from time to time shall apply. 13. The tenderer shall examine closely the SSRB, MOR T & H Specifications and TNBP and also the Standard Preliminary Specifications to SSRB contained therein before submitting his tender which shall be for finished work in site. He shall also carefully study the drawings and descriptive specifications supplementing Schedule-A and all documents which form part of the agreement to be entered into by the accepted Tenderer. It shall not be necessary to append these Standard Specifications and codes with the bid documents and they shall be deemed to be inseparable part of bid document and agreement to be entered into. 14. The tenderer's attention is directed to the requirements of materials under the clause "Materials and the Workmanship" in the Preliminary Specifications, Materials confirming to the Specifications approved by Bureau of Indian Standard and Indian Road Congress shall be used in the work and the Tenderer shall quote his tender percentage accordingly. 15.1 Every tenderer is expected before quoting his tender percentage to inspect the site of the proposed work. He should also inspect the quarries and other sources of materials and satisfy himself about the name of quarries, Kilns etc., where from certain materials are to be obtained as given in the descriptive specification sheet. 15.2 The best class of materials to be obtained from the quarries and other sources designated shall be used on work. In every case the materials must comply with the relevant Standard Specifications. Samples of materials as called for in the Standard Specifications or in the tender notice or as required by the Divisional Engineer(H) in any case shall be submitted for the Divisional Engineer's approval before the supply to the site of work is begun. 16. The Government will not however, after acceptance of the tender, pay any extra for lead or for any other reasons in case the contractor is found later on to have misjudged the quality or quantity of materials available. Attention of the contractor is directed to the Standard Preliminary Specifications regarding payment of seigniorage, tolls etc., 17.1 The Tenderer's particular attention is drawn to the sections and clauses in the Standard Preliminary Specifications dealing with: 1. 2. 3. 4. 5. 6. 7. 8. Test inspection and rejection of defective materials of work. Carriage. Construction plants. Water and lighting. Clearing up during progress and for delivery. Accidents Delays Particulars of payment

17.2 The Tenderer should closely peruse all the specification clauses which govern the rates for which he is tendering. Contractor. 41

18. A schedule of quantities with estimate rates accompanies the tender document. It shall be definitely understood that the Government does not accept any responsibility for the correctness or completeness of quantities in the schedule and that this schedule of quantity is liable to alterations, omissions, deductions, additions at the discretion of the Divisional Engineer(Highways)Nabard and Rural Roads, Erode Division or as set forth in the condition of contract. Tenderer will however base his over all tender percentage, with reference to the departmental estimate rates indicated in Schedule-A. 19.The tenderers shall quote in the tenders the over all percentage with reference to the estimate value at which he will undertake to do the whole work subject to the conditions of contract. The tender percentage shall be written legibly and free from erasures. Over writings or conversions of figures, or corrections,where unavoidable should be made by crossing out, initialing dating and rewriting. 20. Tenders not submitted in proper form or within the due time will be rejected. Lump sum amounts for items not called for shall not be included in the tender. No alteration which is made by the tenderer in the tender or the conditions of contract, the drawing, specifications or quantities accompanying the same will be recognized and if any such alterations are made, the tender will become invalid. 21. The attention of the tenderers is drawn to the contract requirements as to the time of commencement of work. The rate of progress and the dates for completion of the whole work and the several activities shall be as indicated below. The date of commencement of this programme will be the date on which the site (Premises) is handed over to the contractor. The time fixed for completion of the entire work shall be 18 months. PROGRAMME FOR COMPLETION OF WORK: Sl. Period (Cumulative from the Milestone fixed for completion. No. date of handing over the site) 1. I st Month Preliminary and 10% of work should be completed. 2. II nd Month 15% of the work should be completed. 3. III rd Month 20% of the work should be completed. 4. IV th Month 25% of the work should be completed. 5. V th Month 30% of the work should be completed. 6. VI th Month 35% of the work should be completed. 7. VII th Month 40% of the work should be completed. 8. VIII th Month 45% of the work should be completed. 9. IX th Month 50% of the work should be completed. 10. X th Month 55% of the work should be completed. 11. XI th Month 60% of the work should be completed. 12. XII th Month 65% of the work should be completed. 1 XIII th Month 70% of the work should be completed. 3.1 XIV th Month 75% of the work should be completed. 4. XV th Month 80% of the work should be completed. 15. XVI th Month 85% of the work should be completed. 16 XVII th Month 90% of the work should be completed. 17 XVIII th Month 100% of the work should be completed in all 18. respects. Note : The Contractor should furnish a mile Stone wise detailed programme of Construction justifying the Capability of execution and completion of the work as per Technical Specification with in the stipulated period of completion. Contractor. 43

22. No part of the contract shall be sublet without written permission of the Divisional Engineer (Highways) nor shall transfer be made. 23. If any further information is required the Divisional Engineer (Highways) Nabard and Rural Roads, Erode Division will furnish such information but it must be clearly understood that tenders must be fully in order and according to instructions. 24. a. The Superintending Engineer (Highways) Nabard Rural Roads Circle Salem or other competent authority reserve the right to reject any tender or all the tenders without assigning any reasons therefore. b. The acceptance of the tender will be communicated by the Superintending Engineer (H), Nabard and Rural Roads, Salem Circle and the tender has to execute an agreement with the Superintending Engineer (H), Nabard & Rural Roads, Salem circle duly following the conditions of tender and P.S to S.S.R.B. The acceptance of the tender by the Superintending Engineer (H), Nabard and Rural Roads, Salem will not invalidate any of the terms and conditions of the tender.

c.

25. The tenderer submitting a quotation which the tender accepting authority considers excessive or indicate of insufficient knowledge of current prices or definite attempt at profiteering, will render himself liable to be debarred as the accepting authority may decide. The percentage should be based on the controlled prices under the provision of clause 6 of the Hoardings and Profiteering Preventive Ordinance 1943 as amended from time to time and similar principle in regard to labour and supervision in the constructions. 26. A statement giving brief particulars of equipment and resources that will be put at the disposals of the work in respect of the following classifications should accompany the tender. a. Equipment Transport for materials Lorries concrete mixers etc. b. Organisation 1. 2. 3. Technical, Unskilled Skilled.

c. 27.

Methods that will be accepted to speed up the work for the entire completion within the prescribed time.

No foreign exchange would be released by the Government for the purchase of plant and machinery for the work.

Contractor.

45

28. The tenderer shall also submit the detailed working drawings with sequence of construction required for each stage of work regarding foundation, substructure and superstructures. The tenderer shall submit list of machineries, required, the source and availability. 29. The contractor's quoted tender percentage shall be inclusive of all taxes duties, fees, tolls, insurance, contribution to labour welfare fund and others if any which he has to pay to the Government and other bodies as the concerned laws would require. 30. The levels proposal are based upon the investigation done by this department. If there are any changes in levels, water levels etc. during actual execution, the contractors, are bound to accept them and they are not eligible for any extra claim for such change in levels etc. 31. The tenderer must submit a detailed specification of materials and the tests to be conducted to ensure the quality of materials proposed to be used in the construction. 32.1. The contractor has to make arrangements for free flow of traffic by forming earthen road in culvert portions at his own cost. 32.2 The contractor should make traffic barricading providing danger lights and other such arrangements for the safety of the traffic during execution at his cost. 32.3 The contractor should make his own arrangements to form and maintain the diversion or approach road for the conveyance of materials to the work spot at his cost and the department will not make any payment for this item. This should be the responsibility of the contractor. 33. The validity of tender should be for 90 days from the date of Tender.

34. The tenderer should quote their tender percentage both in words and figures clearly in the tender form only.

Contractor.

Sd/.A.Shanmugapandian

Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem -7.

47

SCHEDULE 'A'
SCHEDULE OF RATES AND APPROXIMATE QUANTITIES
1. The quantities herein given are those upon which the estimate cost of the work is

based, but they are subject to alterations, omissions, deductions or additions as provided for in the conditions of this contract and do not necessarily show the actual quantities of work to be done. The Unit rates indicated will be modified after applying the tender percentage either above or below estimate rates and shall govern payment for extras or deductions for omissions according to the conditions of the contract, as set forth in the preliminary specifications of ]the standard specifications for roads and bridges with the M.O.R.T.& H specifications and other condition of specifications of this contract. 2. It is to be expressly understood that the measured work is to be taken net

(notwithstanding any custom or practice to the contrary) according to the actual quantities. When in places and finished according to the drawing, or as may be ordered from time to time by the Divisional Engineer and the cost calculated by measurement or weight at the respective prices, without any additional charge for any necessary or contingent work connected herewith. The rates quoted are for works in site and complete in every respect. 3. The description given in Schedule-A are to indicate the item of work only and need not

be construed as full specification. The quoted rate shall be for carrying out the item as per standards and specifications described in the relevant MORT and H specification. The contractor shall take no advantage of any apparent error or omission in the Schedule-A description.

Contractor.

49

SCHEDULE A of QUANTITES TO ACCOMPANY THE TENDER FOR THE WORK OF Reconstruction of a

Bridge at Km.63/10-of Pollachi Dharapuram Karur Road across Nallathangal river

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

24.00 Cubic Metre

Dismantling the existing Stone Masonry in Cement Mortar for walls under 3.00 m high in the existing diversion road and clearing away from the work site and carefully stacking the useful materials for reuse on the road side as directed by the departmental officers including all labour and incidental charges etc., complete.

111 112 202

Rupees Sixty Six only

66.00

One Cubic Metre

1584.00

Contractor. 51

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

60.00 Running Metre

Removing the existing RCC Hume 111 Pipes NP2 class 900 mm dia with 112 collars including all labour for removing 202 and stacking the same on the road side for reuse as directed by the departmental Officers.

Rupees Ninety Only

90.00

One Running Metre

5400.00

Contractor

53

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

3 1032.00 Cubic Metre

Excavation including removal and satisfactory disposal of all materials necessary for the construction of road way and side drains in accordance with specifications and the lines , grades and cross sections shown in the drawings or as indicated by the Engineer using Carted Earth with a lead of 2 km for formation of Diversion road 95 % Compaction

111 112 202 301 304 305 900

Rupees Forty seven and 47.99 Paise Ninety Nine only

One Cubic Metre

49525.68

Contractor.

55

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

129.00 Cubic Metre

Excavation including removal and satisfactory disposal of all materials necessary for the construction of road way and side drains in accordance with specifications and the lines , grades and cross sections shown in the drawings or as indicated by the Engineer using Carted Earth with a lead of 2 km for formation of diversion road - 97% Compaction

111 112 202 301 304 305 900

Rupees Forty Eight and 48.32 Paise Thirty Two only

One Cubic Metre

6233.28

Contractor.

57

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

53.00 Cubic Metre

Providing and laying Gravel soling for 150 mm thick with clean good gritty gravel over the well prepared sub grade from the approved quarry including cost and conveyance of material, laying in accordance with the requirements and specification. The materials shall be laid in ;one or more layers as sub-base according to the line and grade and cross action shown in the drawing or as directed by the Engineers For Diversion Road.

111 112 202 301 302 303 305 900

Rupees One Hundred 130.80 and Thirty and Paise Eighty Only

One Cubic Metre

6932.40

Contractor.

59

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

27.00 Cubic Metre

Providing and Laying Water bound macadam Grading - II consisting of clean crushed aggregates mechanically interlocked by rolling and bonding together with Screening binding materials and finished in accordance with the requirements of the specifications and thickness as per approved plans or as directed by engineer for Diversion Road

111 112 404 900

Rupees Nine Hundred 963.32 and Sixty Three and Paise Thirty Two only

One Cubic Metre

26009.64

Contractor.

61

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

27.00 Cubic Metre

Providing and Laying Water bound macadam Grading -III consisting of clean crushed aggregates mechanically interlocked by rolling and bonding together with Screening binding materials and finished in accordance with the requirements of the specifications and thickness as per approved plans or as directed by engineer for Diversion road

111 112 404 900

Rupees One Thousand 1151.96 One Hundred and Fifty One and Paise Ninety Six only

One Cubic Metre

31102.92

Contractor.

63

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

350.00 Square Metre

Providing and laying of tack coat using Bitumen Emulsion at the rate of 4.00kg per ten Square Metre over the WBM surface preparatory to another construction over it for diversion Road

111 112 501 503 900

Rupees Twenty and 20.54 Paise Fifty Four only

One Square Metre

7189.00

Contractor.

65

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

350.00 Square Metre

Providing and laying Compacting open grade Premix carpet 20 mm thick with a liquid seal coat which shall consist of open graded carpet of 20 mm thickness in a single course composed of suitable small size aggregates premixed with 60/70 Grade of Bituminous binder with application of liquid seal coat for sealing the voids in a bituminous surface conforming to the specifications for Diversion road

111 112 501 511 513 900

Rupees One Hundred 136.29 and Thirty six and Paise Twenty Nine only

One Square Metre

47701.50

Contractor

67

Sl.No.

Probable Quantity

Description of Items Earthwork excavation in all classes of soil except SDR not requiring blasting and hard rock requiring blasting and depositing on bank with all leads and lifts as per SS20B, including cost of all labour, equipments and all incidental charges such as baling our water, providing and maintaining necessary cofferdams, sheeting, shoring bracing and their subsequent removal, removal of all logs, stumps, grubs and other deleterious matter and obstructions, trimming bottom of excavation backfilling, and clearing the site and disposal of all surplus materials etc., complete as per relevant standard specification for DRESSING THE BED UP TO SILL LEVEL.

