GOVERNMENT OF TAMILNADU HIGHWAYS DEPARTMENT CRIDP – 2019-2020 (Sub-Works) (Road Furniture Works) VOLUME - II

PRICE BID DOCUMENT ONLINE ONLY

CIRCLE : TIRUPUR (H) C&M

DIVISION : TIRUPUR (H) C&M

NAME OF WORK “Providing and Fixing Road Furniture Works on State Highways, Major District Roads and Other District Roads in Tirupur (H) C&M Division.Package No.85”

BID SUBMISSION END DATE: 23.12.2019 Upto 15.00 Hrs

FORM 14

FRONT COVER PAGE TO TENDER DOCUMENTS HIGHWAYS DEPARTMENT Online Only TENDER DOCUMENT

NAME OF WORK :“Providing and Fixing Road Furniture Works on State Highways, Major District Roads and Other District Roads in Tirupur (H) C&M Division.Package No.85”

Road A :- Tirupur North (H), C&M Sub-Division State Highways

Road B :- Tirupur South (H), C&M Sub-Division State Highways

Road C :- (H), C&M Sub-Division State Highways

Road D :- (H), C&M Sub-Division State Highways

Road E :- Kangayam (H), C&M Sub-Division State Highways

Road F :- Tirupur North (H), C&M Sub-Division Major District Roads

Road G :- Tirupur South (H), C&M Sub-Division Major District Roads

Road H :- Palladam (H), C&M Sub-Division Major District Roads

Road I :- Kangayam (H), C&M Sub-Division Major District Roads

Road J :- Tirupur North (H), C&M Sub-Division Other District Roads

Road K :- Tirupur South (H), C&M Sub-Division Other District Roads

Road L :- Avinashi (H), C&M Sub-Division Other District Roads

Road M :- Palladam (H), C&M Sub-Division Other District Roads

Road N :- Kangayam (H), C&M Sub-Division Other District Roads NO. OF PAGES 99

NO. OF DRAWINGS : -

PUBLISHED BY : Superintending Engineer (H), C&M, Circle, Tirupur.

GOVERNMENT OF TAMILNADU HIGHWAYS DEPARTMENT OFFICE OF THE SUPERINTENDING ENGINEER (HIGHWAYS), CONSTRUCTION & MAINTENANCE, TIRUPURCIRCLE, TENDER NOTICE No.15/2019-2020/HDO, dated :15.11.2019 (Online only)

For and on behalf of the Governor of Tamil Nadu, the Superintending Engineer (H), C&M, TIRUPUR Circle invites percentage bids under Two cover systemthrough Online

Notes:

1. Tender documents and all other details are available from 22.11.2019 onwards in the Government website https://tntenders.gov.inand it can be downloaded at free of cost upto 23.12.2019 – 15.00 Hours (as per server system clock) 2. The bidder should be a registered Class – I contractor in the Tamil Nadu Highways Department with Digital Signature Certificate. 3. Bids must be submitted through Online up to 23.12.2019 upto 15.00 Hrs (as per server system clock). Bids must be accompanied with scanned copy of EMD (Bid security) pertaining to the works as per the above table in the prescribed form drawn in favour of the Divisional Engineer (H), C & M of Concerned Divisions

4. Tender documents and all other details are available from 22.11.2019 onwards in the Government website https://tntenders.gov.inand it can be downloaded at free of cost upto 23.12.2019 – 15.00 Hours (as per server system clock) 5. The bidder should be a registered Class – I contractor in the Tamil Nadu Highways Department with Digital Signature Certificate. Bids must be submitted through Online up to 23.12.2019 upto 15.00 Hrs (as per server system clock

Notes:

6. Tender documents and all other details are available from 22.11.2019 onwards in the Government website https://tntenders.gov.inand it can be downloaded at free of cost upto 23.12.2019 – 15.00 Hours (as per server system clock) 7. The bidder should be a registered Class – I contractor in the Tamil Nadu Highways Department with Digital Signature Certificate. 8. Bids must be submitted through Online up to 23.12.2019 upto 15.00 Hrs (as per server system clock). 9. Bids must be accompanied with scanned copy of EMD (Bid security) pertaining to the works as per the above table in the prescribed form drawn in favour of the Divisional Engineer (H), C & M of Concerned Divisions. 10. The original EMD and all other Original / attested technical bid documents as uploaded shall be received by the Superintending Engineer (H), C&M, TIRUPUR Circle on or before 23.12.2019 upto 15.00 Hours failing which, the bid shall be summarily rejected. 11. The technical cover containing EMD and pre-qualification documents as prescribed in the tender documents received through "Online" only shall be opened at 11.00 Hrs on 26.12.2019 in the office of the Superintending Engineer (H), C&M, TIRUPUR Circle. 12. The financial cover containing Price Bid Documents of qualified bidders in the prequalification only will be opened on a later date with due intimation to them. 13. If any Changes / Corrections / Corrigendum in the tender, it will be published in the above Government Website Only. 14. The contractor should produce the documents for own possession of sufficient Plants & Machineries. 15. Further details can be seen on Government website https://tntenders.gov.in

