GOVERNMENT OF (Highways Department) C&M Circle Trichy

T.N.No:28/2015-2016 /HDO. Dated:29.09.2015

For and on behalf of the Governor of Tamil Nadu, sealed Percentage Tender will be received by the Superintending Engineer (H), C&M, Pudukkottai Road, Subramaniyapuram, Trichy-20. at his office at 2.00 p.m. as per office clock on 06.11.2015. for the following works as detailed below.

Pre-qualification and Percentage Tenders: (Two Cover System) One outer cover containing the following two inner covers: a. Pre - Qualification documents and E.M.D in one inner cover. b. Price Bid documents in another inner cover

Approxi- mate Value Cost of Sl. Name of Work E.M.D of Work Tender No Rs. (Rs. In Schedule Lakhs) 1 2 3 4 5 CRIDP : 2015-2016

THANJAVUR (H) C&M DIVISION (H) C&M SUB DIVISION PACKAGE-101 15000 + 1 3665.50 18,43,000 Formation of Bye Pass road to Thanjavur Town 750 (Phase-II) from Km 9/0-14/265 (SH) PATTUKOTTAI (H) C&M SUB DIVISION PACKAGE-102 15000 + 2 1755.00 8,88,000 Formation of Bye Pass road to Pattukottai Town 750 (Phase-II) from Km 4/2-7/4 (MDR-226)

Notes:

1) Tender Schedule can be down loaded at free of cost from the website www.tnhighways.org (or) www.tenders.tn.gov.in. upto 5.45pm on or before 03.11.2015 The tender schedule will be issued during office hours upto 03.11.2015 by the Divisional Engineer (H) C&M, Thanjavur on remitting the amount as mentioned above. 2) The Tender will be received upto 2.00 P.M on 06.11.2015 and only technical bid will be opened on the same day at 3.00 P.M by the Superintending Engineer (H) C&M Trichy. 3) Class I Contractors who have registered in this department with current year renewal (2015-2016) alone will be participated. 4) Contractors Eligibility and other conditions can be seen in the Tender Documents. 5) Further any amendment / time extension / clarifications etc., to the tender will be hosted on above web site (s) only.

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 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) before the date and time stipulated in the tender document.

3. Tender documents are available on “www.tenders.tn.gov.in” (or) “www.tnhighways.org” and the same can be downloaded and used as tender document for submitting the offer.

4. The earnest money deposit required for this work as stipulated in the tender document has to be enclosed.

5. (a) The tenderers who prefer to download the documents from the reference should also enclose the copies of evidence for registering their name in this department for the ( 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 be rejected.

5 (b) Calibration certificate should also be enclosed for the works involving CMP and paver finishers otherwise the tenders will be rejected.

6. Tenderer’s 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. 1 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) 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 stage 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 the above with the Tender document.

DECLARATION

a. I / WE have download the tender form from the internet site “www.tenders.tn.gov.in (or) “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

2

FOR CIRCLE OFFICE USE ONLY.

TIRUCHIRAPPALLI (H) C&M CIRCLE.

NAME OF DIVISION : Thanjavur (H) C&M

1. Tender Notice No. : T.N.No.28/ 2015-16 / HDO / Dated 29.09.2015

2. Sl.No. in the Tender Notice : 2

3. Date of Tender : 06.11.2015

4. Name of Work. : PACKAGE-102 Formation of Bye Pass road to Pattukottai Town (Phase-II) from Km 4/2-7/4 (MDR-226)

5. Name of Contractor. : Thiru / M/s.

6. Notified EMD. : Rs.8,88,000/-

7. Enclosed EMD. : Rs.

In the shape of 1. NSC : 5. Pay Order : 2. KVP : 6. Bankers Cheque : 3. F.D.R : 7. Post Office Time Deposit : 4. DD :

GOVERNMENT OF TAMILNADU HIGHWAYS DEPARTMENT

CRDIP 2015 - 2016

PRE QUALIFICATION DOCUMENT

NAME OF WORK : Formation of Bye Pass road to Pattukottai Town (Phase-II) from Km 4/2-7/4 (MDR-226) Package-102

\\

Date of Tender: 06.11.2015 EMD: 8,88,000/-

CIRCLE : TRICHY (H) C&M DIVISION : THANJAVUR (H) C&M 3

LIST OF WORKS IN PATTUKOTTAI (H) C&M SUBDIVISION-PACKAGE-102

Sl.No Job Code Name of Work

01-CRIDP-15- Formation of Bye Pass road to Pattukottai Town (Phase- 1 16-M-1318 II) from Km 4/2-7/4 (MDR-226)

4 INVITATION FOR PREQUALIFICATION

1. INTRODUCTION

The Superintending Engineer (H) Trichy circle here in after termed “the Employer Wishes to receive Bids from eligible Bidders for as defined in these Bidding Documents, here in after referred to as “ the works” The bids will be received on 06.11.2015 up to 2.00 PM and the same will be opened at 3.00 PM in the presence of the tenderers

A. The Contractors who have registered as Class I with money limit above Rs.75.00 Lakhs in TamilNadu Highways Department with validity upto date are only eligible to submit the prequalification documents.

1.2 Name of Work : Formation of Bye Pass road to Pattukottai Town (Phase-II) from Km 4/2-7/4 (MDR- 226) Package-102

1.3 Approximate value of : Rs.1755.00 Lakhs work

1.4 E.M.D required : Rs.8,88,000/-

1.5 Period proposed for : 15 Months completion

1.6.1 Employer : The Government of TamilNadu and Legal Successors in Title to the Employer represented by the Superintending Engineer (H), Construction & Maintenance, Trichy Circle and or his successors in office his authorized representatives.

1.6.2 Address : Superintending Engineer (H) C&M Circle, TVS Tollgate, Pudukottai Road, Trichy-20

1.7 Engineer : Divisional Engineer (H) C&M, Thanjavur

(Notified EMD should be enclosed in the Pre Qualification document only.) The invitation for bids is open to the eligible domestic contractors.

5 2. INSTRUCTIONS TO APPLICANTS

2.1 Qualification criteria

2.2 Prequalification will be based on meeting all the following minimum criteria regarding the applicant’s general and particular experience, personnel and equipment capabilities, and financial position, as demonstrated by the applicant’s responses in the forms attached to the letter of application . Sub-Contractor’s experience and resources shall not be taken into account in determining the applicant’s 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

turn over (defined as billing for works in progress and completed) over the

last five years of 40% of the value of contract applied for Rs.1755.00 x 40%

= Rs.702.00 Lakhs

ii. The applicant in the same name and style, as prime contractor should have

successfully completed contracts (Highway road and / or Bridge works /Airport

contract) at least 40% of the value of proposed contract in any one year within the

last five years. Rs.1755.00 x 40% = Rs.702.00 Lakhs

iii.This experience in similar nature of work should also include the following

minimum quantities of works completed in one year during the last five years.

Earth Work = 49305 cum GSB = 6090 cum WMM /WBM /CRM = 3585 cum BM/DBM = 890 cum SDBC /BC = 540 cum V.C.C/R.C.C = 2171 cum 6 The applicant will indicate the details of work executed project wise in a

summary sheet separately.

iv. The Contractor should have sufficient tools and plant to complete this work.

v. The Contractor should have required bid capacity to execute this work.

vi. Tenders from the Contractors in joint venture arrangements will not be considered.

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 .