M.O.R.T. & H Specifi cation No 304

Rates in Words Rupees Thirty Six only 36.00 Figures

Units in words One Cubic Metre

Amount in Rupees

10 1327.00 Cubic metre

47772.00

Contractor 69

Sl. No. 11

Probable Quantity

Description of Items Earthwork excavation in Soft disintegrated rock not requiring blasting except hard rock requiring blasting and depositing on bank with all leads and lifts as per SS20B, including cost of all labour, equipments and all incidental charges such as baling our water, providing and maintaining necessary cofferdams, sheeting, shoring bracing and their subsequent removal, removal of all logs, stumps, grubs and other deleterious matter and obstructions, trimming bottom of excavation backfilling, and clearing the site and disposal of all surplus materials etc., complete as per relevant standard specification for DRESSING THE BED UPTO SILL LEVEL

M.O.R.T. &H 304

Rates in Words Rupees Fifty only Figures 50.00

Units in words One Cubic Metre

Amount in Rupees

19900.00

398.00 Cubic Metre

Contractor

71

Sl. No.

Probable Quantity

Description of Items Earthwork excavation in soft disintegrated rock not requiring blasting except hard rock requiring blasting and depositing on bank with all leads and lifts as per SS20B, including cost of all labour, equipments and all incidental charges such as baling our water, providing and maintaining necessary cofferdams, sheeting, shoring bracing and their subsequent removal, removal of all logs, stumps, grubs and other deleterious matter and obstructions, trimming bottom of excavation backfilling, and clearing the site and disposal of all surplus materials etc., complete as per relevant standard specification for FOUNDATION OF ABUTMENTS, PIERS AND WINGS.

M.O.R.T. & H 304

Rates in Words Rupees One Hundred and Sixty Eight only Figures

Units in words One Cubic Metre

Amount in Rupees

152208.00

12

906.00 Cubic Metre

168.00

Contractor 73

Sl. No.

Probable Quantity

Description of Items Vibrated Cement Concrete M-10 ,Nominal Mix, 1: 3: 6 using 40mm ISS size hard granite broken metal including cost and conveyance of form work, Soft Water, Labour Charges for mixing, transporting laying, and curing concrete, working at heights, hire charges for tools and plants, including all other incidental charges, Protective bunds, Coffer dam etc, complete as per specification for levelling Course under footing (Below Sill Level)

M.O.R.T. &H 1000 1500 1700 2100 900

Rates in Words Figures

Units in words

Amount in Rupees

13

46.00 Cubic Metre

Rupees Two Thousand Two Hundred and Twenty Two only

2222.00

One Cubic Metre

102212.00

Contractor 75

Sl. No.

Probable Quantity

Description of Items Vibrated Cement Concrete of grade M25 Design Mix using ISS size HBG graded metal including cost and conveyance of all materials to site including cost of cement at site including cost of formwork, soft water, labour charges for mixing, transporting, laying and curing concrete , working at heights,tools and plants and maintaining of protective bunds, cofferdams, shoring, strutting etc., complete as per relevant standard specifications, for FOOTINGS OF ABUTMENT AND WINGS BELOW SILL LEVEL.

M.O.R.T. &H 1000 1500 1700 2100 900

Rates in Words Rupees Three Thousand Five Hundred and Sixty Nine only Figures 3569.00

Units in words One Cubic Metre

Amount in Rupees

14

703.00 Cubic Metre

2509007.00

Contractor

77

Sl. No.

Probable Quantity

Description of Items Vibrated Cement Concrete of Grade M-15, Nominal Mix, 1:2:4, using 40mm ISS HBG metal including cost and conveyance of all materials to site including cement at site including cost of formwork, soft water, labour charges for mixing, transporting, laying and curing concrete, working at depths, Tools and Plants and incidental charges such as maintaining of protective bunds, cofferdams, shoring, strutting etc; complete as per relevant standard specification, etc, complete as per relevant standard specification for REFILLING THE TRENCHES AROUND THE FOOTING NOT OCCUPIED BY STRUCTURE IN ABUTMENTS , PIERS AND WINGS BELOW SILL AND FOR RIGID APRONS

M.O.R.T. &H 1000 1500 1700 2100 900

Rates in Words Rupees Two Thousand Six Hundred and Ninety Six only Figures

Units in words One Cubic Metre

Amount in Rupees

2696.00

15

334304.00

124.00 Cubic Metre

Contractor

79

Sl. No.

Probable Quantity

Description of Items

M.O.R.T. &H 1000 1500 1600 1700 2100 2700 900

Rates in Words Rupees Three Thousand Eight Hundred and Forty only Figures

Units in words One Cubic Metre

Amount in Rupees

16

846.00 Cubic Metre

Vibrated Cement Concrete of grade M25 Design using ISS size HBG graded metal including cost and conveyance of all materials to site including cost of cement at site including cost of formwork, soft water, labour charges for mixing, transporting, laying and curing concrete working at height , tools and plants and including all other incidental charges etc; complete as per relevant standard specifications, for SUBSTRUCTURE OF ABUTMENTS, WINGS, AND PIERS ABOVE SILL LEVEL.

3840.00

3248640.00

Contractor

81

Sl. No.

Probable Quantity

Description of Items Vibrated Reinforced Cement Concrete of grade M30 design mix using ISS size HBG graded metal including cost and conveyance of all materials to site including cost of cement at site including cost of formwork, soft water, labour charges for mixing, transporting, laying and curing concrete , working at heights, tools and plants including all other incidental charges etc; complete as per relevant standard specifications, for DIRT WALL CUM BED BLOCK OVER ABUTMENTS AND BED BLOCK OVER PIERS.

M.O.R.T. &H 1000 1114 1500 1600 1700 2200 900

Rates in Words Rupees Five Thousand One Hundred and Twelve only Figures 5112.00

Units in words One Cubic Metre

Amount in Rupees 143136.00

17

28.00 Cubic Metre

Contractor 83

Sl. No.

Probable Quantity

Description of Items Providing and fixing KRAFT PAPER for full width of seating of deck slab and including cost and conveyance to work site, labour charges for fixing the same in the correct position and all other incidental charges etc., complete.

M.O.R.T. & H 2600

Rates in Words Rupees Fifty only Figures 50.00

Units in words One Square Metre

Amount in Rupees

18

85.00 Square Metre

4250.00

Contractor

85

Sl. No.

Probabl e Quantity

Description of Items Vibrated Reinforced Cement Concrete of grade M30 design mix using ISS size HBG graded metal including cost and conveyance of all materials to site including cost of cement at site including cost of formwork, soft water, labour charges for mixing, transporting, laying and curing concrete, working at depths, tools and plants including all other incidental charges etc; complete as per relevant standard specifications, for DECK SLAB

M.O.R.T. &H 1000 1400 1500 1600 1700 2300 900

Rates in Words Rupees Four Thousand Six Hundred and Eighty only Figures 4680.00

Units in words One Cubic Metre

Amount in Rupees 3360240.00

19

718.00 Cubic Metre

87 Contractor

Sl. No.

Probabl e Quantity

Description of Items Providing filter media behind the abutments and wings with clean III graded material 53mm to 5.6mm to 600mm thick and well compacted in layers with smaller sized towards the soil and bigger size towards the wall including cost and conveyance to work site including all labours and other incidental charges including hire charges for tools and plants employed etc., for filter media as per MOST's (Roads Wing) specifications for Roads and Bridges " Fourth Revision Cl. 3093-2-13 and 305 -4-4 etc., complete.

M.O.R.T. &H 2705

Rates in Words Rupees Six Hundred and Twenty One only Figures

Units in words One Cubic Metre

Amount in Rupees

20

131.00 Cubic Metre

621.00

81351.00

Contractor 89

Sl. No.

Probabl e Quantity 258.00 Cubic Metre

Description of Items Filling behind Abutments and wings with clean gritty gravel including cost and conveyance of gravel to worksite, laying, handling charges and filling in layers, tamping under optimum moisture content to get the maximum density including watering, with all leads for water and all other incidental charges etc, complete for filling behind the abutment and wings.

M.O.R.T. & H

Rates in Words Rupees One Hundred and Twenty Nine only Figures 129.00

Units in words One Cubic Metre

Amount in Rupees

21

304

33282.00

Contractor 91

Sl. No. 22

Probabl e Quantity

Description of Items Providing and fixing PVC EXPANSION JOINT in between deck slabs over abutment and pier as shown in the drawing including cost and conveyance of expansion joints including Shalimar pad and joint sealant etc, complete.

M.O.R.T. &H 2600

Rates in Words Rupees Five Thousand Seven Hundred only Figures 5700.00

Units in words One Set

Amount in Rupees

45600.00

8.00 Sets

Contractor

93

Sl. No.

Probable Quantity

Description of Items Supply and fabrication of S-415 steel required for all RCC items of works involved in the schedule cost of steel at site fabrication, labour charges for cleaning the rods straightening, cutting, bending, tying grills, including overlapping to the required length whenever necessary and placing the reinforcement in position as specified in the drawings, including cost of binding wire, provision of space bars, cover blocks and all other incidental charges etc, complete, and in accordance with requirement of specification For bars up to 16 mm dia and above 16 mm dia

M.O.R.T. &H 1000 1600 900

Rates in Words Rupees Fifty Three Thousand and Forty only Figures

Units in words One Metric Tonne

Amount in Rupees

23 65.40 Metric Tonne

53040.00

3468816.00

Contractor 95

Sl. No.

Probable Quantity

Description of Items Vibrated Cement Concrete M15 grade Nominal Mix 1:2:4 using 40mm ISS hard granite broken metal including cost and conveyance of all materials to site and cement at site including cost of formwork, lead for soft water, labour charges for mixing , transporting, laying, and curing concrete working in heights and hire charges for tools and plants, and all other incidental charges etc complete as per relevant specification for BASE COURSE BELOW APPROACH SLAB

M.O.R. T. & H 1000 1500 1700 900

Rates in Words Rupees Two Thousand Eight Hundred and thirty Five only Figures

Units in words One Cubic Metre

Amount in Rupees

24 19.00 Cubic Metre

2835.00

53865.00

Contractor 97

Sl. No.

Probable Quantity

Description of Items Vibrated reinforced cement concrete M30 design mix using ISS graded hard granite broken metal including cost and conveyance of all materials to site including cement at site including labour charges for mixing, laying, curing concrete, working at heights, hire charges for tools and plants, including all other incidental charges etc., complete for Approach Slab

M.O.R.T. &H 1000 1114 1400 1500 1600 1700 2250 900

Rates in Words Rupees Four Thousand Three Hundred and Seven only Figures 4307.00

Units in words

Amount in Rupees

25

18.40 Cubic Metre

One Cubic Metre

79248.80

Contractor

99

Sl. No.

Probable Quantity

Description of Items Vibrated cement Concrete M30 design mix using IRC size HBG graded metal including cost and conveyance of all materials to worksite and cement at site including all labour charges for fixing concrete, laying, vibrating, hire charges for tools and plants, compacting, curing with all leads for soft water, including all other incidental charges, formwork, cost of premoulded expansion joints and fixing the same in position etc., complete for wearing coat of 75mm uniform thickness over deck slab and approach slab.

M.O.R.T. & H

Rates in Words Rupees Three Hundred and One and Paise Fifty only Figures

Units in words One Square Metre

Amount in Rupees 187834.50

26

623.00 Square Metre

1000 1500 1600 1700 2702 900

301.50

Contractor

101

Sl. No. 27

Probable Quantity

Description of Items Vibrated Reinforced Cement Concrete M-40, Grade, Design Mix, using ISS size hard granite broken graded metal including cost and conveyance of all materials to site including cement at site but excluding cost and fabrication of steel, including labour charges for mixing, transporting, laying, and curing concrete, working at heights, hire charges for tools and plants, including all other incidental charges etc.,, complete for RCC CRASH BARRIERS OVER DECK SLAB

M.O.R.T. & H 1000 1500 1600 1700 2300 900

Rates in Words Rupees One Thousand Six Hundred only Figures

Units in words One Running Metre

Amount in Rupees

152.00 Running Metre

1600.00

243200.00

Contractor 103

Sl. No.

Probable Quantity

Description of Items Vibrated Reinforced Cement Concrete M-30, Grade, Design Mix, using ISS size hard granite broken graded metal including cost and conveyance of all materials to site including cement at site but excluding cost and fabrication of steel, including labour charges for mixing, transporting, laying, and curing concrete, working at heights, hire charges for tools and plants, including all other incidental charges, etc, complete for RCC HAND RAIL AND POSTS OVER DECK SLAB.

M.O.R.T. & H 1000 1500 1600 1700 2300 900

Rates in Words Rupees Five Hundred and Eighty four only Figures 584.00

Units in words One Running Metre

Amount in Rupees

28

152.00 Running Metre

88768.00

Contractor

105

Sl. No. 29

Probable Quantity 9.00 Cubic Metre

Description of Items Vibrated Cement Concrete M25 grade Design Mix using ISS size hard granite broken graded metal including cost and conveyance of all materials to site and cement at site including labour charges for mixing, transporting, laying, and curing concrete, working at heights, hire charges for tools and plants, including all other incidental charges, etc., complete as per standard specification for CC PARAPET OVER WINGS.

M.O.R.T. & H 1000 1500 1600 1700 2100 2700 900

Rates in Words Rupees Four Thousand Seven Hundred and Eighty Three only Figures 4783.00

Units in words One Cubic Metre

Amount in Rupees

43047.00

Contractor 107

Sl. No.