Place: Tirupur Superintending Engineer (H), Date: 15.11.2019 C&M, Circle,Tirupur. TENDER

To The Superintending Engineer (H), C&M, Tirupur.

Sir, I/We do hereby tender and if this Tender be accepted, undertake to execute the following work (viz.) “Providing and Fixing Road Furniture Works on State Highways, Major District Roads and Other District Roads in Tirupur (H) C&M Division.Package No.85”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.

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 tender document, rates for these items are to be derived as per Preliminary Specifications to Standard Specification for Roads and Bridges.

I/We hereby distinctly and expressly declare and acknowledge that before the submission of my/our Tender, I/We have carefully studied and followed the instructions in the Tender Notice and the Tender documents and have read the Standard Specifications for Roads and Bridges, Preliminary Specifications to Standard Specification for Roads and Bridges, the specifications for Roads and Bridges of Ministry of Road Transport & Highways and IRC specifications and that I/We have made such examination of the tender documents and of the plans, specifications, quantities and of the locations where the said work is to be done, the conditions of the work site and such investigation of the work required to be done and in regard to the materials required to be furnished as to enable me/us to thoroughly understand the intention of the same and the requirement, covenants, agreements, stipulations and restrictions contained in the contract and in the said plans and specifications and distinctly agree that I/We will not hereafter make any claim or demand upon the Government of Tamil Nadu based upon or arising out of any alleged misunderstanding or misconception or mistake on my/our part of the said requirement, covenants, agreements, stipulations and restrictions and conditions in executing the work. I/We shall keep the rate of progress of work stipulated in the tender notice.

I/We, being a registered contractor of the Highways Department, enclose the Registration certificate and GST Return Certificate valid for the current year.

. If my/our tender is accepted, the Earnest Money Deposit 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), Tirupur Division. If upon intimation being given to me/us by the Competent Authority Superintending Engineer (Highways), C&M, Tirupur Circle, on acceptance of my/our tender, if I/We fail to attend the said office on the date fixed therein, or if I/We fail to make the Further Security / Additional Security Deposit as may be intimated and enter into the required agreement, or if I/We fail to achieve the rate of progress as furnished in the agreement, then I/We agree to the forfeiture of the Earnest Money Deposit / Security Deposit not as a penalty but in payment of liquidated damages sustained as a result of such failure. Address to which intimation / notice is to be sent. I/We fully understand that the written agreement to be entered into between me/us and the Government shall be the foundation of the rights of both the parties and contract shall not be deemed to be complete until the agreement has first been signed by me/us and then by the proper officer authorized to enter into contract on behalf of the Government. I/We are professionally qualified and my/our qualifications are given below:-

Name Qualification

I/We fully understand that when other things being equal, preference will be given to a tenderer who is professionally qualified or who undertakes to employ technically qualified men, with experience of similar works to supervise the work to the satisfaction of the Engineer.

I/We will employ the following technical staff for supervision of the work and will see that one or more of them is always present at works site personally checking all items of works. I/We here by undertake to employ the technical staff for supervise the work as per the terms of the contract as below. Number of Technical Staff Qualification proposed to be employed.

I/We also agree for the deduction of the sums indicated in the special conditions, if I/We fail to employ the technical assistants.

Station : Tirupur Signature of the Tenderer Date : 15.11.2019 TENDER NOTICE (Online Tender Only)

1. For and on behalf of the Governor of Tamil Nadu, Percentage Tenders published through Online only Two Cover System (1. containing Pre- Qualification documents with Earnest Money Deposit and 2. containing Financial Tender document) and will be received through online only up to 23.12.2019 - 15.00 Hrs (as per server system clock) for the work of “Providing and Fixing Road Furniture Works on State Highways, Major District Roads and Other District Roads in Tirupur (H) C&M Division.Package No.85”

2. The tenderers should be a Registered Class- (I) Contractor in Tamil Nadu Highways Department with Digital Signature certificate.