Multiplying factor

Current Year 1 2014-2015 1.00 Year 2 2013-2014 1.10 Year 3 2012-2013 1.21 Year 4 2011-2012 1.33 Year 5 2010-2011 1.46

The application will indicate actual figures of costs and amounts in the schedule

without accounting for the above-mentioned factors.

Note : Current years means the assessment year (ie) The completed year immediately preceding 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.

7

2.5 EQUIPMENT CAPABILTIES

The applicant should own or should have assured ownership to the key items of equipment (as per Annexure -1) 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 / contract

(Rs.175.50 Lakhs)

2.6.1 The audited balance sheet for the last five years should be submitted which must demonstrate the soundness of the applicant’s 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 applicant’s 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.

2.8 BID CAPACITY

The applicant who meet 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.

(Rs.1755.00 Lakhs) The available bid capacity will be calculated as under:

8

Assessed available bid capacity = (A x N x 2-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 15 months (period of completion of works for which bids are invited), and

N is Number of years prescribed for completion of the works for which the bids are invited, ie Fifteen 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 the reasons are attributable to the non-performance of the contractor,

consistent history of litigation awarded against the applicant or financial failure due

to bankruptey.

NOTE:

1. Copies of the documentary evidence to be furnished in support of the prequalification

requirements should be submitted with due attestation by the competent authority.

2. The tenderers should furnish the original documents when called for at the time of tender

evaluation to verify the copies of documentary evidence furnished along with the pre-

qualification documents.

9 3. The audited balance sheet / profit and loss account etc., to be furnished by the tenderer

should be properly endorsed by the auditors as verified with reference to the particulars

furnished by the individual and found to be correct.

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- years period to be used in working out bid capacity and the factors for

indexing shall be as below.

Period Factor for Indexing

Current Year 1 2014 - 2015 1.00

Year 2 2013 - 2014 1.10

Year 3 2012 - 2013 1.21

Year 4 2011 - 2012 1.33

Year 5 2010 - 2011 1.46

10 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. Name of the Document Whether If Yes, If No, No. Submitted Refer Give Y/N Page No. Reasons

1. Audited Financial statements consisting of profit and loss statements, balance sheets and details about turnover from Civil Engineering works for preceding five years 2. Extent of access to bank loans or credit facilities with ceiling limits, if any, prescribed in this regard and certified by the banker themselves. 3. Details of current work in progress including value of current outstanding payables, etc. 4. Certificates from competent authority 5. Provisional program for completion of various activities 6. Application from (1) to (10) 7. Calculation for current bid capacity 8. Latest Income tax Clearance Certificate 9. Power of attorney / Authorization for  Persons signing the Tender  For signing the Tender  For partner –in-charge 10. Summary of quantities of work executed project wise

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

11

5 GENERAL

The intending tenderers are requested to go through the Bid documents regarding the

instructions to bidders, general conditions of contract, special conditions of contract for

Technical specification, form of bid and bid security, further security and quantities,

drawing etc.,

5.1 Prequalification questionnaire complete in all respects should be submitted with tenders

in a separate covers along with EMD in prescribed format.

5.2 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.

5.3 In complete offers are liable to be rejected .

5.4 The language for submissions of the bid should be in English

5.5 The enclosed schedules should be filled in completely and all questions should be

answered if any particular query is not relevant, it should be state as “Not applicable”.

5.6 Financial data, Projects costs, Value of work etc. should be given in Indian Rupees only.

5.7 For any clarification office of the Superintending Engineer (Highways) Post Box No.888,

TVS. Tollgate, Subramaniyapuram, (Ph.No. 0431- 2316636) may be contacted

on all working days at working hours.

5.8 If the application is made by a firm in partnership of the firm, their full names and current

addresses 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.

12 5.9 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 certified copy of the power of attorney shall accompany the application.

Such limited company or corporation will be required to furnish satisfactory evidence of

it existence before the contract is awarded.

5.10 To be eligible for award of contract bid document shall provide evidence satisfactory to

the employer, not withstanding 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.

5.11 a) Copies of the original document defining the constitution legal status place of

registration and principal places of business of the company firm or partnership

thereto constituting tenderer,

b) Major items of construction equipments for carrying out the contract in format

prescribed in Annexure – I. The bidders shall furnish the registration number, Engine

number and make number of tools and plants to be employed exclusively for this

work. The qualification and experience of key personal proposed for work, status and

execution of the contract both in an offsite, in the format prescribed in Annexure-II

c) 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.

d) Information, regarding any current Litigation in which the tenderer involved.

13 5.12 The information 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.

5.13 All recipients of pre-qualification documents (whether they submit Pre-qualification bid

or not) should treat the documents as strictly confidential.

5.14 The applicant is expected to have visited the projects site before submitting bid.

5.15 While submitting the schedules duly filled in the applicant shall enclosed copies of

brochures and technical documentation giving more information about the firm and all

members of the consortium.

5.16 For the purpose of tender evaluation a substantially responsive tender is one which

confirms prequalification particulars.

5.17 If the tender is not substantially responsive to the requirement of the prequalification

particulars and it will be rejected by the Employer and may not subsequently be made

responsive by the tenderer having given additional particulars.

6. ELIGIBILIGY AND QUALIFICATION REQUIRMENTS

b. Contractor registered under Class I with money limit of Rs. 75.00 Lakhs and above in Highways Department in Government of Tamil Nadu are alone eligible for participation in this tender.

c. The bidder in the same name and style should have been in Civil Engineering Construction Business including road and bridge works.

6.1 The bidder should furnish with this bid.

14

6.2 Certificates should be countersigned by Engineer not below the rank of Divisional Engineer.

6.3 The right to accept or to reject any qualification details or bids without assigning any reason is reserved by the Employer:-

6.4 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)

6.5 One month current activity means total outstanding value of all projects in progress furnished in the schedule for pre-qualification plus value of this contract divided by the period of contract i.e. Fifteen months

6.6 Outstanding 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. 6.7 The bidder shall have working capital sufficient to finance one month of the 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) 6.8 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)

6.9 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)

6.10 The contractor should not have had any of his contract terminated partially during the last five years by any agency.

6.11 The annual turnover furnished in the balance sheet profit and loss account shall be corrected to the annual turnover furnished in the Income Tax clearance certificate.

6.12 The tenderer should demonstrate that they have adequate financial resources (overdraft/credit limit certificate to be obtained from bank) sufficient to sustain the contract cash flow for one month at the peak construction period.

6.13 Tenderer should demonstrate that availability of qualified personnel viz… project Manager / Supervisor / Engineer.

6.14 The tenderer should further demonstrate the availability of sufficient number of either own or by procurement essential equipments mentioned for this contract.

SIGNATURE OF CONTRACTOR CODE OF CONTRACTOR

15 ANNEXURE – I

MAJOR ITEMS OF CONSTRUCTIONAL PLANT

MINIMUM MANDATORY REQUIREMENT OF PLANT AND EQUIPMENT FOR

THIS WORK

(Proof of Ownership must be enclosed)

(Specified by Employer)

1. Central Hot mix Plant (30/40TPH) 1 No.

2 Paver Finisher 1 No.

3 Static Roller 1 No.

4 Vibratory Roller(TANDEM) 1 No.

5 Earth Compactor 1 No

6 Pug Mill 1 No.

7 Concrete Mixer 1 No.

8 Pin Vibrator 1 No.

Note: 1) Working condition certificate should be obtained from the Divisional Engineer (H)

Quality control concerned and enclosed along with P.Q. Documents for the above equipments.