Probable Quantity

Description of Items Providing and fixing of cast iron drainage spouts 100mm dia as per MOST drawing SD/205 with grating arrangements at top as shown in the drawing using 12mm x 25mm flats for grating arrangements, and 100mm dia drainage spout projecting beyond the bottom of deck slab as shown in the drawing including cost and conveyance of cast iron pipes and flats and fixing them in position etc, complete.

M.O.R.T. &H 2705

Rates in Words Rupees Four Hundred and Fifty only Figures 450.00

Units in words

Amount in Rupees

28.00 Nos. 30

One Number

12600.00

Contractor.

109

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

31. 68.00 Cubic Metre

Vibrated Cement Concrete M-15 Grade, Nominal Mix, 1:2:4 using 20mm ISS size hard granite broken metal including cost and conveyance of all materials to site and cement at site including labour charges for mixing, transporting, laying, and curing concrete, working at heights, hire charges for tools and plants, including all other incidental charges, etc., complete as per standard specification for SOLID FILL OF FOOTPATH.

1000 1500 1700 2100 900

Rupees Two Thousand 2904.00 Nine Hundred and Four only

One Cubic Metre

197472.00

111 Contractor.

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

32 510.00 Running Metre

Supply and fixing of High Quality of PVC pipes of 150mm dia.. Including cost and conveyance of pipes to the site and fixing in position to proper grade and level, including labour charges for fixing and including all other incidental charges etc complete. for proving utility services in footpaths.

2700

Rupees only

Two

Hundred 200.00

One Running Metre

102000.00

Contractor.

113

Sl. No. 33

Probable Quantity

Description of Items

M.O.R. T. & H

Rates in Words Rupees Fifty Seven and Paise Fifty only Figures 57.50

Units in words One Cubic Metre

Amount in Rupees

1312.00 Cubic Metre

Earthwork excavation in all classes of soil except hard rock requiring 304 blasting and depositing on bank with all leads and lifts as per SS20B, including cost of all labour, equipments and all incidental charges such as baling our water, providing and maintaining necessary cofferdams, sheeting, shoring bracing and their subsequent removal, removal of all logs, stumps, grubs and other deleterious matter and obstructions, trimming bottom of excavation backfilling, and clearing the site and disposal of all surplus materials etc., complete as per relevant standard specification for FOUNDATION OF RETAINING WALLS.

75440.00

Contractor 115

Sl. No.

Probable Quantity

Description of Items Vibrated Cement Concrete M-10 ,Nominal Mix, 1: 3: 6 using 40mm ISS size HBG metal including cost and conveyance of form work, Soft Water, Labour Charges for mixing, transporting laying, and curing concrete, working at heights, hire charges for tools and plants, including all other incidental charges, Protective bunds, Coffer dam shoring , strutting etc, complete as per relevant standard specification for FOOTING OF RETAINING WALL

M.O.R.T. &H 1000 1500 1700 2300 900

Rates in Words Rupees Two Thousand One Hundred and Twenty Two and Paise Fifty six only Figures 2122.56

Units in words

Amount in Rupees 590071.68

34

278.00 Cubic Metre

One Cubic Metre

Contractor

117

Sl. No.

Probable Quantity

Description of Items Vibrated Cement Concrete of grade M15 - Nominal Mix 1:2:4 using 40mm ISS size HBG metal including cost and conveyance of all materials to site and cement at site including cost of formwork, lead for soft water, labour charges for mixing , transporting, laying, and curing concrete working at heights and hire charges for tools and plants,and maintaining of Protective bunds , coffer dams shoring strutting etc., complete as per relevant specification for BELOW SILL LEVEL

M.O.R. T. & H 1000 1500 1700 2300 900

Rates in Words Rupees Two Thousand Nine Hundred and Thirty Two only Figures

Units in words One Cubic Metre

Amount in Rupees

35 545.00 Cubic Metre

2932.00

1597940.00

Contractor

119

Sl. No.

Probable Quantity

Description of Items Vibrated Cement Concrete of grade M15 - Nominal Mix 1:2:4 using 40mm ISS size HBG metal including cost and conveyance of all materials to site and cement at site including cost of formwork, lead for soft water, labour charges for mixing , transporting, laying, and curing concrete working in heights and hire charges for tools and plants, and all other incidental charges etc complete as per relevant specification for ABOVE SILL LEVEL OF RETAINING WALL

M.O.R. T. & H 1000 1500 1700 2300 900

Rates in Words Rupees Three Thousand Three Hundred and Fourteen only Figures

Units in words One Cubic Metre

Amount in Rupees

36 787.00 Cubic Metre

3314.00

2608118.00

Contractor

121

Sl. No.

Probable Quantity

Description of Items Providing and fixing seepage pipes of 100mm dia. PVC pipes of required lengths for abutments and wings including cost and conveyance of all materials to work site, cost and labour for 900mm dia. semi-spherical back fill arrangements with 100mm size broken granite chips at the periphery and labour charges for fixing, etc., to drain of the backfill IN THE ABUTMENTS WINGS and Retaining wall

M.O.R.T. &H 2700

Rates in Words Rupees One Hundred and Fifty only Figures 150.00

Units in words Each

Amount in Rupees

124800.00

37 832.00 Numbers

Contractor 123

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

38 a)

6392.00 Cubic Metre

Excavation including removal and satisfactory disposal of all materials necessary for the construction of road way and side drains in accordance with specifications and the lines , grades and cross sections shown in the drawings or as indicated by the Engineer using Carted Earth with a lead of 2 km for formation of Approach Road 97% Compaction

111 112 202 301 304 305 900

Rupees Forty Seven and 47.89 Paise Eighty Nine only

One Cubic Metre

306112.88

b) 1169.00 Cubic Metre

- do - 100% Compaction

-do -

Rupees Forty Eight and 48.22 Paise Twenty Two only

One Cubic Metre

56369.18

Contractor.

125

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

39 562.00 Cubic Metre

Providing and Laying Granular Sub base as per table No 400-1/400-2 and Grading I of MORTH Revision IV with and any other Granular material or a combination those of for 200 mm thick to give a CBR of 30 on prepared sub grade in accordance with the requirements of the specifications For Approach road

111 112 400 401 900

Rupees Seven Hundred 751.17 and Fifty one and Paise Seventeen only

One Cubic Metre

422157.54

Contractor.

127

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

40

Cubic Metre

Providing and laying Wet Mix Macadam 250mm thick inlayers of consisting of clean crushed aggregates mechanically interlocked by rolling and bonding together with Screening binding materials and finised in accordance with the requirements of the Specifications and thickness as per approved plans or as directed by Engineer for Approach Road

111 112 401 900

Rupees One Thousand 1039.89 Thirty Nine and Paise Eight Nine only

One Cubic Metre

730002.78

Contractor. 129

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

41 2808.00 Square Metre

Providing and laying of Primer coat using Bitumen Emulsion at the rate of 6.00kg per ten Square Metre over the WMM surface preparatory to another construction over it for approach road

111 112 501 503 900

Rupees Twenty Four 24.77 and Paise Seventy Seven only

One Square Metre

69554.16

Contractor.

131

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

42 2808.00 Square Metre

Providing and laying of tack coat using Bitumen Emulsion at the rate of 2.50kg per ten Square Metre over the treated WMM surface preparatory to another construction over it for approach road

111 112 501 503 900

Rupees Ten and Paise 10.65 Sixty Five only

One Square Metre

29905.20

Contractor.

133

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

43 141.00 Cubic Metre

Dense Bitumenous Macadam of 50 To 75mm thickness which shall be consists of construction in a single coursecompactedcrushed aggregates premixed with bituminous binder of grade 60/70 at the rate of 4.5 present by weight of the total mix to serve as bade binder course in accordance with the requirenment of the specification and in conformity with the drawing or as directed by the engineer In charge

111 112 501 507 900

Rupees Five Thousand 5805.64 Eight Hundred and Five and Paise Sixty Four only

One Cubic Metre

818595.24

Contractor

135

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

44

2808.00 Square Metre

Bitumenous Concrete of 40mm thickness which work shall consists of construction in a single course compacted crushed aggregates premixed with bituminous binder of grade 60/70 at the rate(Design Mix ) of persent by weight of the total mix to serve as binder course in accordance with the requirenment of the specification and in conformity with the drawing or as diredcted by the engineer as per MORTH IV revision

111 112 501 511 513 900

Rupees Two Hundred 252.15 and Fifty Two and Paise Fifteen only

One Square Metre

708037.20

Contractor

137

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

45 28.00 Cubic Metre

Earth work excavation and depositing 304 on bank with in initial lead 10m and lift of 2M in hard stiff clay stiff black cotton hard red earth, shales murrams gravel stoney earth and earth mixed with small sized boulders and hard gravelly soil etc., as per SS20B including all other incidental charges such as shoring, strutting baling out water forming protective bunds, providing coffer dams etc., complete for foundation of well Protective wall.

Rupees Fifty Seven and 57.50 Paise Fifty only

One Cubic Metre

1610.00

Contractor.

139

Sl. No.

Probable Quantity

Description of Items Vibrated Cement Concrete M-10 ,Nominal Mix, 1: 3: 6 using 40mm ISS size hard granite broken metal including cost and conveyance of form work, Soft Water, Labour Charges for mixing, transporting laying, and curing concrete, working at heights, hire charges for tools and plants, including all other incidental charges, Protective bunds, Coffer dam etc, complete as per standard specification

M.O.R.T. &H 1000 1500 1700 2100 900

Rates in Words Rupees Two Thousand One Hundred and Twenty Two and Paise Fifty Six only Figures 2122.56

Units in words

Amount in Rupees

46

4.00 Cubic Metre

One Cubic Metre

8490.24

Contractor.

141

Sl.No.

Probable quantity

Description of work

MORT&H Number

Rates in Words Figures

Unit in words

Amount

47

22.00 Cubic Metre

Random Rubble Masonry in cement mortar 1:4 with simultaneous pointing using new stones from approved sources including cost and conveyance of rough stones and bond stones inclusive of cost of cement to be supplied by the contractor including 1400 conveyance, handling storage and all 900 other incidental charges etc., including all labour charges workmanship etc., and all other incidental charges such as baling out water if necessary etc., complete for well Protective wall

Rupees one Thousand Six Hundred and Ninety Eight and Paise 1698.20 Twenty only

One cubic metre

37360.40

Contractor.

143

Sl.No.

Probable quantity

Description of work

MORT&H Number

Rates in Words Figures

Unit in words

Amount

48

8.00 Cubic Metre

Random Rubble Masonry in cement mortar 1:5 with simultaneous pointing using new stones from approved sources including cost and conveyance of rough stones and bond stones inclusive of cost of cement to be supplied by the contractor including 1400 conveyance, handling storage and all 900 other incidental charges etc., including all labour charges workmanship etc., and all other incidental charges such as baling out water if necessary etc., complete for well protective wall

Rupees One Thousand Five Hundred and 1585.10 Eighty Five and Paise Ten only

One cubic metre

12680.80

Contractor.

145

Sl.No.

Probable quantity

Description of work

MORT&H Number

Rates in Words Figures

Unit words

in

Amount

49

9.00 Square Metre

Plastering with cement mortar 1:4 to 20mm thick including cost and conveyance of all materials to site inclusive of cost of cement to be supplied by the contractor including conveyance handling storage and all TNBP other incidental charges etc., including 56 & 57 labour charges for mixing cement mortar and plastering neatly watering, curing etc., complete for well Protective wall

Rupees One Hundred and Twenty One and 121.33 Paise Thirty Three only

One Square Metre

1091.97

Contractor.

147

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

50

Providing and fixing of reflectorised cautionary mandatory and informatory 801 4 sign as per IRC 67 2001 made of Numbers High intensity grade sheeting vide clause 801.3 fixed over Aluminium sheeting 1.5 mm thick supported on a mild steel angle iron post 75mm x 75mm x 6mm firmly fixed to the ground by means of properly designed foundation with M15 grade cement concrete 45 x45x 60 cm . 60 cm below G.L etc. complete (as per MORT & H Specification No.801) 90 cm equilateral Triangle

Rupees Two Thousand 2900.00 Nine Hundred only

Each

11600.00

Contractor.