3. The Tender Documents will be available in the Government website “https://tntenders.gov.in” and the tender documents can be downloaded at free of cost up to 23.12.2019 - 15.00 Hrs(as per server system clock) 4. The Last date for submission of tender through Online in “https://tntenders.gov.in” is 23.12.2019 upto15.00 Hrs (as per server system clock).

5. Each tenderer must pay Earnest Money Deposit and upload the scanned copy of the same as proof while uploading the tender. Otherwise, the tender will be summarily rejected. 6. The Earnest Money Deposit shall be paid in the form of Demand Draft, Term Deposit Receipt, Bankers Cheque taken on any Nationalized / Scheduled Bank in favour of the Divisional Engineer, Highways, Tirupur Division payable at Tirupur or National Savings Certificate pledged in favour of the Divisional Engineer (Highways), Tirupur Division and not in favour of Governor etc., or specified small savings instruments duly pledged in favour of the Divisional Engineer (Highways), Tirupur 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 above instruments not pledged in favour of the Divisional Engineer (Highways), Tirupur Division are enclosed with pledge forms signed by the tenderer, without actually pledging, the tender would be summarily rejected.

The Earnest Money Deposit will not be received in the form of cash or currency or Cheque or bank guarantee or Prize Bonds or IPOs or Bank Drafts from non-scheduled bank. The Tender received with the EMD in the above form will be rejected.

7. The tenderer who is exempted from payment of earnest money deposit in individual cases shall upload with the tender a scanned copy of the letter exempting him / her from payment of earnest money deposit and shall produce the original for reference when sought for.

8. Each tenderer must upload all the pre qualifications documents duly signed as prescribed in the tender documents without fail. Otherwise, the tender will be summarily rejected.

9. The Earnest Money Deposit in original and the uploaded technical tender documents shall be received by the Superintending Engineer (Highways), C&M, Tirupur on or 23.12.2019 up to 15.00 Hrs and failing which, the tender will be summarily rejected.

10. The Technical cover containing Pre-qualification documents as prescribed in the Tender documents and EMD will be opened by Tender Opening / Scrutinizing Committee electronically after11.00 Hrs on 26.12.2019 in the office of the Superintending Engineer (H), C&M, Tirupur Circle. If the date specified will happen to be a holiday, the tenders will be opened on next working day. The tenderers or their authorized agents may be present at the time of opening of tenders.

11. The Financial Tender Documents of qualified tenderers in the prequalification only will be opened on a later date with due intimation to them. 12. The earnest money deposit will be refunded to the unsuccessful tenderer on or before the expiration of the validity period specified in the tender or such extended period whichever is later. This refund will be authorised by the Divisional Engineer (Highways), Tirupur Division. The Earnest Money Deposit of the successful tenderer will be retained by the Department as part of the security deposit for the due fulfillment of the contract.

13. The Tenderer must also upload either last Annual Return or last quarter return document for GST. Tenders received without the above GST document is liable to be rejected.

14. If the tender is made by an individual, the same shall be uploaded with his/her DSC. If it is made by a firm, it shall be uploaded with the DSC of the authorised member of the firm. If the tender is made by a corporation, it shall be uploaded with the DSC of the authorized Officer. Such tendering corporation may be required to furnish evidence of its corporate existence before the execution of the contract.

15. In case of proprietary or partnership firm it will be necessary to upload the GST certificate for the proprietor or proprietors and for each of the partners as the case may be.

16. If the tenderer is a registered contractor in the department and if GST 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 scanned copy of the certificate shall be uploaded.

17. The Successful tenderer will be notified by a letter sent by registered post to the address shown on his/her tender that his/her tender has been accepted. The tenderer shall attend the Office of the Superintending Engineer (H) C&M, Tirupur on the date fixed by written information to him/her. He/She shall forthwith upon intimation being given to him/her by the Superintending Engineer (H) C&M, Tirupur of acceptance of his/her tender, sign an agreement in the proper departmental form for the due fulfillment of the contract This Security Deposit together with the Earnest Money Deposit and the amount withheld as per the Preliminary Specification to S.S.R.B. shall be retained as security for the due fulfillment of the contract.