Note: 2) Contractor should compulsorily mention the contractor code assigned to him/her.

SINGATURE OF CONTRACTOR CONTRACTOR CODE

16

ANNEXURE – II (A)

2.4 MINIMUM QUALIFICATION OF TECHNICAL PERSONNEL REQUIRED

1. B.E Civil Engineering (or) Equivalent degree holder with 3 years : 5 experience or Retired SDO/AEE/ADE Nos

2. Diploma in Civil Engineering with 3 years experience or Retired : 5 Junior Engineer Nos

SINGATURE OF CONTRACTOR CONTRACTOR CODE

17 ANNEXURE – II (B)

DETAILS OF KEY PERSONNEL AND ADMINISTRATIVE PERSONNEL

Detail of personnel proposed to be deployed by the applicant for this work

No. of years of Details of Name of Qualification Designation experience works carried Person Individual In the firm of 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 CONTRACTOR CODE 18 LETTER OF APPLICATION

(Letterhead paper of applicant, including full postal address, telephone No., Fax No. Telex NO. Email address and cable address)

Date:______To, The Superintending Engineer, (Highways) C&M, TVS Tollgate Tiruchirappalli - 20

(Name and address for the employer) Ref: Advertisement inviting bids from contractors for “Formation of Bye Pass road to Pattukottai Town (Phase-II) from Km 4/2-7/4 (MDR-226) Package-102”

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 prequalified by yourselves as a bidder for the above work. Attached to this letter are copies of original documents defining. a) the applicant’s 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) d) Authority letter (s) for signatory (ies)

Your agency and its authorized representatives are hereby authorized to conduct any inquires 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 authorized 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.

19 Your Agency and its Authorized Representatives may contact the following persons for further information.

Name of Inquiry Name, Telephone, Fax and Email Address General and Managerial Inquiries Personnel Inquiries Technical Inquiries Financial inquiries

This application is made in the full understanding that Bids by Prequalified Applicants will be subject to verification of all information submitted for Prequalification.

The 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 CONTRACTOR CODE

20

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 works contents in excess of 10 percent of the value of the whole works the following information should also be supplied for the specialist sub-contractor (s)

1. Name of Firm:

2. Head Office Address:

3. Contract No.

4. Telephone No. Fax No.

5. E-mail Address Telex No.

6. Incorporation / registration Details

7. Place of incorporation: Registration year of Incorporation /

Registration

SIGNATURE OF CONTRACTOR CONTRACTOR CODE

21

5. a) Where your ever required to suspend construction for a period of more than six months continuously after you started ? B) If so, give name of project and give reasons therelf.

a. b.

6. a) Have your 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 specification and interest?

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

9. Give details of, your soil and Materials Testing Laboratory if any

10. Give details of your experience in Machanised 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 Work’s in Open Foundations

SIGNATURE OF CONTRACTOR CONTRACTOR CODE 22

APPLICATION FORM (IA)

STRUCTURE AND ORGANISATION

1. The applicant is a An Individual Firm b A Proprietary Firm c A firm in Partnership d A Limited Company or Corporation

2. Attach the Organization Chart showing the structure of organization, including the name 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 Country (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? D) And if so, when? a. b. c. d.

23

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. Year Turnover (Indian Rupees) 1.

2.

3.

4.

5.

SIGNATURE OF CONTRACTOR CONTRACTOR CODE

24 APPLICATION FORM (3)

1. Particular Experience Record: Details of Contract of Similar Nature

(Highways and Airfields)

Name of Applicant

1. Use a separate sheet for each Contract

1. a) Number of contract b) Name of Contract c) Country 2. Name of Employer 3. Employers Address 4. Contract role Sole Contractors Sub-Contractor 5. Value of the total Contract (at completion, or at Date of Award for current contract) 6. Date of Award (Original and Actual) 7. Date of completion (Original and Actual) 8. Contract duration (Years and Months) Years Months 9. Specify quantities of following Major items of work ‘a) Earthwork in embankment cum b) WMM / WBM / CRM Cum c) Bituminous work (DBM / BM).Cum ‘d) Bridge length in metre 10. Name and Professional qualification of applicant’s Engineer- in charge of the work 11. Were there any penalties / Fines / Stop-Notice Compensation / Liquidated Damages Imposed? (Yes or No) If yes. Give Amount and Explanation:

Notes: In case of contracts in foreign currency, the value of the contract converted is 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 CONTRACTOR CODE

25

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. Value Value of Original Revised Counseling Location Original Actua of completed Target target Reason Engineer and Date of l date Present contrac and date of date of for slow Employer Responsible Descripti Commence of progress t in certified completi completi progres for on of the ment of start (%) Indian in Indian on of on of s if any Supervision work work work Rs Rs work work

a) Certificates from the Employers should be attached.

b) Non-disclosure of any information in the schedule will result in disqualification of the firm.

26

APPLICATION FORM (5)

Personnel Capabilities

Name of 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 CONTRACTOR CODE

27

APPLICATION FORM 5(A)

CANDIDATE SUMMARY

Name of Applicants

Position Candidate

Prime Alternate Information about candidate 1. Name of candidate 2. Date of Birth

3. Professional Qualification:

Present Employment 4. Name and Address of employer:

Telephone No. Contact: (Manager / Personnel Officer): Fax No.

Tel No. Job Title of candidate: Year with present employer

Summaries professional experience over the last 10 years. In reverse chronological Order.

[ Indicate particular technical and managerial experience relevant to the project:

Company / Project / Position / Relevant Technical & Managerial From To Experiences

SIGNATURE OF CONTRACTOR CONTRACTOR CODE 28

APPLICATION FORM (6)

MAJOR ITMES OF CONSTRUCTION PLANT AND EQUIPMENT PROPOSED TO BE USED BY THE APPLICANT ON THIS CONTRACT

Total No. of Owned (O) Year of Estimated Manufacturer Hours of Leased (L) Number of each Manufacture New or CIF value Power Capacity present Description & Model operation since or to be Equipment/plant and present used in Indian Rating t/hr.etc. Location Type/make date of Purchased condition Rs. Manufacture (P) General

Earthwork

Granular Construction

Bituminous construction

Structures

Workshop 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.

29

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 compete banker information. A copy of the audited balance sheets should be attached.

1. Name of applicant

2. 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, summaries 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 Actual: Previous five years Projected: Next two Indian Rupees years Financial Year Total assets current assets Cash, temporary investments and current receivable Total liabilities Current liabilities Authorised capital Capital issued and paid up

3. Annual value of construction works undertaken for each of the last five Years and projected for current year:

Current 2 years 3 years 4 years 5 years year 1 before before before before Home Abroad

Note 1 : Current years means the assessment year (ie) The completed year immediately preceding the date, month and year in which notice inviting tenders for prequalification is published.

Note 2: The projected figure for the current year shall be arrived at by applying the indexing factor as noted in CL. 3.

SIGNATURE OF CONTRACTOR CONTRACTOR CODE 30

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. Source of financing Amount in India Rupees NR.

6. Credit facilities

(a) Name / address of bank providing credit line.

(b) Total amount of credit line (attach latest certificate from the bank obtained after the tender notice Publication)

7. (a) Approximate value of works in hand: (c) Value of existing commitment of construction works (ongoing) to be completed during the next ______months.