149

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

51

5.00 Square Metre

Providing and erecting direction and place intendification retro reflectorised 801 sign as per IRC 67 2001 made of 801.3 High intensity grade sheeting vide clause 801.3 fixed over Aluminum sheeting 2.0 mm thick with area not exceeding 0.9sqm . Supported on a mild steel angle iron post 75mm x 75mm x 6mm firmly fixed to the ground by means of properly designed foundation with M15 grade cement concrete 45 x45x 60 cm . 60 cm below ground level etc. complete (as per MORT & H Specification No.801) (for Area less than 0.9 Sqm)

Rupees Six Thousand 6097.00 Ninety Seven only

One Square Metre

30485.00

Contractor

151

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

52

95.00 Square Metre

Providing and laying of hot applied Thermoplastic compound 2.5 mm. thick including reflectorising glass beads @ 250gms per sqm area, thickness of 2.5 mm is exclusive of Surface applied glass beads as per IRC.35. The Finished surface to the level , uniform and free from streaks and holes etc., complete (as per MORT & H Specification No.803)

803

Rupees Six Hundred and 678.00 Seventy Eight only

One Square Metre

64410.00

Contractor

153

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

53

150.00 Nos.

Providing and fixing of road stud 100 x 100 mm die cast in Aluminum resistant to corrosive effect of salt and grit fitted with lens reflectors, installed in concrete or asphaltic surface by drilling hole 30 mm upto a depth of 60 mm and bedded in a suitable bituminous grout or epoxy mortar , ect., complete ( as per BS : 873 (PART 4 ) 1973

BS/ 873 Part-4 (1973)

Rupees Three Hundred 321.00 and Twenty One only

Each

48150.00

Contractor

155

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

54

80.00 Nos.

Supplying and installation of Delineators (Roads way indicators, hazard marker , Object markers), 80-100 cm above ground level painted Black and White in 15 cm wide strips , fitted with 80 x100 mm rectangular or 75 mm dia circular reflectorised panels at the top, buried or pressed in to the ground and conforming to IRC79 : 79 etc. Complete (as per MORT & H Specification No. 805) aas directed by the departmental officers

805

Rupees One Thousand 1804.00 Eight Hundred and Four only

Each

144320.00

Contractor

157

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

55

1 No

Providing RCC M15 Grade precast KM stone of standard design as per IRC 8-1980 and fixing in position including painting and printing etc. Complete (as per MORT & H Specification No.804)

804

Rupees Eight Hundred 890.00 and Ninety only

Each

890.00

Contractor 159

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit words

in

Amount

56

3.00 Nos

Providing RCC M15 Grade precast HM stone of standard design as per IRC 8-1980 and fixing in position including painting and printing etc. Complete (as per MORT & H Specification No.804)

804

Rupees Two Hundred 275.00 and Seventy Five only

Each

825.00

Contractor

161

Sl.No

Probable quantity

Description of work

MORT&H Number

Rates Words

in Figures

Unit in words

Amount

57

264 Supply and fixing of reinforced cement Numbers concrete guide post of size 1.20m x 0.20m x 0.15m including casting the guide post in RCC 1:2:4 using 20mm ISS HBG metal and using 2.90Kg of steel for reinforcement including cost and conveyance of all materials inclusive of cost of cement and steel to be supplied by the contractor including labour charges for fabrication of steel, cost for moulding conveyance to site, labour for fixing the guide post in position including all other incidental charges etc., complete as directed by the departmental officers.

111 112 1000 1500 1700 2100 900

Rupees Three Hundred 317.64 Each and Seventeen and Paise Sixty Four only

83856.96

Rs.2,33,23,305.95 (or) Rs.2,33,23,306.00

( RUPEES TWO CRORES THIRTY THREE LAKHS TWENTY THREE THOUSAND THREE HUNDRED AND SIX ONLY )
Contractor Sd/.A.Shanmugapadian,

Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem -7 163

RATE OF PROGRESS 1. The time fixed completion of the entire work shall be 18 months the date of commencement of this programme will be the date or which the site (Premises is handed over to the contractor) 2. On acceptance of the tender the successful contractor shall be furnished a detailed PERT Chart indicating the various activities time schedule proposed etc., for completion of the works within, the time notified in the schedule tender. 3. The Engineer in charges shall be entitled to suggest specification in the PERT Chart if need be and the contractor shall comply with the suggested modifications. 4. The PERT chart after modifications if any shall be approved by the Engineer in charge and shall form part of the Agreement. The PERT chart shall have the effect of progress schedule with in the meaning of clause 100-06- of PS to SSRB and form the basis for involving clause 109 of PS to SSRB. 5. The successful tenderer should make all arrangements for speedy execution of the work (i.e.) he should provide sufficient men, materials and machinery in as many numbers are required to carry out the work specified in all different places simultaneously. The machinery requirement should satisfy all the technical specifications as per M.O.R.T & H plant and machinery used on the work shall be of sufficient capacity and of such character to ensure the production of sufficient materials to carry out the work to completion
Sd/.A.Shanmugapandian, Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem-7.

Contractor

165

Name of work : Location : Proposals :

DESCRIPTIVE SPECIFICATION REPORT Consturction of a Bridge at Km.63/10-of Pollachi Dharapuram Karur Road across Nallathangal River. The Proposed Bridge is located at Km.63/10-of Pollachi Dharapuram Karur road in Thiruppur District. The following are the proposals for which provisions are given in the estimate for the places wherever necessary.

SL.No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29

Descriptive of items Dismantling existing Stone Masonry and RCC Hume Pipes Earth work for formation using carted Earth for Diversion Road and approach Road Providing and laying gravel soling for Diversion road Providing and laying WBM Gr.II and III for Diversion road R.R. Masonry in cm 1:4 for well protective wall R.R. Masonry in cm 1:5 for well protective wall Plastering with CM 1:4 Earth work excavation for dressing the bed upto sill level in bridge portion Earth work excavation in Soft disintingraated rock not requiring blasting for foundation of Abutments, Piers and wings Vibrated CC 1:3:6 using 40mm ISS metal for leveling course under the footing (Below sill Level) Vibrated CC grade M 25 (Design Mix)for Abutment ,wings and retaining wall Vibrated CC grade M 15 Nominal mix using 40mm ISS metal for Footing of Retaining walls Vibrated CC grade M 15 Nominal mix using 40mm ISS metal for Refilling the Trenches around the footing. Vib,CC M25 (Design Mix) for Abument and Wings ( Above sill level) Provinding and fixing Seepage Pipes 100 mm dia in Abutments and Wings Supply and Fabrication of S415 Grade - Steel Vibrated Reinforced cement Concrete grade M 30 design mix for Dirt wall cum bed block over abutment and piers. Providing and fixing kraft paper Providing filter media behind the abutments and wings Filling behind Abutments and wings with clean gritty gravel VCC M 15 Nominal mix using 40 mm ISS metal for Base course below Approach Slab.. Vibrated Reinforced cement Concrete grade M 30 design for Approach Slab Vibrated Reinforced cement Concrete grade M 30 design for Deck slab Providing and fixing of PVC expansion Joint Providing and fixing of cast iron drainage spouts 100mm dia Vib.RCC M 40 grade Design mix for RCC crash barriers over deck slab Vib.RCC M 30 grade Design mix for RCC hand rails and Post over deck slab Vib.CC M 30 grade Design mix for wearing coat of 75mm uniform thickness over deck and approach slab Vib.CC M 25 grade for CC parapet over wings

167

30 31 32 33 34 35 36 37 38 39 40 41

Vib.CC M 15 Nominal Mix using 20mm ISS metal for solid fill of footpath Supply and fixing of PVC Pipes of 150 mm dia Providing and laying granular Sub base for approach road Providing and laying WMM 250 mm thick in approach road Providing and laying Prime Coat using Bitumen Emulsion at 6 Kg per 10 m2 Tack Coat using bitumen emulsion at the rate of 2.50 Kg treated over WMM Dense Bituminous Macadam 50 to 75 mm thick using 60/70 Grade bitumen Bituminous concrete 40 mm TK using 60/70 Grade mix Supply and fixing of RCC Guide Post Size 1.20 m x 0.20m x 0.15m Providing and Fixing of reflectorised Cautionery Mandatory and Informatory Sign board Providing and laying hot applied thermoplastic compound, road stud and delineators RCC M15 Precast HM & KM Stones

Rates ; Current schedule of Rates for the year 2008-2009 of PWD & HIGHWAY Department is adopted. Specification: The work will be executed as per IRC , MORTH and related standard specifications and as per the instructions of the Departmental Officers then and there.

Sd/.A.Shanmugapandian,

Contractor

Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem -7.

169

LEAD PARTICULARS.

Name of work :

Reconstruction of a Bridge at Km.63/10-of Pollachi Dharapuram Karur Road across Nallathangal river

Sl.No 1)

Kind of Materials All kinds of IRC & ISS Metal Rough stone and Bond Stone

Source Quarry @ Km.0.20 km off Km.21/650 of Palani Dharapuram road

Approximate Lead in Km, 21 Km

2)

Gravel

Average Lead

1 Km

3)

Sand

PWD depo at Km.114/4-of Pollachi Dharapuram Karur road with C.T. of 2 Km

52 Km

Sd/.A.Shanmugapandian,

Contractor.

Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem-7.

171

SCHEDULE-B
Name of Work :
Reconstruction of a Bridge at Km.63/10-of Pollachi Dharapuram - Karur Road across Nallathangal river

1. Key Map 2. Detailed Drawing 3. Reinforcement Drawing 4. Site Plan

1 No. 1 No. 1 No. 1 No

SCHEDULE C
1. 2. 3. Descriptive Specification Report. Descriptive Source of materials and lead Statement. Special conditions of contract.

Contractor.

Sd/.A.Shanmugapandian,

Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem-7.

173

SPECIAL CONDITIONS OF CONTRACT:


The special conditions described hereunder shall have the meaning and intent out lined in clause 107-05 of P.S. to S.S.R.B. The contractor's quoted rate shall be inclusive of all the elements and costs required to comply with them. The special conditions comprise of two parts viz I) Technical specification and II) Commercial conditions.

I.

TECHNICAL SPECIFICATION:

General The entire works, as described in the Scope of Work ("General Conditions of Contracts") shall be done in accordance with the "Specification for Road and Bridge Works' Fourth Revision -2001 and the corrigendum published at New Delhi by Indian Roads Congress on behalf of Government of India, Ministry of Road Transport and Highways, and shall be deemed to be bound into this document and becomes part and parcel of the agreement. In the absence of any definite provisions on any particular issue in the aforesaid specification, reference may be made to the latest IRC Codes of practice, I.S. Specifications and SSRB, in that order. Where even these are silent, the construction and completion of the works shall conform to sound engineering practice and, in case of any dispute arising out of the interpretation of the above, the decision of the Engineer-in-charge shall be final and binding on the contractor. These shall be deemed to be bound to this document and becomes part and parcel of the agreement.

II.
1.1 1.2 1.3 1.4

COMMERCIAL CONDITIONS:
The department will not supply steel and Cement. The contractors have to procure the same and use it on the work. Steel conforming to standards and specifications shall be procured. The Cement should be procured in lot from the authorized Dealers and should not be purchased locally in piecemeal. The contractors have to produce the Test Certificate confirming to I.S. and other accepted Codes and standards in support of the quality of materials procured. If the materials are found to be substandard or not confirming to the prescribed test standards, the same will be rejected without any claim for damages whatever. The quoted rate shall be inclusive of cost of steel and cement conveyance, handling and storage charges and other requisites as contained in clause 103-04 of P.S. to S.S.R.B The department will not supply the bitumen required for use in the work. The contractor has to procure the bitumen of appropriate grade and emulsion as per specification required for the items of work as per Standard Specification and use it on the work. 175

1.5

2.1 2.2

Contractor.

2.3 2.4

The department will not supply the bitumen required for use in the work. The contractor has to procure the bitumen of appropriate grade and emulsion as per specification required for the items of work as per Standard Specification and use it on the work. The quoted rate shall be inclusive of cost of bitumen, bitumen emulsion conveyance and handling and storage charges and other requisites as contained in Clause 103-04 of PS to SSRB. All the requisite tests to ensure quality of bitumen have to be carried out before acceptance and certified. RCC pipes conforming to IS 458 has to be procured by the contractor and Used on the work.The quoted rate shall be inclusive of cost of pipes,Conveyance, handling and storage charges and other requisites as Contained in Cl.103-04 of P.S.to S.S.R.B. The contractor has to produce inspection and test certificates by the Director General of supplies and disposals for the standard and quality of Pipes. Otherwise pipes will be rejected. All the provisions contained in Cl.106 and107 of P.S. to S.S.R.B. in regard to quality of materials and control of work shall be applicable and enforced. The contractor shall be responsible to make good and remedy at his own cost any defect which may develop or may be noticed and intimation of which has been sent to the contractor by a letter sent by hand delivery or by registered post before the expiry of a period of 36 (thirty six) months (hereinafter referred to as defects liability period) from the completion of whole of the work, for major works like formation of road including metalling and black topping. For all structural works the defect liability period shall be 60 (sixty) months In case of works like resurfacing of the existing roads and black topping, the defect liability period shall be 6 (six) months. In the event of the contractor failing to rectify the defect or damages within the period specified by the Engineer-in-charge in his notice aforesaid, the Engineer-in-charge may rectify or remove and re-execute the work and/or remove and replace with other materials or articles complained of, as the case may be, by or other means at the risk and expense of the contractor At the time of making final payment for major works like formation of road Including metalling and black topping 2 % of the total value of work done shall be retained by the department. This amount will be refunded to the contractor on the expiry of one year reckoned from the date of completion of work provided that the contractor execute an indemnity bond for a further period of two years indemnifying the Government against any loss or expenditure incurred to rectify any defect noticed due to faulty workmanship by the contractor or substandard materials used by the contractor. 177

2.5

2.6 2.7

2.6

3. 4.1

4.2 4.3

4.4.1

Contractor.

4.4.2

In case of works like resurfacing of the existing roads and black topping, the amount will be refunded to the contractor on the expiry of six months from the date of completion of work.