18. No interest is liable to be paid on the earnest money deposit, security deposit, further security deposit, additional security deposit and withheld amounts

19. If, upon intimation being given to the successful Tenderer by the Superintending Engineer (H) C&M, Tirupur of acceptance of his/her tender, the tenderer fails to make the further security deposit and or additional security deposit and to enter into the referred agreement, within the period specified in the order of acceptance of the tender, it will be considered as just cause for the annulment of the award of contract and the Earnest Money Deposit shall be forfeited, not as a penalty, but in payment of liquidated damages sustained as a result of such failure.

20. The written agreement which shall be entered into between the successful tenderer and the Government shall be the foundation of all rights of both the parties and the contract shall not be deemed to be complete until the agreement has been first signed by the successful tenderer and then by proper Departmental authority.

21. The Preliminary Specifications to Standard Specifications to Roads and Bridges shall form an inseparable condition of the contract in all agreements entered into by the successful tenderer for execution of work for the Tamil Nadu Highways Department. 22. For items of works in buildings and structure not covered by the specifications, relevant items from Tamil Nadu Building Practice and National Building Code as amended from time to time shall apply.

23. The Tenderer shall examine closely the SSRB, MORT&H Specifications, Tamil Nadu Building Practice, National Building Code and also the Preliminary Specifications to SSRB contained therein before submitting his/her tender which shall be for finished work-in-situ. The tenderer 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 tender documents and they shall be deemed to be inseparable part of tender document and agreement to be entered into.

24. The tenderer‟ s attention is directed to the requirements of materials under the clause “Materials and the Workmanship” in the Preliminary Specifications to SSRB. Materials confirming to the Bureau of Indian Standards and Indian Roads Congress shall be used in the work and the tenderer shall quote his tender percentage accordingly. The approved quarries mentioned in the documents are only for estimate purpose. It is the responsibility of the Tenderer to ensure the availability of materials, material collection and execution with quality and workmanship as per IS and IRC codes and accordingly he/she has to quote the tender.

25. Every Tenderer is expected to inspect the site of the proposed work before quoting tender percentage. The Tenderer should also inspect work site conditions, the quarries and other sources of materials and satisfy himself / herself about the quarries, quality and quantity of materials available in the quarries, kilns etc., where from certain materials are to be obtained as given in the descriptive specification sheet. 26. The best class of materials is to be obtained and 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) C&M, Tirupur in any case shall be submitted for the Divisional Engineer‟ s approval before the supply to the site of work and before the work is begun including all testing charges.

27. The Government will not however, after acceptance of the tender, pay any extra for lead or for any other reasons in case the contractor is found later on to have misjudged the quality or quantity of materials available in the quarries. Attention of the contractor is directed to the Preliminary Specifications to Standard Specifications for Roads and Bridges regarding payment of seigniorage, tolls, taxes and latest Government Orders in vogue from time to time.

28. The tenderer‟ s particular attention is drawn to the sections and clauses in the Preliminary Specifications to Standard Specifications to Roads and Bridges dealing with: 1. Test, inspection and rejection of defective materials of work 2. Conveyance 3. Construction Plants 4. Water and lighting 5. Clearing up the site during progress and for delivery 6. Accidents 7. Delays 8. Measurement and payment 9. Public safety 10. First Aid and medical facilities 11. Responsibilities for claims towards damages 12. Use of Explosives 13. Protection and restoration of property

29. The Tenderer should closely peruse all the specification clauses which govern the rates for which he is tendering. 30. Schedule of quantities with estimate rates accompanies the tender document for percentage tender and the tenderer will quote his/her overall percentage. It shall be definitely understood that the Government does not accept any responsibility for the correctness or completeness of quantities in the Schedule - A and that this schedule of quantity is liable to alterations, omissions, deductions, additions at the discretion of the Competent Authority as set forth in the condition of contract.

31. The tenderers shall quote the tenders overall percentage with reference to the estimate value at which he will undertake to do the whole work subject to the conditions of contract.

32. Lump sum amounts for items not called for shall not be included in the tender.

33. The attention of the tenderers is drawn to the contract requirements to the time of commencement of work, the rate of progress and the dates for completion of the whole work and the several activities 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 shallbe 9 Months. PROGRAMME FOR COMPLETION OF WORKS (As prescribed by the Tender Inviting Authority)

Period (Cumulative from Sl. Milestone fixed for completion the date of handing over No. the site) 1 In terms of 1 st Quarter 35% of the work should be (End of 3rd Month) completed.