8. Value of anticipated orders for next financial year.

Home

Abroad

9. Bid capacity computation (Give supportive documents):

SIGNATURE OF CONTRACTOR CONTRACTOR CODE 31

APPLICATION 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 Name of Client, cause Disputed amount Actual awarded AGAINST of Litigation and Matter in (current value in amount in Indian applicant dispute. Indain Rs.) Rs.

SIGNATURE OF CONTRACTOR CONTRACTOR CODE

32

APPLICATION FORM (9)

INFORMATION REGARDING CURRENT LITIGATION, DEBARRING/, EXPELLING OF TENDERER OR ABANDONMENT OF WORK BY TENDERER

1. (A) Has the Applicant’s 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 non-performance.

YES NO (b) If yes, give details,

3. (a) Has the Applicant abandoned any contract work in India, during the last 5 years.

YES NO (b) If yes, give details,

4. (a) Has the Applicant has been declared bankrupt during the last 5 years? YES NO

(b) 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 CONTRACTOR CODE

33

APPLICATION FORM (10)

AFFIDAVIT

( The affidavit should be furnished in stamp paper ( as per norms) and authenticated by Notary public)

I, the undersigned do hereby certify that all the statements made in the required attachments are true and correct.

The Undersigned also hereby certifies that our firm M/s.______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 agrees that further qualifying information may be requested and agrees to furnish any such information at the request of the Department.

______(Signed by an Authorised Officer of the Firm)

______Title of Officer

______Name of Firm

______Date

SIGNATURE OF CONTRACTOR CONTRACTOR CODE

34

FOR CIRCLE OFFICE USE ONLY.

TIRUCHIRAPPALLI (H) C&M CIRCLE.

NAME OF DIVISION : Thanjavur (H) C&M

1. Tender Notice No. : T.N.No.28/ 2015-16 / HDO / Dated:29.09.2015

2. Sl.No. in the Tender Notice : 2

3. Date of Tender : 06.11.2015

4. Name of Work. : Formation of Bye Pass road to Pattukottai Town (Phase-II) from Km 4/2-7/4 (MDR-226) Package-102

5. Name of Contractor. : Thiru / M/s.

6. Notified EMD. : Rs.8,88,000/-

7. Enclosed EMD. : Rs.

In the shape of 1. NSC : 5. Pay Order : 2. KVP : 6. Bankers Cheque : 3. F.D.R : 7. Post Office Time Deposit : 4. DD :

GOVERNMENT OF TAMILNADU HIGHWAYS DEPARTMENT

CRDIP 2015 - 2016

PRICE BID DOCUMENT

NAME OF WORK: Formation of Bye Pass road to Pattukottai Town (Phase-II) from Km 4/2-7/4 (MDR-226) Package-102

Date of Tender: 06.11.2015 EMD: 8,88,000/-

CIRCLE : TRICHY (H) C&M DIVISION : THANJAVUR (H) C&M 35

FORM-14

FRONT COVER PAGE TO TENDER DOCUMENTS

TAMIL NADU HIGHWAYS DEPARTMENT

TENDER DOCUMENT.

NAME OF WORK : Formation of Bye Pass road to Pattukottai Town (Phase-II) from Km 4/2-7/4 (MDR-226) Package-102

SERIAL NO. : 2

NO. OF PAGES : 84

NO. OF DRAWINGS : 11

PRICE : Rs. 15000/- + Rs. 750/- (If issued by the Department)

ISSUED BY : Divisional Engineer (H) C&M. Thanjavur

NAME OF THE CONTRACTOR : WITH ADDRESS

SOLD TO THIRU. / M / S. :

DATED INITIAL OF OFFICER : SENIOR DRAUGHTING OFFICER. Office of the Divisional Engineer. (Highways) C&M, Thanjavur

36

TENDER

To The Superintending Engineer (H), C&M TVS Tollgate, Trichy-20

Sir, I/We do hereby tender and if this Tender be accepted undertake to execute the following work viz. “Formation of Bye Pass road to Pattukottai Town (Phase- II) from Km 4/2-7/4 (MDR-226) Package-102" as shown in the drawings and described in the specifications attached with the bid 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

a) at estimate rates (or)

b) at ______Percent below estimate rates (or)

c) 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.SR.B.

1/We hereby distinctly and expressly declare and acknowledge that before the submission of my/our Tender, 1/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 bridges. The specifications for roads and bridges works of Ministry of Surface Transport and that 1/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 the furnished as to enable me/us to thoroughly understand the intention of the same and the requirement, convenants, 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 stipulated in the tender notice.

No of Corrections :

No of over writings :

SIGNATURE OF THE CONTRACTOR SE(H)

37

I/We, being a registered contractor of the Highways Department enclose the certificate and Sales Tax Clearance Certificate valid for the current year.

I/We enclose herewith the DD,Banker cheque specified small savings scripts in the prescribed form as Earnestmony 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) C&M, . If upon intimation being given to me/us by the Superintending Engineer (H), C&M, Trichy acceptance of my/our tender, fail to attend the said office on these date fixed therein, or if I/We fall to make the further security/ additional Security deposit as may be intimated and enter in to 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 contact shall not be deemed to be complete until the agreement has first been signed by me/us and then by the proper officer authorized to enter into contract on behalf of Government.

I/We are professionally qualified and my/our qualifications are given below:-

Name Qualification

CORUCTION AND MAINTENANCE

SIGNATURE OF THE CONTRACTOR

Station :

Date :

38

CORUCTION AND MAINTENANCE

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 Staff Qualification proposed to be employed.

SIGNATURE OF THE CONTRACTOR

Station :

Date :

39

TENDER NOTICE

1. For and on behalf of the Governor of Tamil Nadu, sealed Percentage Tenders Two cover system) cover containing (i) Prequalification document with E.M.D in a Separate sealed inner cover and (ii) Financial Bid document with Percentage Tender in a separate sealed inner cover with tender will be received by the Superintending Engineer (Highways), C&M, TVS Tollgate, Trichy-20 at his Office upto 2.00 p.m. (Office Clock) on 06.11.2015 for the work of “Formation of Bye Pass road to Pattukottai Town (Phase-II) from Km 4/2-7/4 (MDR-226) Package-102”

2 The tender schedule can be obtained from the Divisional Engineer (Highways), C&M Thanjavur Division up to 03.11.2015. on all working days during the office hours duly remitting the cost of schedules wih VAT..

2a. The accessibility of Tender Documents on Government website will also be available in addition to other forms of supply of Tender documents in respect of procurement if the contract value is Rupees Twenty five Lakhs and above. From the web site “ http://tenders.tn.gov.in “ (or) http://www.tnhighways.org “ the tender documents can be down loaded at free of cost for submitting tender.

3 The prequalification documents cover alone will be opened by the Superintending Engineer (Highways), C&M, Trichy at his office at 3.00 p.m. as per the Office Clock, on the same day (i.e.,) on 06.11.2015 . On approval of the prequalification of bid the date of opening of price bid Documents will be intimated to the qualified contractors. The unopened price bid of the disqualified contractors will be returned to them..

4. The tenderers or their authorized agents are expected to be present at the time of opening of tenders. The tender receiving officer will open each tender and initial all corrections in the presence of the tenderers. The tenderers shall accept the corrections without any questions whatsoever.

5. Tenders must be submitted in sealed covers and should be addressed to the Superintending Engineer (Highways), C&M, TVS Tollgate, Trichy-20 The name of the tenderer and the name of the work shall be noted on the cover.