4.4.3 At the time of making final payment for minor/major bridge works, culverts and other structural works, 2 % of the total value of work done shall be retained by the department. This amount will be refunded to the contractor on the expiry of two years reckoned from the date of completion of work provided that the contractor execute an indemnity bond for a further period of three years indemnifying the government against any loss or expenditure incurred to rectify any defect noticed due to faulty workman- ship by the contractor or substandard materials used by the contractor. 4.5 5. Making final payment shall not discharge or release the contractor from responsibilities and liabilities under the contract. his

In case, when the departmental tools and plants are hired to the contractors in places of work where the standard schedule of rates of Public Works Department allow extra special track percentage, the hire charges will be enhanced by the corresponding extra percentage and recovered from the contractor. Without limiting his obligations and responsibilities under the contract, the contractor shall insure in the joint name of the Government and the contractor against all loss or damage from whatever cause (other than the excepted risks) for which he is responsible under the terms of contract and in such a manner that the Government and the contractor are covered during the period of construction of the works and defects liability period for The works and temporary works to the full value of such works executed from time to time, The materials, constructional plant and other things brought to site by the contractor to the full value of such materials, constructional plants and other things. Any amount due from the contractor which he has failed to remit after the notice from the Engineer shall be caused to be recovered under Tamil Nadu Revenue Recovery Act as if it was an arrear of land revenue. The tenderer who are themselves not professionally qualified shall undertake to employ qualified Technical men at their cost to look after the work according to the scale indicated below. In case, the tenderer is professionally qualified, he must employ technical men to meet the norms besides himself. The tenderers should state in clear terms whether they are professionally qualified or whether they under take to employ Technical Assistants required by the department as specified in the schedule below for the work. In case the selected tenderer is professionally qualified or has undertaken to employ technically qualified personnel under him, he shall see that one of the Technically qualified men is always present at the site of the work while the work is in progress personally checking all the items of works and paying extra attention to such works as may demand special attention (ie) bituminous courses R.C.C. etc. 179

6.

i) ii) 7.

8.

Contractor.

Above Rs.5.00 Lakhs Upto Rs.10.00 Lakhs Above Rs.10.00 Lakhs Upto Rs.25.00 Lakhs Above Rs.25.00 Lakhs Upto Rs.50.00 Lakhs

One B.E. Civil (or) equivalent Degree holder with three years experience in Civil Engineering (or) not less than One Retired Sub-Divisional Officer/Assistant Executive Engineer (or) Assistant Divisional Engineer. One B.E. Civil Engineering with three years experience (or) One Retired Sub-Divisional Officer plus One Diploma Holder in Civil Engineering or two diploma holders in Civil Engineering with three and five years experience respectively. One B.E. Civil (or) equivalent Degree holder with three years experience or not less than One Retired Sub-Divisional Officer/Assistant Executive Engineer plus two diploma holders in Civil Engineering or two retired Junior Engineer. (ALTERNATIVE) One B.E. Civil (or) equivalent Degree holder with three years experience or not less than One Retired Sub-Divisional Officer and one more B.E. (Civil) or equivalent degree holder Two B.E.Civil with 3 years experience plus two Diploma holder in Civil Engineering.

Above Rs.50.00 Lakhs

If the tenderer fails to employ the Technical men as indicated above for the works, penalty shall be levied during the period of such non-employment of technical men. A penalty of Rs.5000/- per month for Diploma holder and Rs.10,000/- per month for degree holder be levied in case of default on the part of the contractor in following the norms mentioned above. Notes:In case, the contractor who is professionally qualified is not in a position to remain always at the site of the work for checking of all items of work and paying extra attention to such works as may demand extra special attention (i.e.) bituminous courses, reinforced concrete work etc., he should employ technically qualified men (as prescribed) for the work. It will not be incumbent on the part of the contractor to employ Technical Assistant / Assistants when the work is kept in abeyance due to valid reasons and if during such period in the opinion of the Divisional Engineer(H&RW) the employment of Technical Assistant / Assistant is not required for the due fulfillment of the contract. 9. Income Tax at 2% of the bill amount will be recovered from all interim bills and final bill of the contractor or at such rates which the Government may by notification fix from time to time. 10. Sales Tax at 4% of the bill amount will be recovered from all interim bills and final bill of the contractor or at such rates which the Government may by notification fix from time to time.

Contractor.

181

11.

In case of any dispute or difference between the parties to the contract either during the progress or after the completion of the work or after the determination / abandonment of the contract or any matter arising there under and if the claims value exceeds Rs.2.00 Lakhs (Rupees Two Lakhs only) the same shall be settled by filing a civil suit before a Civil Court having jurisdiction for decision. If the claims monetary value is less than Rs.2.00 Lakhs (Rupees Two Lakhs only) the dispute shall be referred for arbitration to a sole Arbitrator. The Superintending Engineer (H) NABARD and Rural Roads. Tirunelverli Circle or his successor in his office shall be the Arbitrator for this purpose. The arbitration proceedings will be governed by Arbitration and Conciliation Act 1996. In the event of the work being transferred to any other Division or Circle. The Divisional Engineer or Superintending Engineer who will be incharge of the Division/ Circle having jurisdiction over the work shall be competent to exercise all the powers and privileges reserved in favour of the Government. The Contractor should restore the damaged drinking water pipe lines (or) other Government Property at his own cost with in a weeks time if they are damaged while executing his work. In respect of the item providing and laying granular sub base, the Contractor should produce necessary design mix got designed from Approved institutions at his cost. The mix should give the designated CBR In the contract document. a. The contractor should arrange to insure the work as risk insurance of their cfost against any losses due to damage of nature calamities like unprecedented floods, cyclone, fire, lighting, earth quakes, volcanic eruption and other convulsion of nature. b. The Government will not be responsible for such losses and the Government is not liable to pay any compensation towards such losses sustained by the contractor.

12.

13.

14.

15.

16.

To Ensure that the contractors would provide proper coverage of insusrance before commencement of work. If the contractors fail to take insurance for the above during course of execution and if any accidents occur during the execution.

SPECIAL CONDITION. 1) The Sub base material should be tested for its suitability in accordance with C.L.401 of MORTH Rev-IV from Highways. Research Station or any Other Reputed institute and get it approved by the competent authority before execution by the contractor at his cost . If there is any change in the materials of composition no extra cost will be paid. Escalation Charges will be given as per G.O.Ms.No. 60/Public Works(G2) Department/ dated: 14.3.2008. 183

2) 3)

Contractor.

SPECIAL CONDITION

On evaluation of the tender if it is found that the over all quoted amount of the Tender under consideration is less by 5 to 15 % of the Estimated amount the contractor should pay an additional security of 2 % of the estimated Value. If the Tender discount is more than 15 % the Contractor should pay an additional securioty at 50% of the difference between the quoted amount and estimated amount. Failure to furnish the additional security as mentioned above which executing agreement shall entail cancellation of award of contract and forfeiture of E.M.D.

Sd/.A.shanmugapandian,
Contractor Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem-7.

185

SPECIAL CONDITION "The Contractor should not engage child labour ( below the age of 14 years) in the execution of works / If the contractor engage child labour, the work contract

assigned to him shall be cancelled and such contractor shall be black listed for 3 years"

Condition for claims of Contractor in account of losses due to

unprecedented floods and other acts of God


The Contractor should arrange to insure the work as risk insurance of their cost against any losses due to damage of nature calamities like unprecendented floods, cyclone fire, lighting, earth quakes , volcanic eruption and other convulsion of nature The Government will not be responsible for such losses and the Government is not liable to pay my compensation towards such losses sustained by the contractor. From commencement to completion and the contractor shall take full and upto the expiry of observation period, the work shall be under the charge and care of the contractor responsibility for the care there of and for taking precautions to prevent loss or damage and shall be liable for any damage of loss thar may happen to the works or any part including the departmental tools and plant there of from any cause whatsoever and shall at his own cost repair and make good the same so that at completion and expiry of observation period , the work shall be in good condition and in conformity in every respect with the requirements of the contract and instructions of Engineer. (G.O.Ms.No.620/ TD / Dt: 27/07/1978 and amendment issued in G.O.MS.No.724/ TD / Dt: 27/06/1983)

Contractor

Sd/.A.Shanmugapandian, Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem-7. 187

SCHEDULE-D
Applicable to all cases of works where a minimum of fifty workers are employed. Rules for the provisions of health and sanitary arrangements for workers. The contractor's special attention is invited to clause 108-11 of the P.S. to S.S.R.B. and he is requested to provide at his own expenses the following amenities to the satisfaction of Divisional Engineer.

1. FIRST AID:
At the worksite, there shall be maintained at an accessible place first aid appliances and medicines including adequate supply of sterilised dressing and sterilised cotton wool. The appliances shall be kept in good order. They shall be placed under the charge of responsible person who shall be readily available during working hours.

2. DRINKING WATER:
A. B. C. Water of Good quality fit for drinking purposes shall be provided for the workers on the scale of not less than 3 gallons per head per day. Where drinking water is obtained from an intermittent public water each work site shall be provided with storage tank where such drinking water shall be stored. Every water supply storage shall be at a distance of not less than 50m from any latrine drain or other sources of pollutions where water has to be drawn from an existing well, which is within such proximity of any latrine drain or other sources of pollutions. The well shall be properly chlorinated before water is drawn from it for drinking. All such wells shall be entirely closed and provided with a trap door which shall be dust and water proof. A reliable pump shall be fitted to each inner well. The trap door shall be kept locked and opened duly for inspection and cleaning which shall be done at least once a month.

D.

3. WASHING AND BATHING PLACES:


Adequate washing and bathing places shall be provided separately for men and women. Such places shall be kept clean and well drained. Bathing and washings should not be allowed nearby any drinking water well.

4. LATRINES AND URINALS:


There shall be provided within the premises of every worksite, latrines and urinals in accessible places and the accommodation separately for each of them shall be on the following scale or on the scale directed by the Divisional Engineer in any particular case. A. Where the No. of persons employed does not Exceed 50. : 2 seats B. Where the No. of persons employed exceed : 3 seats 50 but does not exceed 100. C. For every additional hundred : 3 seats Contractor 189

If women are employed separately, latrine and urinals screened from those for man shall be provided on the same scales. Except in worksite provided with water flushed latrines connected with a water borne sewage system, all latrines shall be provided with receptacle on dry earth system which shall be cleaned at least four times daily and at least twice during working hours and kept in a strictly Sanitary condition, the excreta from the latrines shall be disposed off at the contractor's expenses in out work pits approved by the local public Health authority. The contractor shall also employ adequate number of scavengers and conservancy staff to keep the latrines and urinals in a clean condition.

5. SHELTERS DURING REST:


At the worksite there shall be provided free of cost two suitable sheds one for meals and other for rest for the use of workers.

6. CRECHES:
At every worksite at which 50 or more women workers are ordinarily employed there shall be provided two huts of suitable size for the use of children under the age of five years belonging to each women (one hut shall be used for infants, games and play and the other as their bed room). The huts shall not be constructed on a standard not lower than the following. i) ii) iii) Thatched roofs Mud floors and walls planks spread over the mud floor and covered with matting. The use of the huts shall be restricted to children their attendants and mothers of the children.

7. CANTEENS:
A cooked food canteen on moderate scale shall be provided for the benefit of workers if it is considered expedient.

8. SHEDS FOR WORKERS:


The contractor should provide at his own expenses sheds for housing the workers. The shed shall be on a standard not less than cheap shelter type to live in which the workers in the locality are accustomed. A floor area at about 6' x 5' for two person shall be provided. The sheds are to be in row with 5' clear space between sheds and 50' clear space between rows if condition permit. The workers camp shall be laid but in units of 400 persons each unit of area clear space of 40' on each side. On completion of the work the contractor should dismantle the temporary hut ments and remove the same at his cost and no labour or huts allowed to continue. Contractor.

Sd/. A.Shanmugapandian, Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem-7. 191

UP TO 12

PRICE VARIATION CLAUSE FOR WORKS WITH A TIME LIMIT MONTHS ( as per G.O Ms. No 60/ PW (G2) Department dated 14.03.2008 )

PRICE ADJUSTMENT :III. The contract price shall be adjusted for increase or decrease in rates and price of Cement, Steel fuel and lubricants in accordance with the following principles and procedures and as formula given below. The operative date herein after referred to means the date of commencement of work, if not otherwise mentioned in the contract. The operative period hereinafter referred to means the time for completion of work mentioned in Cl. 21 of the contract. For the purpose of calculating adjustment in the tender price by way of payments/refunds arising out of variation in the cost of select critical construction inputs namely Cement, Steel, Bitumen and P.O.L only. The operative period shall end on the last date of completion period as per Cl. 21 of the contract or with the last date of the valid period of time extension granted, only to cover the increase in the original scope of the work resulting in increase in the quantum of work near and above the approved designs and as per terms of contract and time extension granted. In case work is suspended, the period of extension granted shall be considered in continuation of the original operative period as mentioned above. The operative period will also include the extension of time granted on valid grounds for reasons not attributable to the contractor. For extension of time granted for any other reason, whatsoever, no adjustment in the contract prices shall be made on account of variation in the prices of Cement, Steel, Bitumen and P.O.L. In case of reduction in the original scope of the work envisaged under the contract, the operative period shall be proportionately reduced by the Employer. The payment for variation in prices shall not apply, to the work carried out by the contractor beyond the stipulated time for reasons attributable to the contractor, even if time extension is allowed. In all cases, the decision of the Employer with regard to the operative period shall be final and binding on the contractor. To the extent that full compensation for any rise or fall in the costs to the contractor is not covered by the provisions of this or other clauses in the contract, the unit rate and prices included in the contract shall be deemed to include amounts to cover the contingency of such otherwise or fall in costs. 193

d.

e.

f.

g.

h.