2 In terms of 2 nd Quarter 70% of the work should be (End of 6th Month) completed in all respects.

3 In terms of 3 rd Quarter 100% of the work should be (End of 9th Month) completed in all respects.

34. On acceptance of the tender, the successful tenderer should furnish a detailed PERT chart indicating the various activities, time schedule proposed etc., for completion of the main work within the time schedule notified as above and accepted by the Engineer in charge. If the contractor fails to maintain the schedule as stated above, the Divisional Engineer (H) C&M, Tirupur will have power to forfeit the 2.5% withheld amount after sufficient notices given to the contractor. 35. The Certificates shall be issued with necessary photographic evidences for Defect Liability Period as per Annexure – A for every Half year by the Divisional Engineer (H) C&M, Tirupur after verification at work site. Also, the contractor performance will be rated as per Annexure - B in accordance with his/her performance in executing the works.

36. No part of the contract shall be sublet nor shall transfer be made.

37. At any time after the publication of the tender documents and before the closing of the tender, the Tender Inviting Authority may make any changes, modifications or amendments to the tender documents and shall publish a corrigendum in the Government website “https://tntenders.gov.in”. 38. In case any tenderer needs a clarification or for self-clarification by the Tender Inviting Authority on the tender documents within the time prescribed for clarification if any, the same shall be claimed through the Government website “https://tntenders.gov.in”and the Tender Inviting Authority shall also make a reply for clarifications sought for or for self-clarification in the above Government website.

39. The Tender Inviting or Accepting Authority reserves the right to reject any or all tenders at any time without assigning any reasons therefor.

40. The tenderer submitting a tender which the tender accepting authority considers excessive or indicate of insufficient knowledge of current prices or definite attempt at profiteering, will render himself / herself liable to be rejected.

41. A statement giving brief particulars of equipment and resources should accompany the tender as detailed below: a. Equipment Lorry Plotter Cutting Machine Roller Applicators Availability of Printing Facility

b. Organisation 1. Technical 2. Unskilled

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

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

43. 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.

44. The tenderer‟ s quoted tender percentage / item rate shall be inclusive of all taxes (excluding GST), royalties and other levies, duties, fees, tolls, seigniorage charges, insurance and others if any which he has to pay to the Government and other bodies as the concerned laws would require.

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

46. Necessary tests shall be conducted by the tenderer to ensure the quality of materials to be used in the construction.

47. The traffic will be allowed in the existing road during execution for which no extra cost will be paid.

48. The tenderer shall provide traffic barricading, danger lights and other such arrangements for the safety of the traffic during execution at no extra cost.

49. The tenderer should make his/her own arrangements to form and maintain the diversion or approach road for the conveyance of materials to the work spot at no extra cost.

50. The initial period of validity of tender shall ordinarily be 90 days from the date of tender and should not be more than 180 days. ANNEXURE – A CERTIFICATE FOR DEFECT LIABILITY PERIOD

Package :“Providing and Fixing Road Furniture Works on State Highways, Major District Roads and Other District Roads in Tirupur (H) C&M Division.Package No.85”

Package No : 85 Name of work : Half Year :

It is certified that NIL defects found in the work in the half year as on this day of

Divisional Engineer Highways, C&M, Tirupur ANNEXURE – B CONTRACTOR PERFORMANCE

Wing: C&M Circle : Tirupur (H) C&M Division : Tirupur (H) C&M

Value Date of Date of work Completion Quantum Performance Sl. Name of Agree put fixed / of of No of work -ment upto Actually work Contractor tender completed

Divisional Engineer (H) C&M, Tirupur SCHEDULE „A‟ BOQ QUANTITIES AND RATES

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 the quantities in the BOQ / Schedule-A and for extras or deductions for omissions according to the conditions of the contract, as set forth in the preliminary specifications to standard specifications for roads and bridges and the MORT&H specifications or other conditions and 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 executed quantities. The rates quoted are for works in situ and complete in every respect.

3. The descriptions given in BOQ / Schedule-A are to indicate the item of work only and need not be construed as full specification. The quoted rate shall be for carrying out the item as per standards and specifications described in the relevant MORT&H specifications. The tenderer shall take no advantage of any apparent error or omission in the BOQ / Schedule-A description. SCHEDULE „C‟ .