6. If the tender is made by an individual, 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 shall 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 authorized 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 with Money limit Rs.75,00 Lakhs and above are eligible to tender for this work.

SIGNATURE OF THE CONTRACTOR 40

7a. Those who prefer to download the documents from the internet should enclose a copy of their registration with the Highways Department including the proof for its validity on date. The invitation of Bid is also open to the eligible contractors of the appropriate class. The experience such as details of works executed with value during the past 5 years and details of works on hand, available manufacturing and construction capacity, Technical and other man power and financial status should be clearly stated while submitting the tender.

8.1 Each tenderer must also send a certificate of Sales Tax Verification issued during current year from the appropriate authority.

8.2 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.

8.3 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.

8.4 All tenders received without certificate of Sales Tax Clearance are liable to be rejected.

9.1 Each tenderer must pay as Earnest Money Deposit a sum of Rs.8,88,000/- (Rupees Eight Lakhs and Eighty Eight Thousand only) in any form of a security such as (1) National Savings Certificate Pledged in favour of Divisional Engineer (Highways), C&M, Thanjavur Division and not in favour of Governor etc., (2) Demand Draft from Nationalized scheduled Bank in favour of the Divisional Engineer (Highways), C&M Thanjavur Division. (3) Kisan Vikas Patras duly pledged in favour of the Divisional Engineer (Highways), C&M Thanjavur 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 Scripts, Postal Scripts, Post Office Savings not pledged in favour of Divisional Engineer (Highways) C&M, Thanjavur 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.

SIGNATURE OF THE CONTRACTOR

41

This refund will be authorised by the Divisional Engineer (Highways), C&M Thanjavur 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 tenderers should replace the E.M.D. in the form of small savings scripts / deposits accounts etc., duly pledged in favour of the Divisional Engineer (Highways), C&M Thanjavur

9.2 The EMD will not be accepted in the shape of Bank guarantee.

9.3 Tenders not accompanied with the notified Earnest Money Deposit in the acceptable form shall be rejected provided that any category of tenderers specifically exempted by the Government from the payment of EMD will not be required to make such Deposit.

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 Superintending Engineer on the date fixed by written information to him. He shall forthwith upon intimation being given to him by the Superintending Engineer of acceptance of his tender, sign an agreement in the proper departmental form for the due fulfillment of the contract. A further security deposit of Rs.26,22,000/- (Rupees Twenty Six Lakhs Twenty Two 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 with held according to the clause 110 of the Preliminary Specification to S.S.R.B. shall be retained as security for the due fulfillment of the contract. If upon intimation being given to the successful Tenderer by the Superintending Engineer (Highways), C&M Trichy circle 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 contact 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.

SIGNATURE OF THE CONTRACTOR

42

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 completed until the agreement has first been signed by the contractor and then by the proper Officer authorized to enter into contracts on behalf on the Government of Tamil Nadu.

11. The Preliminary specifications to the Standard Specifications for Roads and Bridges shall form and inseparable condition of the contract in all agreements entered into by the contractor for execution of work for the Tamil Nadu Highways Department.

12. For items of works in buildings and structure not covered by the specifications, relevant items from Tamil Nadu Building Practice, National Building Code as amended from time to time shall apply.

13. The Tenderer shall examine closely the SSRB, MORTH Vth revision 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, to S.S.R.B. Materials confirming to the 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.

SIGNATURE OF THE CONTRACTOR

43

16. The Government will not however, after acceptances of the tender, pay any extra for lead or for any other reasons in case the contractors is found later on to have misjudged the quality or quantity of materials available. Attention of the contractors is directed to the Standard Preliminary specifications regarding payment of seignior age tolls etc.,

17.1 The tenderer’s particular attention is drawn to the sections and clauses in the Standard preliminary Specifications dealing with:

1. Test inspection and rejection of defective materials of work. 2. Carriage. 3. Construction Plants. 4. Water and lighting. 5. Clearing up during progress and for delivery. 6. Accidents. 7. Delays. 8. Particulars of payment.

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

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 are 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), C&M Thanjavur Division or as set forth in the condition of contract. The tender will however base his overall tender percentage, with reference to the departmental estimate rates indicated in schedule-A.

19. The Tenderers shall quote in the tenders the overall 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 erasers. Over writings are conversions of figures, or corrections, were unavoidable should be made by crossing out initialing dating and rewriting.

SIGNATURE OF THE CONTRACTOR

44

20. Tenders not submitted in proper form or within the due time will be rejected. Lumpsum 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 15 Months.

PROGRAMME FOR COMPLETION OF WORK:

Period (Cumulative from the Sl. Milestone fixed for completion date of handing over the No. Construction site)

1. By the end of 1st Quarter 20% of Work should be completed.

2. By the end of 2nd Quarter 40% of Work should be completed.

3. By the end of 3rd Quarter 60% of Work should be completed.

4. By the end of 4th Quarter 80% of Work should be completed.

100% of Work should be completed 5. By the end of 5th Quarter in all respects.

However on acceptance of the tender, the successful contractor should furnish a detailed PERT chart indicating the various activities, time schedule proposed etc., for completion of the work within the time schedule notified as above.

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), C&M Thanjavur Division will furnish such information but it must be clearly understood that tenders must be fully in order and according to instructions.

24. The Superintending Engineer (Highways Department) Trichy or other competent authority reserve the right to reject any tender or all the tenders without assigning reasons therefore.

SIGNATURE OF THE CONTRACTOR

45

a quotation which the tender accepting authority considers excessive on indicate of insufficient knowledge of current prices or definite attempt at profitering, 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.

25. A statement giving brief particulars of equipment and resources that will be but at the disposals in respect of the following classifications should accompany the tender. a. Equipment Transport for materials Lorries concrete mixers etc.,

b. Organisation 1. Technical. 2. Unskilled.

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

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

27. 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.

28a. The tenderers should also enclose the copies of evidence for the possession of their OWN CMP,Paver finisher and Vibratory Roller as per MORTH specification, for the works involving CMP & Paver finisher and Vibratory Roller. The tenders received without such proof possession of their OWN CMP, Paver finisher and Vibratory Roller shall be liable for rejection.

28. The contractor’s quoted tender percentage shall be inclusive of all taxes duties, fees, tolls, insurance and others if any which he has to pay to the Government and other bodies as the concerned laws would require.

29. The levels furnished in the plan are based upon the investigation done by this department. If there are any change in levels, water levels etc. during actual execution, the contractors, are bound to accept them any they are not eligible for any extra claim for such changes in levels etc.

30. 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.

SIGNATURE OF THE CONTRACTOR

46

32.1 The traffic will be allowed in the existing road during execution and for which No extra cost will be paid for the inconveniences.

32.2.1 The contractor should make traffic barricading providing danger lights and other such arrangements for the safety of the traffic during execution at his cost.

32.2.2 The contractor should make his own arrangements to form and maintain the diversion or approach road for the conveyance of materials to the workspot 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.

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

47

SCHEDULE ‘A’

SCHEDULE OF RATES AND APPROXIMATE QUANTITIES.

1. The quantities herein given are there 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 MORTH specifications are other condition of specifications of this contract.

2. It is to be expressly understood that the measured work is to be taken net (not withstanding 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 situ and complete in every respect.

3. The description given in Schedule-A are it 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 MORTH specifications. The contractor shall take no advantage of any apparent error or omission in the Schedule-A description.