ADJUSTMENT IN THE COST OF CEMENT :If after the operative date and during the operative period, there may be any variation in the cost of cement procured by the contractor, the price adjustment shall be calculated in the following manner. Vc = 0.85 x Po x K1 Cw2 - Cw1 ------------Cw1 Where, Vc = the amount of price adjustment in Rupees Po = the value of work in Rupees executed during the period under consideration. K1 = a factor representing the cement component for the work. K1 = Not applicable Cw1 = Price of cement fixed by whole sale price index of Reserve Bank of India on the operative date. Cw2 = Price of cement fixed by whole sale price index of Reserve Bank of India during the period under consideration. iv) ADJUSTMENT IN THE COST OF BITUMEN :If after the operative date and during the operative period, there be any variation in the cost of bitumen procured by the contractor, the price adjustment shall be calculated in the following manner. Vb = 0.85 x Po x K2 x Bw2 - Bw1 ------------Bw1 Where, Vb = the amount of price adjustment in Rupees Po = the value of work in Rupees executed during the period under consideration. K2 = a factor representing the bitumen component for the work. K2 a. For Bitumen Emulsion = 0.01 b. For 80/100 grade Bitumen = 0.38 Bw1 Bw2 = = Price of bitumen charged by Bharat petroleum Corporation / Indian Oil Corporation on the operative date. Price of bitumen charged by Bharat petroleum Corporation / Indian oil corporation during the period under consideration. 195

v)

ADJUSTMENT IN THE COST OF STEEL :-

If after the operative date and during the operative period, there be any variation in the cost of steel procured by the contractor, the price adjustment shall be calculated in the following manner. Vs Sw2 - Sw1 ------------Sw1 = the amount of price adjustment in Rupees = the value of work in Rupees executed during the period under consideration. = a factor representing the steel component for the work. (a) steel above 16mm dia = Not applicable (b) steel upto 16mm dia = Not applicable = Price of steel fixed by whole sale price index of Reserve Bank of India on the operative date. = Price of steel fixed by whole sale price index of Reserve Bank of India during the period under consideration. = 0.85 x Po x K3 x

Vs Po K3

Sw1 Sw2

4. P.O.L For working out price adjustment on fuel and lubricants (Petrol, diesel oil and lubricants) the representative item for reference shall be diesel, oil only. If after the operative date and during the operative period there by any variation in the price of diesel, oil, such variation being duly notified by the nearest consumer pump of IOC, the price adjustment for fuel and lubricants shall be calculated in the following manner:P2 = P1 Vp = P0 x 0.85 x K4 x ---------P1 Where Vp = the amount of price adjustment in Rupees K4 = a factor representing the component of fuel and Lubricants K4 = 0.05 P1 = Price of diesel, oil charged by the Bharat petroleum Corporation / Indian oil corporation on the operative date. P2 = Price of diesel, oil charged by the Bharat petroleum Corporation / Indian oil corporation during the period under consideration. 197

4)

The Price variation under this clause shall not be payable for the extra items required to be executed during the completion of work, since the rates payable for the extra items are to be fixed as manually agreed between the employer and contractor subject to yearly variation till completion of such items. This clause is operative both ways, i.e., if the price variation as calculated above is on the plus side, payment on account of the price variation shall be allowed to the contractor and if it is on the negative side, the employer shall be entitled to recover the same from the contractor and the amount shall be deductible from any amount due and payable under the contract. The contractor shall for the purpose of these conditions keep such books of account and other documents as are necessary to show the amount of any increase claimed or reduction available and shall allow inspection of the same by a duly authorized representative of employer and further shall at the request of the Engineer may require any document so kept and such other information as the Engineer may require. Price adjustment will apply only when fluctuation of rates exceeds lay 3% compared to the estimate rates (Reserve Bank of India Index Price for Cement and Steel and actual rates charged by Bharat petroleum Corporation / Indian oil corporation for Bitumen and POL. ) Price adjustment shall be made for both increase and decrease with cost of materials. Price variation will be calculated once in a quarter in respect of Cement and Steel as per the specified formula from the date of agreement up to the end of agreement period based on whole sale price Indices of Reserve Bank of India. The quarter would be reckoned with reference to the quarter of the calendar year in which the agreement is signed, for the purpose of calculation of price adjustment. The Price adjustment shall be calculated only on the departmental estimated cost of the work. In respect of bitumen and POL, it will be considered on pass through basis with payment of actual rates / price at the rates charged by Bharat petroleum Corporation / Indian oil corporation

5)

6)

7)

8)

9)

10)

199

11)

All works for which price escalation is contemplated must have milestones fixed in physical terms and have a prefixed time line for usage of inputs which would clearly stipulate the nature and quantum of cement, steel, Bitumen and other inputs which would be utilized for the work in each time period between two milestones. In this contract the time fixed for completion is 18 Months only and the contractor should furnish detailed programme of work with pert chart specifying milestones with quantum of work to be executed between two milestones with quantity of inputs to be used by him. Escalation will be given for only those quantities which would have been used had the contractor stuck to this original timeline. However if the contractor does a certain quantity of the work in the third quarter which he should have done in the second quarter, he can still claim escalation on that quantity at the rates as applicable in the second quarter. Liquidated damages will be imposed on the contractor for the lapses / shortfall in achieving the rate of progress as per the schedule. The price adjustment will cease to operate for value of work executed beyond the agreement period. But agreement period shall include the actual period for which the work was, suspended officially and extension of time permitted for any valid reasons such as war, natural calamities, like flood, earthquake and other risks arising out of acts of God during the agreement period, work delayed due to the land acquisition process, change in design, change in scope of work etc., which is given in writing by the Tender Calling Officer of the respective work. Price variation will be operated by the respective Divisional Engineer

12)

13)

14)

Sd/.A.Shanmugapandian,

Superintending Engineer(H) NABARD and Rural RoadsCircle, Salem-7.

201

GOVERNMENT OF TAMIL NADU

CIRCLE :

SALEM (H) NABARD AND RURAL ROADS

DIVISION

ERODE (H) NABARD AND RURAL ROADS

Pre Qualification Document and documents to be furnished by the Bidders

Name of Work

Reconstruction of a Bridge at Km.63/10-of PollachiDharapuram Karur road across Nallathangal River.

App. Value of Contract :

Rs. 233.50 Lakhs

D.O.T.

16.07.2009

Pages

1 to 80.

INVITATION FOR PRE-QUALIFICATION.

INTRODUC TION

1. The Superintending Engineer (H) NABARD and Rural Roads,Salem Circle hereinafter termed the Employer wishes to receive Pre-Qualification Bids from eligible bidders of as defined in these Bidding documents here in after referred to as THE WORKS Reconstruction of a Bridge at Km.63/10

of Pollachi Dharapuram Karur Road across Nallathangal river .


The invitation for bid is open to the eligible domestic contractors .

2.INSTRUCTIONS TO APPLICANTS 2.1 QUALIFICATION CRITERIA

2.2 Pre-qualification will be based on meeting all the following minimum criteria regarding the applicants general and particular experience, personnel and equipment capabilities , and financial position, as demonstrated by the applicants responses in the forms attached to the letter of application. Subcontractors experience and resources shall not be taken into account in determining the applicants compliance with the qualifying criteria.

2.2.1 GENERAL EXPERIENCE The applicant shall meet the following minimum criteria: i. The applicant in the same name and style should have achieved average annual turnover ( defined as billing for works in progress and completed ) over the last five years 40% of the value of contract applied for not less than Rs. 94.00 Lakhs.
ii.

The applicant in the same name and style, as prime contractor should have successfully completed at least one contract ( Highways road and/or Bridge works/Airport contract ) of at least 40% of the value of proposed contract with in the last five years. Not less than Rs. 94.00 Lakhs.

iii. Sl.No 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

This experience in similar nature of work should also includes the following minimum quantities of work at least in one work during the last five year. Description of Work Earthwork for foundation Vic.CC.M25 Design Mix Vib.CC.M15 Nominal Mix Vib.Rcc M.30 Design Mix Supply and Fabrication of Steel E.W for Foundation Granular Subbase WMM Dense Bituminous Macadam Bituminous Concrete Quantity 3943 m3 1588 m3 1475 m3 746 m3 65.40 MT 8722 m3 562 m3 702 m3 141 m3 2808 m2 40 % of Quantity 1578 m3 636 m3 590 m3 299 m3 26.50 MT 3490 m3 225 m3 281 m3 57 m3 1124. m2

The applicant will indicate the details of work executed project wise in a summary sheet separately. 3

2.3 ESCALATION

The following enhancement factors shall be used for the costs of works executed and the financial figures to a common base value for works completed in India. Multiplying factor 1.00 1.10 1.21 1.33 1.46

Current year 1 Year 2 Year 3 Year 4 Year 5

The application will indicate actual figures of costs and amounts in the schedule without accounting for the above mentioned factors. Note: Current year means the assessment year (i.e) the completed year immediately proceeding the date, month and year in which notice inviting tenders for prequalification is published.
2.4 PERSONNEL CAPABILITIES

The applicant must have suitably qualified personnel to fill the positions as specified in Annexure-ii. The applicant will supply information on a prime candidate and an alternate for each position, both of whom should meet the experience requirements.

2.5 EQUIPMENT CAPABILITIES

The applicant should own (or) should have assured owner ship to the key items of equipment (as per Annexure-I), in full working order, and must demonstrate that based on known commitment, they will be available for use in the proposed contract.

2.6 FINANCIAL POSITION The applicant should demonstrate that he has access to, or has available liquid assets (working capital, cash in hand) and/or credit facilities of not less than 10% of the contract applied for the construction, cash-flow may be taken as 10% of the estimated value of Contract/contracts ( Not Less than Rs.23.34 Lakhs) 2.6.1 The audited balance sheet for the last five years should be submitted which must demonstrate the soundness of the applicants financial position showing long-term profitability including an estimated financial projection for the next two years. Where necessary, the Employer will make inquiries with the applicants bankers.

2.7 LITIGATION HISTORY The applicant should provide accurate information on any litigation or arbitration resulting from contracts completed or under execution by him over the last five years. 7

2.8 BID CAPACITY The applicant who meet the minimum qualification criteria will be qualified only if their available bid capacity at the expected time of bidding is more than the total estimated cost of the works not less than Rs.233.50/-Lakhs . The available bid capacity will be calculated as under: Assessed available bid capacity = (AxNx2-B) Where A is maximum value of construction works executed in any one year during the last five years (Updated to the current price level) rate of inflation may be taken as 10% per year which will take into account the completed as well as works in progress. B is value at current price level of the existing commitments and ongoing works to be completed during the next are invited), and N is number of years prescribed for completion of the works for which the bids are invited , i.e. 18 months in the present case. Even though the Applicants meet the above criteria, they are subject to be disqualified if they have: Made misleading or false representation in the form, statements and attachment submitted, and/or Records of poor performance such as abandoning the work, rescinding of contract for which reasons are attributable to the non-performance of the contractor. Consistent history of litigation awarded against the applicant or financial failure due to bankruptcy. 9 18 months ( Period of completion of works for which bids

3. CHECK LIST FOR INFORMATION TO BE FURNISHED 3.1 The documents submitted by the bidders should be properly indexed. All pages shall be numbered and an index sheet added in the beginning of bidding documents. 3.2 Current bid capacity should be worked out by the bidder in accordance with Para 2.8 above and furnished in application form(7). All documents in support of the figures used in working out the bid capacity should be attached along with. The five year period to be used in working out bid capacity and the factors for indexing shall be below.

Period

Factor for indexing

Current year 1 ( 2009 2010) Year 2 (2008 - 2009) Year 3 (2007 - 2008) Year 4 (2006 2007) Year 5 (2005 2006)

1.00 1.10 1.21 1.33 1.46

Note: Current year means the assessment year that is the completd year immediately proceeding the date, month and year in which notice inviting tenders for pre-qualification is published.

11

3.3 A duly filled up check list shall be enclosed as per the Proforma given below. This shall be added to the index sheet. Sl. No 1. Name of Document Audited financial statements consisting of profit and loss statements, balance sheets and details about turnover from civil Engineering works for preceding five years. Extent of access to bank loans or credit facilities with ceiling limits, if any, prescribed in this regard and certified by the bankers themselves. Details of current work in progress including value of current outstanding payables, etc. Certificates from competent authority Provisional program for completion of various activities. Application form (1) to (11) Calculation for current bid capacity Latest income tax clearance certificate Power of attorney/ Authorisation for Persons signing the tender For signing the tender For partner-in-charge Summary of quantities of work executed Project wise Whether If yes, If No, submitted Refer Give ReaY/N Page No. sons

2.

3. 4. 5. 6, 7 8 9

13

4.

NOTE The language in which the contract will be executed and operated will be in English and the law governing the contract will be the Indian Law. GENERAL The intending tenderers are requested to go through the Bid.documents regarding the instruction to bidders , General conditions of contract, Special condition contract for Technical specification , form of bid and bid security of quantities, drawings etc., 5.1 5.2 5.3 5.4
5.5

5.