SIGNATURE OF THE CONTRACTOR

48

SCHEDULE ‘B’

I. List of Drawings :

1. Key-Map. 2. Typical cross section of Road, Culverts & Retaining wall. 3. Drawings of Junction Improvements 4. Typical cross section of Pipe Culvert

SCHEDULE ‘C’.

1. Descriptive Specification Report. 2. Descriptive Source of Materials and lead Statement. 3. Special Conditions of Contract. 4. Special Conditions of CMP 5. Special conditions for Price adjustment clause 6. Declaration of the Contractor.

SCHEDULE ‘D’.

1. Sanitary Condition

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

63

DESCRIPTIVE REPORT TO ACCOMPANY THE TENDER FOR THE WORK OF “FORMATION OF BYE PASS ROAD TO PATTUKOTTAI TOWN (PHASE-II) FROM KM 4/2-7/4 (MDR-226) PACKAGE-102”

The following works are grouped under package system as per G.O.Ms.No.162/H&M.P (HN 1) Dept., dated 01/10/2012.

Name of Work:

“Formation of Bypass to town Phase -II from Km 4/2 - 7/4” would be taken up CRIDP – 2015 – 16 at a cost of Rs.21.90 Crore.

Scheme and Authority:

The administrative sanction has been accorded for Rs 2190.00 lakhs under CRIDP 2015-16 scheme vide G. O. (Ms) No.73 /Highways & Minor ports (HF2) Department Dated: 14.07.2015.

Location and classification:

This proposed bye pass road is starting at Km 51/10 of Pattukkottai – Road ( M -343 ) and ends at Km 43/2 Thanjavur – Pattukkottai – Aranthangi – Karaikudi – Kallal – Kalayarkoil – Maravamangalam – Paramakudi – Mudhukulathur – Sayalgudi Road (SH29)and intersects at Pattukkottai – Kasankadu ( vai ) Vendakkottai Road ( ODR ) , Madukur –Pattukottai Road (M-226)and – Sethubavachatram Road ( SH 146 ). This road lies in Pattukkottai Assembly constituency and Thanjavur Parlimentary constituency.

Important and Necessity:

Pattukkottai is an important town of Education, Religious activities and Agriculture specifically Coconut Agriculture and Allied product. The well known, Manora & Alaiyathi Forest are the important tourism places located near by Pattukkottai. The East Coast Road is plying through Pattukkottai is connecting towns Nagoor, Nagapattinam & Tuticorin. The people from Thanjavur, , Tiruvarur, Mannargudi, Muthupettai, Athirampattinam, , Vedaranyam have to cross through Pattukkottai Town for going to other parts of the Southern, Western, Eastern and Northern Parts of Tamilnadu. Also, the ever increasing trend of vehicles in Pattukkottai Town make traffic congestion all the day and free flow of traffic is affected within Municipal Limits.. Hence the existing bypass km 0/0 to 4/2 was formed to divert traffic leading from these towns.

64

Existing Feature and Alignment Details:

This proposed Bypass road is starting from Km 51/10 of Pattukkottai – Muthupet Road (MDR-343)and ends at km 43/2 of Thanjavur – Pattukkottai – Aranthangi – Karaikudi – Kallal – Kalayarkoil – Maravamangalam – Paramakudi – Mudhukulathur – Sayalgudi Road (SH29) and interest at Pattukkottai – Kasankadu ( via ) Vendakkottai Road ( ODR ) at km 1/2, – Pattukkottai Road ( MDR – 226 ) at km 67/6 and Mannargudi – Sethubavachatram Road ( SH -146 ) at Km 29/6. The total length of the alignment is 7.20 km, in this km 4/2 – 7/4 ( 3.20 Km ) starting from village and ends Aladikumulai Village. Alignment Approval committee approved the alignment on 02.02.2009.

Junction Improvements

For the proposed bye pass road following three junction points are involved and the improvements for the junction have been designed as per IRC standards as follows.

1. At Km.7/4 of Thanjavur – Pattukkottai – Aranthangi – Karaikudi – Kallal – Kalayarkoil – Maravamangalam – Paramagudi – Mudhukulathur – Sayalgudi Road (SH29) 2. At Km.6/2 of Mannargudi - Sethubavachathiram Road (SH 146) 3. At Km.4/4 of Madukur - Pattukkottai Road (MDR)

Cross Drainage Works.

There are 6 minor water course (Rajamadam Vaikal) crossing the proposed bypass alignment. The estimate provisions include construction of the above structures (Slab Culverts). For the minor water crossing, construction of box culverts at 10 locations has been included as per site conditions.

Revetment

Construction of Revetment using Cement Concrete Blocks of size 250 x 250 x 300mm in Vibrated Cement Concrete 1:2:4 is proposed for avoiding erosion of road at high embankment since the road runs adjoining the Nusuviniyar River at CH 4400 - 4860.

Berms

For the effective pavement shoulders the U.S gravel is proposed on either side for 2.50 M wide.

65

PROVISIONS

1. Forming Embankment using carted earth 2. Forming Sub Grade using carted earth 3. Providing and Laying Granular Sub Base Grade -V using graded Metal as per clause 401 of MORT & H –Rev-V. 4. Providing and laying Wet mix macadam 250 mm thick as per clause 406 of MORTH Rev-V. 5. Providing and laying of Prime coat over the WMM surface using 7.00kgs as per cl.502 MORTH Re-V. 6. Providing and laying of tack coat over the Primer Coat surface using 2.50kgs as per cl.503 MORTH Re-V. 7. Providing and laying 60mm thick DBM as per cl.507 MORTH Re-V. 8. Providing and laying 40mm Bituminous Concrete as per cl.508 MORTH Re-V. 9. Making up the berms with gravel to thickness to 100mm. Rates: The estimate has been prepared based on the current schedule of rates pertaining to for the year 2015 - 2016. General On sanction, the work shall be carried out as per MORT&H, SSRB, IRC specifications, Highway Manual and other instructions from the higher authorities time to time.

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

66

SPECIAL CONDITIONS OF CONTRACT :

The special Condition 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 1) Technical specification and II) Commercial conditions.

1. TECHNICAL SPECIFICATION :

General Specifications:

The entire works, as described in Scope of Work (General Conditions of Contracts ) shall be done in accordance with the Technical specifications. These technical specifications shall comprise the ‘Specification for Road and Bridge Works’ Fifth Revision – 2013 of the Ministry of Road Transport &Highways along with addendum and the corrigendum published by Indian Roads Congress. The referred technical specifications along with addenda and corrigenda shall be deemed to be bound into this document and becomes part and parcel of the agreement.

Words like ‘Contract’. ‘Contractor’. ‘Drawing’. ‘Works’. ‘Site’, ‘Provisional Sum’ used in the above mentioned specification shall be deemed to have the same meaning as under stood from the definition of these terms in and as included in the General Conditions of Contract.

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 confirm 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 contactor . These shall be deemed to be bound to this document and becomes part and parcel of agreement.

SIGNATURE OF THE CONTRACTOR

67

II. COMMERCIAL CONDITIONS ;

1.1 Steel and Cement will not be supplied by the department. The contractors have to procure the same and use it on the work.

1.2 Steel confirming to standards and specification shall be procured.

1.3 The Cement should be procured in lot from the authorised Dealers and should not be purchased locally in piecemeal.

1.4 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.

1.5 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.

2.1 The bitumen, bitumen emulsion required for use in the work will not be supplied by the department.

2.2 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

2.3 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 P.S to S.S.R.B.