Pre-Qualification Questionaire complete in all respects should be submitted to with tenders in a separate covers. No Costs incurred by the contractors in making their offers in providing Clarification or attending discussions, conferences (or) site visits will be reimbursed by employer or the Engineer. Incomplete offers are liable to be rejected. The Language for submission of the bid should be in English The enclosed schedules should be filled in completely and all questions should be answered if an particulars query is not relevant, it should be state as Not Applicable. If the offer is submitted by a general contractor backed up by specialized sub contractors , the contractor and each of the sub contractors should fill in all the schedules completely. The main contractor should be clearly identified and the extent of responsibility of each of the Sub- Contractor Should be defined. Financial data, Project costs. Value of work etc. Should be given in Indian Rupees only. For any clarification the Superintending Engineer (H) NABARD and Rural Roads , Salem Circle.D.No.8- 6th Cross Street, Maravaneri, Salem.7 (Ph.No.0427-2418947) may be contacted by appointment. If the application is made by a firm in partnership of the firm , their full names and current address or by a Partner holding the power of attorney for the firm by signing the application in which case a certified copy of the power of attorney shall accompany the application. A certified copy of the Partnership deed, Current address of the firm and the full names, and current addresses, of all the partners of the firm shall also accompany the application. 15

5.6

5.7
5.8

5.9

5.10

If the application is made by a limited company or a limited corporation it shall be signed by a duly authorized person holding the power of attorney for signing the application in which case a cerified copy of the power of attorney shall accompany the application. Such limited company or corporation will be required to furnish satisfactopry evidence of it existence before the contract is awarded. To be eligible for award of contract bid document shall provide evidence satisfactory to the employer , not with standing any previously conducted pre-qualification of potential bidders of their capability and adequacy of resources effectively to carry out subject contract . To this end all bid submitted shall include the following information a) Copies of Original documents defining the constitution legal status place of registration and principal places of business of the company firm or partnership there to constituting tenderer. b) Major items of construction equipments for carrying out the contract in format prescribed in Annexure -1 . The bidders shall furnish the registration number , Engine number and make number of tools and Plants to be employed exclusively for this work. The tools and plants are to be hired the bidders shall furnish the consent statement from the hiring agency along with the above details. The qualification and experience of key personal proposed for work status and execution of the contract both n and off site. In the format prescribed in Annexure II
c)

5.11

5.12

d) The reports of the financial status under including profit and loss statement, balance sheet and auditor report for the Past 5 years an estimated financial projection for the next two years and an authority from the tenderer to seek reference from their Banker should be furnished.
e) Information , regarding any current litigation in which the tenderer in-

volved 5.13 The inform furnished must be sufficient to show that the applicant is capable in all respects to successfully complete the envisaged contract works strictly on the basis of the applicant having already earlier carried out satisfactorily work similar size nature and complexity. 17

5.14

All recipients of pre-qualification documents (Whether they submit Pre-qualification bid or not) Should treat the documents as strictly confidential. The applicant is expected to have visited the project site before Submitting bid. While submitting the schedules duly filled in the applicants shall enclosed Copies of brochures and technical documentation giving more information about the firm and all members of the consortium. For the purpose of tender evaluation a substantially responsive tender is one which confirms to the post qualification particulars. If the tender is not substantially responsive to the requirement of the prequalification particulars and it will be rejected by the engineer and may not subsequently be made responsive by the tenderer having given additional particulars ELIGIBILITY AND QUALIFICATION REQUIREMENTS a) Contractor registered under class I with money limit above Rs.75.00 Lakhs in Highways department in Government of Tamil Nadu are alone eligible for participation in this tender. The bidders in the same name and style should have been in Civil ngineering Construction Business including road and bridge work..

5.15 5.16

5.17 5.18

6.

b) 7.

THE BIDDERS SHOULD FURNISH WITH THIS BID 7.1 7.2 7.3 Certificates should be countersigned by Engineer not below the rank of Divisional Engineer The right to accept or to reject any qualification details or bids without assigning any reason is reserved by the Employer :One month current activity is to be assessed from the details furnished in the schedule of pre-qualification documents ( all details must be supported by documents authenticated by competent officer / departments) 19

7.4

One month current activity means total outstanding value of all projects in progress furnished in the schedule of pre-qualification plus value of this contract divided by the period of Contract that is 18 Months Out standing value is defined as contract value deducting the value of work completed as certified by the agency / departmental officer concerned with whom the contracts subsist. The bidders shall have working capital sufficient to finance one month of current activity for the work being qualified for this purpose working capital as net cash plus utilized Bank credit (Unutilized Bank Credit to be Certified by the Bank) Net cash is equal to cash at Bank plus debtors minus creditors. (Details of Each Bank Debtors list . Creditors list should be attested by the concerned. Unutilized Bank credit confirmed by over draft limit less over draft availed as reported in the last accounts (over draft limit and over draft availed so far is to be got furnished from the bank). The Contractor should not have had any of his contract terminated partially during the last five years by any agency. The annual turn over furnished in the balance sheet profit and loss account shall be corrected to the annual turn over furnished in the Income Tax Clearance Certificate .

7.5

7.6

7.7

7.8

7.9

7.10

21

7.11

The Tenderer should demonstrate that they have adequate financial resources (over draft / credit limit certificate to be obtained from bank) Sufficient to sustain the contract cash flow for one month at the peak construction period. The Tenders should demonstrate that availability of qualified personnel viz., Project Manager / Supervisor / Engineer with not less than five years of experience in similar nature of works. The Tenders should further demonstrate the availability of sufficient number of either own or by procurement essential equipments mentioned for this contract.

7.12

7.13

SIGNATURE OF CONTRACTOR.

23

LIST OF ESSENTIAL PLATS AND EQUIPMENTS (ANNXURE I) This is a suggested list of Plants and equipment required for the work. The equipment which are essential for different items of work. Essential equipment required for items of work included in the project have to be available for execution. Equipment for Road works. 1) 2) 3) 4) 5) 6) 7) 8) 9) Excavator Survey instruments Tractor Lorry Dumper/Tipper Water tank Power roller Bitumen Boiler Mini Hot mix plant 1 No 2 Nos 2 Nos 2 Nos 2 Nos 2 Nos 2 Nos 1 No 1 No

Bridge work 10) Mixer Machine 11) Vibrator 12) Compression testing Mechine 13) Set of Sieves 14) Slump Cone 15) Cube mould 16) 5 HP Motors for dewatering 1 No 10 Nos 2 Nos 2 Nos 2 Nos 1 No

SIGNATURE OF CONTRACTOR.

Superintending Engineer,(H) Nabard & Rural Roads, Salem-7 25

Annexure-II Minimum Requirement of Employed the Technical Persons of the following for this work. STAFF PROPOSED FOR EXECUTION OF WORK I Choice B. E Civil With 3 years Experience 2 Nos D.C.E (or) J E (Retd) 4 Nos Total 6 Nos II Choice A.D.E (Retd) 1 Nos D.C.E (or) J E (Retd) 4 Nos
Total Name of Applicant : Staff proposed for Execation of work : Sector Name(s) C.1 Head office Age. Year of Education Proposed Relevant Experience Designation experience With the total 5 Nos

General Manager Administration Technical Management Others. Sector Name(s) C.2. SITE. Age. Year of Education Proposed Relevant Experience Designation Experience With the applicant total

Note: Bio-Data of each Key Personal shall be attached.Relates with the proposed site organization chart furnished under D1 A summary of the work experience of each Key staff shall be attached.

SIGNATURE OF CONTRACTOR.

Superintending Engineer,(H) Nabard & Rural Roads, Salem-7 27

ANNEXURE II DETAILS OF KEY PERSONNAL AND ADMINISTRATIVE PERSONAL Details of Personal proposed to be deployed by the applicant for this work

Name of person

Qualification

Designation

No.of years of Experience Individua l In the firm

Details of works carried out etc.,

Technical Personnel 1. 2. 3. 4. 5. Administrative Personnel 1. 2. 3. 4. 5. Skilled and other Workers 1. 2. 3. 4. 5.


SIGNATURE OF CONTRACTOR

29

LETTER OF APPLICATION (Letterhead paper of the applicant, including full postal address, telephone No., Fax No., Telex No., email address and cable address) Date:-------------------------To, The Superintending Engineer,(H) Nabard & Rural Roads, No.8 ,6th Cross street, Maravaneri, Salem-7. (Name and address of the employer) Ref: Advertisement inviting bids from contractors for the Reconstruction of a
Bridge at Km.63/10-of Pollachi Dharapuram Karur Road across Nallathangal river

Sir, Being duly authorized to represent and act on behalf of-----------------------------(hereinafter The applicant), and having reviewed and fully understood all the qualification information provided. The undersigned here by apply to be pre-qualified by yourselves as a bidder for the above work. Attached to this letter are copies of original documents defining. a) The applicants legal status b) The principal place of business and c) The place of incorporation ( for applicants who are corporations) or the place of registration and the nationality of the owners (for applicant who are partnerships or individually owned firms)

31

d) Authority letter(s) for signatory(ies)

Your agency and its authorized representatives are hereby authorized to conduct any inquiries or investigations to verify the statements, documents and information submitted in connection with this application, and to seek clarification from our bankers and client regarding any financial and technical aspects. This letter of application will also serve as authorization to any individual or authorized representative of any institution referred to in the supporting information to provide such information deemed necessary and requested by yourselves to verify statements and information provided in this application or with regard to the resources, experience, and competence of the applicant. Your agency and its Authorized Representatives may contact the following persons for further information.

Name of inquiry General and Managerial inquiries Personnel inquiries Technical inquiries Financial inquiries

Name, Telephone , Fax and Email Address

33

This application is made in the full understanding that bids by pre- qualified applicants will be subject to verification of all information submitted for prequalification. This undersigned declare that the statements made and the information provided in the duly completed application are complete, true and correct in every detail. Signature_________________________________ Name -----------------------------------------------------For and on behalf of (Name of Applicant) -------------------------------

SIGNATURE OF CONTRACTOR

35

APPLICATION FORM (1) GENERAL INFORMATION All individuals/firms applying for pre-qualification are requested to complete the information in this form. Nationality information to be provided for all owners or applicants who are partnerships or individually-owned firms. Where the Applicant proposes to use named sub-contractors for critical components of the works, or for work contents in excess of 10 % of the value of the whole works the following information should also be supplied for the specialist subcontractors. 1. Name of Firm:

2.

Head office Address:

3.

Contact No. Telephone No. Email Address Fax No. Telex No.

4.

Incorporation/ Registration Details Place incorporation/Registration: Year of incorporation/Registration.

Signature of Contractor

37

APPLICATION FORM (1A) Structure and organization 1. The Applicant is a. b. c. d. An individual Firm A Proprietary Firm A firm in partnership A Limited company or Corporation

2. Attach the organization chart showing the structure of organization, including the names of the Director and position of officers. 3. Number of years of Experience: a. As a Prime Contractor (Contractor shouldering Major Responsibility) i) In Own Country

ii) In other Countries (Specify, Country(ies) b As sub contractor ( Specify Main contractor) i) in own country ii) in other countries (specify countrier (ies) 4. a) For how many years has your organization been in the business of similar work under its present name? b) What were your fields when your organization was established? c) Whether any new fields were added in your organization? 39

Signature of Contractor

d) And if so, when? a. b. c. d. 5. a) Where you ever required to suspend construction for a period of more than six months continuously after you started? b) Is so, give name of project and give reasons thereof. a. b. 6. a) Have you ever left the work awarded to you incomplete? b) If so, give name of the project and reasons for not completing work. a. b.

7. In which fields of civil engineering construction do you claim specialization and interest?

8. Give details of your experience in using heavy earthmoving equipment and quality control in compaction of soils.

Signature of Contractor 9. Give Details of your soil and material Testing Laboratory if any

41

10. Give Details of your experience in mechanized granular pavement construction

11. Give details of your experience in Construction of asphaltic overlays.

12. Give details of your experience in construction of Bridge works.

13.

Give Details of your experience in construction of Bridge works in open Foundations.

Singature of Contractor

43

APPLICATION FORM(2) GENERAL EXPERIENCE RECORD Name of Applicant :

The Applicants are requested to complete the information in this form. The information supplied should be annual turnover of the Applicant in terms of the amounts billed to Clients for each year for work in progress or completed. ANNUAL TURNOVER DATA ( CONSTRUCTION WORKS ONLY ) SL.NO 1. 2. 3. 4. 5. YEAR TURNOVER(Indian Rupees)

Signature of Contractor

45

APPLICATION FORM (3) 1. Particular Experience Record: Details of contracts of Similar Nature. (Highways and Airfields) Name of Applicant : 4. Use a separate sheet for each contract
1. a) Number of Contract b) Name of Contract c) Country 2. 3. 4. Name of Employer Employers Address Contract Role Sole Contractor Sub Contractor 5. 6. 7. 8. 9. Value of the Total Contract ( at Completion, or at Date of award for Current contract) Date of Award (Original and Actual) Date of Completion ( Original and Actual) Contract duration (Years and Months) Specify quantities of following major items ofwork a) Earth work in embankment . cum b) WMM/WBM. Cum c) Bituminous work (DBM/BC).cum d) Bridge length m. 10. 11 Name and Professional qualification of applicants Engineerin-charge of the work. Where there any penalties / Fines/ Stop-Notice/ Compensation/Liquidated Damages imposed?(Yes or No)If Yes, give Amount and Explanation: Years: Months:

Notes: In case of contracts in foreign currency, the value of the contract converted to Indian Currency (exchange value shall be as at the end of the project) should be stated. A certificate of completion from the Employer/ Engineer must be enclosed. Signature of Contractor. 47

Application Form (4) Current Contract Commitments/Works in progress. Name of Firm The application should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.
Employer Counseling Engineer Responsible for supervision Location and Description of the work Value of contract in Indian Rs. Value Completed and Certified in Indian Rs. Original Date of Commencement of work Original Target date of completion Of work Actual Date of Start work Revised Target Date of completion of work. Present Progress (%) Reason For slow progress if any.

a) Certificate from the Employers should be attached. b) Non-disclosure of any information in the schedule will result in disqualification of the firm. Signature of Contractor. 49

APPLICATION FORM (5) PERSONNEL CAPABILITIES Name of the Applicant

For Specific position essential to contract implementation, Applicants should provide the names of at least two candidates qualified to meet the specified requirements stated for each position. The data on their experience should be supplied in separate sheet using one form (5A) for each candidate. 1. Title of position Name of prime candidate Name of Alternate Candidate 2. Title of position Name of prime candidate Name of Alternate candidate 3. Title of position Name of Prime candidate Name of Alternate Candidate 4. Title of position Name of Prime Candidate Name of Alternate Candidate.