2.4 All the requisite tests to ensure quality of bitumen have to be carried out before acceptance and certified.

2.5 RCC pipes confirming 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 clause 103-04 of P.S to S.S.R.B. The contractor has to produce inspection and test certificate by the Director General of supplies and disposals for the standard and quality of pipes, otherwise, pipes will be rejected.

2.6 The contractor has to produce inspection and test certificate by the DIRECTOR GENERAL OF SUPPLIES AND DISPOSALS for the standard and quality of pipes, other wise, pipes will be rejected.

3 All the provisions contained in Cl.106&107 of P.S to S.S.R.B & MORTH in regard to quality of materials and control of work shall be applicable and enforced.

SIGNATURE OF THE CONTRACTOR

68

4.1 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 improvements strengthening and widening and before the expiry period of 60 (sixty) months from the completion of Major bridge works.

4.2 In case of works like resurfacing of the existing road and black topping, the defect liability period shall be 6 (six) months.

4.3 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.

4.4.1 At the time of making final payment for major works like formation of road improvements strengthening and widening 2 1/2 % 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 material’s used by the contractor.

The defect liability for each work in the package, shall commence from the last date of check measurement of the individual work on completion of the scope of contract for the particular work/road work/Minor Bridge work and any defect noticed within a period of 3 years shall be repaired / restored at the cost of the contractor within the time specified on a notice being issued by the Engineer. If the contractor fails to comply with the notice, the Engineer reserves the right to carry out the repairs/ restoration by employing other agencies and any expenditure incurred to rectify / resorted shall be set off from the deposit and/ or any monies due to the contractor as per clause 110-12 of P.S to S.S.R.B.

The total retention amount of that package will be released only after the completion of one year period of the last work completed in the package. The Sectional Completion certificate shall be applicable only for that individual work of the package to which it is issued.

SIGNATURE OF THE CONTRACTOR

69

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 Major Bridges works at 2 1/2 % 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 and defect noticed due to faulty workmanship by the contractor (0r) substandard materials used by the contractor.

4.5 Making final payment shall not discharge or release the contractor from his responsibilities and liabilities under the contract.

5. 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 tract percentage, the hire charges will be enhanced by the corresponding extra percentage and recovered from the contractor.

6. 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. i) The works and temporary works to the full value of such works executed from time to time. ii) The materials, constructional plant and other things brought to site by the contractor to the full value of such material, constructional plants and other things.

7. 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.

SIGNATURE OF THE CONTRACTOR

70

8. 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.,

Above Rs.50.00 Two B.E Civil with three years experience and Lakhs Upto two Diploma holders in Civil Engineering. Rs.200.00 Lakhs

Above As prescribed by the SE (H) concerned in pre- Rs. 200.00 Lakhs qualification document.

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) the employment of Technical Assistant / Assistants is not required for the due fulfillment of the contract.

9. Income Tax shall 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.

SIGNATURE OF THE CONTRACTOR 71

10. VAT should be recovered from all interim bills and final bill of the contractor due to introduction of VAT or at such rates which the Government may by notification fix from time to time.

11. (a) SETTLEMENT OF DISPUTES/CLAIMS BY A CIVIL COURT :-

In case of any dispute of 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 monetary value of the disputed claims exceeds Rs.2.00 Lakhs (Rupees Two Lakhs only) the same can be claimed by filing a Civil Suit under Code of Civil Procedure before a Civil Court having Jurisdiction for recovery of the amount. Claimed.

12 . (b) SETTLEMENT OF CLAIMS BY THE ARBITRATOR:-

If the monetary value of the claim 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 (Highways)C&M Trinelveli 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.

13. In the event of the work being transferred to any other Division or circle. The Divisional Engineer or Superintending Engineer who will be in charge 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.

14. The Contractor should not engage child labour (below the age of 16 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.

15 sub grade soil / sub base and WBM blindage materials should be tested for its suitability in accordance with Clause 404 of MORTH Rev. V from HRS only before execution by the contractor at his cost. If there is any change in materials on composition, no extra cost will be paid.

16. The job mix formula for Dense Graded Bituminous Macadam, Bituminous Macadam and Bituminous Concrete shall be got designed and approved by the Highways Research Station before commencement of the work at the risk and cost of the contractor. The variance in actual percentage of bitumen used has to be borne by the contractor. The design mix formula for concrete works shall also be got designed and approved by the Highways Research Station before commencement of the work at the risk and cost of the contractor.

SIGNATURE OF THE CONTRACTOR 72

16.a The work has to be completed as per the mile stone fixed in the tender document. Failure in this regard penalty will levied as per GO MS No.281,Highways and Minor Ports (H.F-1) Department Dated 13.09.2010.

17. 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 unprecedented floods, cyclone, fire, lighting, earth quakes, volcanic cruption and other convulsion of nature. 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.

17.(a) From commencement to completion and upto the expiry of observation period, the work shall be under the charge and care of the contractor and the contractor shall take full responsibility for the care thereof and for taking precautions to prevent loss or damage and shall be liable for any damage or less that may happen to the works or any part including the departmental tools and plant thereof 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.

18. Mobilisation Advance shall be paid in the case of construction or supply and installation contracts of a large and complex nature for the plan works for a value exceeding Rs.5.00 Crores provided that such Mobilisation Advance shall not ordinarily exceed 10% (Ten percent only) of the value of contract, shall be secured against irrevocable bank guarantee and shall be recovered in the subsequent bills payable along with interest as fixed by the Government from time to time. In case of mobilization advances for plant, machinery and equipments they are hypothecated to the Governor of Tamil Nadu in addition to the other requirements.

19. CONDITION FOR DAMAGES TO THE TELECOM DEPARTMENT CABLE.

During execution of work if the contractor causing damages to the property of the Telecom Department then the Contractor will have to pay penalty to the Telecom Department to extend of the loss incurred for the said damage. Sufficient care should be taken for safety of the Government Properties.

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

73

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 unprecedented floods, cyclone, fire, lighting, earth quakes, volcanic corruption and other convulsion of nature.

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.

From commencement to completion and upto the expiry of observation period, the work shall be under the charge and care of the contractor and the contractor shall take full responsibility for the care thereof and for taking precautions to prevent loss or damage and shall be liable for any damage or less that may happen to the works or any part including the departmental tools and plant thereof 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 /Dated:27.07.1978 and amendment issued in G.O.Ms.No.742 /TD /Dated:27.06.1983).

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

74

SPECIAL CONDITION

LEVY OF PENALTIES FOR SLOW PROGRESS

For the existing provision under “Preliminary Specification No 109.06 For and partial determination”, contained in Tamilnadu Highways Manual Volume - 1, Part-1, the following shall be substituted.

Notwithstanding the failure of the contractor to comply with the notice served on him under PS 109.05 (a) herein, the engineer shall permit the contractor to proceed with the work in conformity with the contractor. Such permission shall carry with it the forfeiture of a sum of money penalty, Calculated 5% of shortfall of that particulars mile stone. if the shortfall of work in a particular mile stone if further extended to further mile stone lapse shall be counted again for each mile stone provided however that this forfeiture shall be modified or revoked by a superior authority if the contractor to show substantial progress compensating the less of time already committed.

Such permission with levy of forfeiture, will not amount to rendering any delay on the part of the contractor nor invalidate any of the provision of the contract.