Signature of Contractor.

51

APPLICATION FORM 5(A) CANDIDATE SUMMARY NAME OF THE APPLICANT :

Position Information About Candidate 1. Name of Candidate

Candidate Prime 2. Date of Birth 3. Professional Qualification Alternate

Present Employment

4. Name and Address of Employer Telephone No. Contact (Manager/Personnel officer): Tele No: Years with Present employer

Fax No. Job Title of Candidate

Summarize professional experience over the last 10 years. In reverse Chronological order. Indicate particular technical and Managerial experience relevant to the project: From To Company/ Project / Position/ Relevant Technical & Managerial Experience.

Signature of Contractor

53

APPLICATION FORM (6) MAJOR ITEMS OF CONSTRUCTION PLANT AND EQUIPMENT PROPOSED TO BE USED BY THE APPLICANT ON THIS CONTRACT. Description Number of each & Model equipme nt/ Type/Ma plant ke Manufac turer Year of Manufactur e and present condition. New or used Total
No. of Hours of operation since date of manufac

Owned (O)

Estimated CIF value in Indian Rs.

Power Rating

Capacit y T/hr. etc.

Present Location.

tur

General Earthwork Granular Construction Bituminous Construction Structures Workshp Equipment The Bidder shall enter in this schedule (adding additional Pages as necessary) all items of construction Plant and Equipment which he proposes to bring on to the site either owned , leased (rented) or Proposed to be purchased and shall indicate the proposed port of entry Annexure-1 may be referred for the list of essential plant and equipment for the work. Signature of Contractor. 55

APPLICATION FORM (7) FINANCIAL STATEMENT The applicants should provide financial information to demonstrate that they meet the requirements stated in the instructions to applicants. If necessary, use separate sheets to provide complete banker information. Copy of the audited balance sheets should be attached. 1. Name of Applicant
Summary of assets and liabilities on the basis of the audited financial statement of the last five financial years. (Attach copies of the audited financial statement of the last five financial years. Based upon known commitments, summarize projected assets and liabilities in Indian Rupees for the next two years.

Firms owned by individuals and partnerships may submit their balance sheets certified by a registered accountant and supported by copies of tax returns, if audits are not required. Financial information in Indian Rupees Financial Year Total Assets Current assets Cash, temporary investments and current receivable Total liabilities Current liabilities Authorised capital Capital issued and paid up Actual: Previous five years Projected: Next two years

Signature of Contractor.

57

3. Annual Value of Construction works, undertaken for each of the last five years and projected for current year. Current Year1 Home Abroad 2 years before 3 years before 4years before 5years before

Note :1

Current year means the assessment year that is the completed year immediately proceeding the date , Month and year in which notice inviting tenders for prequalification is published. This projected figure for the current year shall be arrived at by applying the indexing factor as noted in cl.3.2

Note : 2

4. Net profit before and after Tax: a) Current Period During the Last financial year During each of the four previous financial years Projected for the next 2 years. The Profit and loss statements have been certified through --------------------------------------------------------------------------------------by ----------------------------------5. Specify proposed sources of financing to meet the cash flow demands of the project, net of current commitments. Sl.No Source of Financing Amount in Indian Rupees

Signature of Contractor.

59

6. Credit facilities. Name/ address of bank providing credit line.

b) Total Amount of credit line ( attach latest certificates from the bank obtained after the tender notice publication)

( a) Approximate value of works in hand: (b) Value of existing commitment of construction works ( on going) to be completed during the next 18 months.

8.

Value of anticipated orders for next financial years. HOME

ABROAD

9. Bid capacity computation ( Give supportive documents)

Signature of Contractor.

61

APLICATION FORM (8) LITIGATION HISTORY Name of Applicant: The applicant should provide information on history of litigation or arbitration resulting from contracts completed or under execution in the last five years. Year Award for or AGAINST applicant Name of client cause of litigation and matter in dispute. Disputed amount (Current value in Indian Rs.) Actual awarded amount in Indian Rs.

Signature of Contractor.

63

APPLICATION FORM (9) INFORMATION REGARDING CURRENT LITIGATION, DEBARRING, EXPELLING OF TENDERER OR ABANDONMENT OF WORK BY TENDERER 1.(a) Has the applicants history of litigation awarded against him? Yes No

(b) If yes, give details, 2. (a) Has the applicant been debarred/ expelled by any agency in India, during the last 5 years, excepting on account of reasons, other than nonperformance. Yes (b) No

If yes, give details.

3.(a) Has the applicant abandoned any contract work in India, during the last 5 years. Yes (b) No

If yes, give details.

4.(a) Has the Applicant has been declared bankrupt during the last 5 years? Yes (b) No

If yes, give details, including present status.

Note: If any information in this schedule is found to be incorrect or concealed, application will be summarily rejected. Signature of Contractor. 65

APPLICATION FORM (10) AFFIDAVIT I, the undersigned do hereby certify that all the statements made in the required attachments are true and correct. The undersigned also hereby M/S.---------------------------------------certifies that our firm

-------------------------------------- have neither abandoned any work nor any contract awarded to us for such works have been rescinded for which the reasons were attributable to the non-performance of our firm during last five years to the date of this bid. The undersigned hereby authorize(s) and request(s) any bank person, firm or corporation to furnish pertinent information deemed necessary and request by the Department to verify this statement or regarding my (our) competence and general reputation. The undersigned understand and aggress that further qualifying information may be requested and agrees to furnish any such information at the request of the Department. -------------------------------------------------------(Signed by an Authorized officer of the Firm) -------------------------------------------------------Title of Officer -------------------------------------------------------Name of Firm Date

Signature of Contractor.

67

APPLICATION FORM(11) Item DETAILS OF SUB-CONTRACTORS Element of Approximate value Name and Work Address of SubContractor Statement of similar works

The Bidder shall enter in this schedule a list of the Sections and approximate value of the work for which he proposes to use sub-contractors. Together with the names and addresses of the proposed sub-contractors, providing alternatives in any case where he has not made a final decision on a particular sub-contract at the time of bid submission. The bidder shall also enter a statement of similar works previously executed by the proposed subcontractor, including description, location and value of work, year of completion, and name and address of the Employer/Engineer. Not withstanding such information the bidder, if awarded the contract, shall remain entirely and solely responsible for the satisfactory completion of the works. Superintending Engineer, (H) Nabard and Rural Roads Circle, Salem.7. 69

SIGNATURE OF CONTRACTOR.

SCHEDULE-D Proposed Site organization.

Name of applicant

D.1 Preliminary Site organization chart

D.2 Narrative Description of site organization chart

D.3 Description of relation ship between Head Office and site Manager.

I. Indicate clearly which responsibility and what authority have been delegated to site Manager

SIGNATURE OF CONTRACTOR

Superintending Engineer, (H) Nabard and Rural Roads Circle, Salem.7.

71

1.1 EMPLOYER
The Government of Tamil Nadu State and legal successor in title to the employer represented by the superintending Engineer (H) Rural Roads Salem Circle or his successor in office or his authorized representatives.

ADDRESS:

The Superintending Engineer(H)


NABARD and Rural Roads Circle, Door No.8, 6th Cross Street, Maravaneri, Salem 636 007

1.2 ENGINEER: Divisional Engineer(H)NABARD& Rural Roads,Erode


is appointed by the employer to perform the duties setforth in the contract.

ADDRESS:

The Divisional Engineer (H) NABARD and Rural Roads Division Poondurai and Moolapalayam, Erode-2.

NAME OF THE WORK:


Tender Notice No. & Date Description of Work Cost in Lakhs (Approximate) Period of Completion.

73

1.4 : Information will be sent to the Pre-Qualified Contractors


The tenders are invited on two cover system and the tenderers should send (1) PreQualification document and E.M.D. in a separate inner cover and (ii) bid documents with percentage tender in another sealed inner cover. The Pre-Qualification and Bid Documents duly filled in all respects should be send to Superintending Engineer(H) Rural Roads, Salem at his office in Door No.8, 6 th Cross, Maravaneri, Salem-7 before 3.00 P.M. ( as per Office clock) on 16.7.2009 . The Pre-Qualification documents alone will be opened by the Superintending Engineer(H) Rural Roads, Salem in the presence of the tenderers at 3.15 P.M. on 16.7.2009 .

The bid documents of the qualified bidders will be opened on announced later and the other documents will be returned unopened.

evaluation and

selection of qualified bidders after intimation to them on the date which will be

1.5 CONDITION OF CONTRACT: The Contractors should submit their percentage tender to departmental rates and design invited for this work noting tender percentage at estimate rates / above or below estimates. Alternate design other than the department design will not be entertained

All design and works will confirm to the MORT & H , IRC specifications Indian standards SSRB or other equivalent standards mentioned in the contract documents or approved by the Engineer.

The language in which the contract will be executed and operated will be English and law governing the contract will be the Indian Law.

75

2.9. INSTRUCTION TO APPLICANTS 2.9.1 A contractor may be prequalified for any one or more of the projects up to limit of his pre-qualified capacity. 2.9.2. Pre-Qualification documents and bid documents can be obtained from the Divisional Engineer(H)Rural Roads, Erode on producing of Treasury chalan for Rs.15600/- remitted in the treasury towards cost of documents and Sales Tax and Surcharge upto 13.7.2009 UPTO 5.45. P.M . 2.9.3. Pre-Qualification documents and bid documents in separate sealed inner cover in al respects should be submitted on or before 3.00 P.M.on 16.7.2009 to the Superintending Engineer(H)NABARD and Rural Roads, Salem.7. The contractors are permitted to furnish Pre-Qualification documents and bid documents either in person or through registered post or ordinary mail so as to reach the above address before 3.00 P.M. on 16.7.2009 .The contractors are informed Pre-Qualification documents and bid documents received after the time set fourth will not be entertained and will be returned unopened. The department does not take responsibility for delay caused in the courier or the postal authorities or Messenger whomsoever may be appropriate. 2.9.4. Costs incurred by the contractors in making their offers in providing clarifications or attending discussions conferences, or site visits will not be reimbursed by the employer or the Engineer. 2.9.5. Incomplete offers are liable to be rejected. 2.9.6. The language for submission of the bid should be in English. 2.9.7. The enclosed schedules should be filled in completely and all questions should be answered . If any particular quarry is not relevant, it should be stated as Not applicable. 2.9.8. Financial data, project cost, value of works etc., should be given in Indian Rupees. 2.9.9. For any clarifications, the Superintending Engineer (H) NABARD and Rural Roads, Salem may be contacted by appointment. 2.9.10. If the applications is made by a partnership firm it shall be signed by all the partners of the firm, above their full names and current address or by a person holding the power of attorney for the firm by signing the application in which case a certified copy of the power of attorney accompany with the application. A certified copy of the partnership current address of all partners of the firm shall also accompany application.

77

2.9.11. If the application is made by a limited company or a limited corporation it shall be signed by a duly authorized person holding the power of attorney for signing the applications which case a certified copy of the power of attorney shall accompany the application. Such limited company or corporation will be required to furnish satisfactory evidence of its existence before the contract is awarded. 2.9.12. To be eligible for Pre-Qualification, all tenders submitted shall include the following information. a. Copies of the original documents defining the constitution legal status, place of registration and principle places of business of the company or firm or partnership. b. Details of general experience in the application form (2) & (3) c. The Availability of qualified personnel (viz) project Manager/ Engineer/Supervisor/ with not less than 5 years experience in the application form(5) & 5(a). d. Details of major items of construction plant and equipment proposed for use in the work in the application form (6). e. The reports of the financial resources sufficient to sustain the contract cash flow in the application for (7). f. Information regarding litigation history in the application form (8) g. Information regarding current litigation in which the tenderer is involved with the application form(9). h. Information regarding current contract commitment in the application form (4) i. Proposal for sub contract elements of works amounting to more than 10% of the tender amount for each element and as listed in the application form (11). 2.9.13. All recipients of Pre-Qualification documents & Bid documents (Whether they submit Pre-Qualification or not) should treat the documents as strictly confidential. 2.9.14. The applicant is expected to have visited the project site before submitting Pre-Qualification documents and Bid documents. 2.9.15. Condition if any stated by the tenderer in the document will not be accepted. 2.9.16. The Pre-Qualification documents alone will be opened on 16.7.2009 . by the Superintending Engineer(H) NABARD and Rural Roads,Salem -7 at 3.15 P.M. in the presence of the participated bidders. 2.9.17. The Superintending Engineer (H) NABARD and Rural Roads, Salem or other tender accepting authorities reserves the rights to reject any tender (or) all Pre-Qualification applications and bid documents with out assigning any reasons and his decision shall be final and binding.
SIGNATURE OF CONTRACTOR

79

You might also like