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

75

OTHER SPECIAL CONDITION

CONDITION FOR DAMAGES TO DRINKING WATER PIPE LINE (OR) OTHER GOVERNMENT PROPERTY CAUSED BY THE CONTRACTORS When the contractor executing the Department work cause any damage to the drinking water pipe lines (or) Other Government Property, the contractors have to restore the same at their own cost in a week’s time / (vide the Government Lr. No.6675 HS-2 / 2001-1 / Dated:18.04.2001 communicated in the chief Engineer (G) Highways, -5. Memo No.19690 / Salai-1 / 2001 / Dated 07.07.2001

CONDITION FOR ELUMINATION OF CHILD LABOUR AS PER G.O.MS. No. 53, LABOUR AND EMPLOYMENT (U2) DEPARTMENT DATED 12.05.2003. The contractor should not engage child labour (below the age of 16 years) in the execution of works if the contractors engage child labour who have not completed 16 years of age the contract assigned to him shall be cancelled and such contractor shall be blocked listed for 3 years.

CONDITION FORSHIFTING OF E.B POLES AND TRANSFORMERS Whenever shifting of EB poles and transformers involved. As directed by the department officers it is the responsibility of contractor to shift the E.B poles and transformers without affecting the progress of work as per agreement, under supervision of E.B authorities as per G.O Ms. No.26 / Highways and minor ports (HF-1) Dept. Dated09.02.2011 payment will be made to the contractors for shifting of E.B poles based on the estimate sanction ed by the EB authorities subsequent Demand notice from them.

DAMAGE TO LONG DISTANCE COMMUNICTION CABLE OF TELECOM DEPARTMENT CAUSED BY PRIVATE CONTRACTOR . When the contractor execuiting the Department work cause any damage to Telecom cable the contractor have to pay penalty to the telecom Department for the less incurred by the Telecom Department (vide Lr. No. 73341 / Salaries / 99-6 / Dated 12.03.2000 from the Deputy Secretary to the Government, Finance (Salaries) Department, Chennai-9)

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

76

PRICE VARIATION CLAUSE FOR WORKS

The contract price shall be adjusted during the execution subject to the terms conditions set out below as per G.O.Ms.60PW (G2) Dept Dated 14.03.2008 and G.OMs.No.101 PW(G2) Dept Dated 10.06.2009.

1. Contracts of more than 12 months: Full price adjustment on all the components including cement, steel, bitumen and petroleum, Oil and lubricants (POL) shall be applicable to the works with contract period of more than 12 months instead of the present system of 18 months.

2. Contracts of 12 months and below: In respect of contracts of 12 months and below, price adjustment shall be applicable in respect of cement, steel, bitumen and petroleum, oil and lubricants (POL) only.

3.Price adjustment clause will be applicable for all works where value of work put to tender costing Rs.100 lakhs and above. However, No price adjustment will be applicable for maintenance and repair works.

4.Price adjustment will apply only when the rates exceed or decrease by 3% or more as compared to the estimate rates (RBI index price).

5.The price adjustment shall be calculated only on the departmental estimated cost of the work.

6. In respect of bitumen and POL, it may be considered on ‘Pass through’ basis with payment of actual rate/price at the rates charged by Indian Oil Corporation.

7. Price variation/escalation will be applicable for those quantities ‘actually’ used by the contractor including additional quantities, if any used or achieved ahead of the time-line. However, if the contractor does a certain quantity of the work in the third quarter which ought to have been done in earlier quarter, price variation/escalation will still be applicable on the quantity at the rates applicable in the relevant quarter as per time-line or period of actual use whichever is less.

8. Liquidated damages will be imposed on the contractor for the lapses /shortfall in achieving the rate of progress as per existing schedule.

SIGNATURE OF THE CONTRACTOR

77

9. The price adjustment mechanism 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 dye 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 works.

10.Price variation will be calculated once in a quarter (i) in respect of cement and steel for the works with contract period up to 12 months and (ii) in respect of all components except bitumen and petroleum, Oil and Lubricants (POL), for the works with contract period of more than 12 months, as per the specified formula from the last date of submission of bid up to the end of agreement period provided, if the agreement is signed within the minimum specified time, failing which, the price variation will be applicable from the date of agreement only, based on the wholesale price indexes of RBI. The quarter would be reckoned with reference to the quarter of the calendar year in which the last date on bid submission is fixed. In case of delayed agreement, the quarter in which the agreement is signed will be reckoned for the purpose of calculation of price adjustments.

11. Price variation will be operated by the respective Divisional Engineer (H)

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

78

BONUS ADVANCE COMPLETION OF WORKS

Any work completed in advance by not less than 10% of agreement period can be considered and bonus of 1% on the value of actual quantum of works executed of tendered rate may be paid as per G.O.Ms.No.60. Public Works (G2) Department Dated.14.03.2008

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

79

SPECIAL CONDITIONS

The Time fixed for completion of entire work shall be decided by the Superintending Engineer (H) C&M and Divisional Engineer (H) C&M concerned. The successful tenderer should make 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 all the work specified in the package simultaneously. The machinery requirement should satisfy all the technical specifications as per MORTH Vth specifications and machineries used on the works shall be of sufficient capacity and to ensure the production of sufficient materials to carry out the work for completion

SPECIAL CONDITION FOR CMP.

1. The central mixing plant of appropriate capacity conforming to the guidelines in IRC:90-1985 shall be erected, calibrated and trial run should be made before the date indicated by the Superintending Engineer in the letter of acceptance 2. The CMP and paver, vibrating road roller shall be as per MORTH approved Standards. 3. No extra cost shall be made for commissioning of plant and for the tests and sample of materials for test. 4. The contractor shall allow this department Engineer and subordinates to CMP site for conducting tests and inspections at any time without making any objections. 5. If any dispute regarding the working condition of the CMP and the infrastructure at the CMP site arises the decision of the Superintending Engineer (H) shall be the final and binding all the parties. 6. It shall be the primary responsibility of the Contractor to ensure quality of the mix produced conforming to the standards and specifications and maintain all the records and registers as to the tests conducted to ensure quality and the registers, records and other relevant infrastructure shall be open for inspection of the Engineer and or the officers duly authorized by the department in respect of quality assurance. The decision of the Engineer as to the quality and conformance to specifications shall be final and binding on the contractor as per clause 107.03 of P.S to S.S.R.B.

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

80

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 sterilized dressing and sterilized 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. Water of Good quality fit for drinking purpose shall be provided for the workers on the scale of not less than 3 gallons per head per day.

B. 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.

C. 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 property 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.

D. 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.

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.

SIGNATURE OF THE CONTRACTOR

81

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 : 2 seats. Exceed 50. B. Where the No. of persons employed exceed 50 but : 3 seats. does not exceed 100. C. For Every additional hundred. : 3 seats.

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 ordinary 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) Thatched roofs (ii) Mud floors and walls (iii) 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.

SIGNATURE OF THE CONTRACTOR

82

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 persons 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 hutments and remove the same at his cost and no labour or huts allowed to continue.

(sd) M.Villalan Superintending Engineer (H), C&M, Trichy-20 SIGNATURE OF THE CONTRACTOR

83

DECLARATION

I / We have not tampered / modified the tender documents in any manner. I am / we are aware of the amendment, clarifications, corrigendum etc., issued if any in connection with the above said tender and I/We fully subscribe to the same and will not plead ignorance in any manner whatsoever. Further, I / We certify that I / We have not been banned by any Departments of any state Governments / Central

Government / Government Subsidiaries.

SIGNATURE OF THE CONTRACTOR

84