1. Descriptive Specification Report.

2. Special Conditions of Contract.

3. Declaration of the Contractor.

4. Road Furniture Qualification Criteria.

5. Tender Conditions for Type XI Standards Reflectorized Sign Boards.

SCHEDULE „D‟ .

Sanitary Condition Descriptive Specification Report.

Proposals:The following are the proposals for which provisions are given in the tender.

PACKAGE: “Providing and Fixing Road Furniture Works on State Highways, Major District Roads and Other District Roads in Tirupur (H) C&M Division.Package No.85”

Sl.No Description

Providing and Fixing of Retro Reflectorized Cautionary Board, Mandatory, 1 Informatory Signs and Hazard Marker Traffic Signs (Without Definition Board) Type – IV

2 Providing and Fixing Direction and PlACE Identification Sign Board

3 Providing and Fixing Metal Beam Crash Barrier Type “A” “W” Double Guard

4 Providing and Fixing Road Markers / Road Stud with Lense Reflector

5 Providing and Fixing Road Delineators

6 Providing and Fixing Rigid Median Marker

Details of Work:

S.No Description of Work Rate per items

Retro-Reflectorised Traffic Signs (Without definition board) Type - IV Providing and Fixing of Retro - Reflectorised Cautionary, Mandatory and Informatory signs

(Without definition board) made out of High Intensity Prismatic Grade Sheeting confirming to Type-IV standards of IRC-67: 2012 and ASTM D 4956 - 09, specification and fixed over 2mm thick Aluminum sheet fixed over a back supporting frame of 25mm x 25mm x 3mm Mild Steel angle and supported on a mild steel angle post 75x75x6mm with a clear height of not less than 2.10m from the ground level to the bottom of the sign board and 0.60m below ground level. The sign post should be painted as per IRC 67-2012 and firmly fixed to the 1 ground by means of properly designed foundation with M15 grade cement concrete 45cm x 45cm x 60cm size including cost and conveyance of all materials, equipment, Machinery and Labour with all leads and lifts, loading charges necessary for satisfactory completion of the work as directed by the engineer in charge. High intensity Retro - Reflectro sheet shall consist of minimum coefficient of Retro-Reflection as per Table 6.6 of IRC 67-2012. The retro - reflective sheeting shall be covered under 7 year warranty issued for field performance and a certified copy of three years outdoor exposure report shall be obtained as per IRC 67:2012. (as per MORT&H Specification No.801). 90 cm equilateral triangle

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Tirupur North (H), C&M Sub - Division

Providing and Fixing of Road furnitures in Km 3/8 - 4/8 of 1 31- A Tirupur ring road (Via) Thirumurugan poondi - SH 1 Nos 4048.00 4048.00 Nallur - 15,Velampalayam

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road furnitures in km 6/8 - 7/6 of 2 31- D Tirupur - Perumanallur - Kunnathur - Perundhurai Road SH 2 Nos 4048.00 8096.00 (SH 196) Providing and Fixing of Road Furnitures in Km 20/0 - 21/0 of 3 32 - A SH 1 Nos 4048.00 4048.00 - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 21/0 - 22/0 of 4 32 - B SH 4 Nos 4048.00 16192.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 22/0 - 22/8 of 5 32 - C SH 2 Nos 4048.00 8096.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road furnitures at Km 5/8 - 7/0 of 6 33 - A SH 2 Nos 4048.00 8096.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 7/0 - 8/0 of 7 33 - B SH 7 Nos 4048.00 28336.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 8/0 - 9/0 of 8 33 - C SH 6 Nos 4048.00 24288.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 4/2 - 4/7 of 9 33 - D SH 2 Nos 4048.00 8096.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road Furnitures in Km 5/2 - 6/0 of 10 33 - F SH 4 Nos 4048.00 16192.00 Tiruppur - Vijayamangalam road (SH - 19A) Providing and Fixing of Road Furnitures in Km 6/0 - 6/300, 11 33 - G 10/550 - 10/665 and 11/180 - 11/350 of Tiruppur - SH 2 Nos 4048.00 8096.00 Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 2/0 - 4/4 & 1 34 - J MDR 14 Nos 4048.00 56672.00 4/713 – 6/0 of Vavipalayam Uthukuli R.S. road (MDR - 1102)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road furnitures in Km at km 0/0 - 1 31 - E 1/4, 1/8 - 3/0 and 6/4 - 7/4 of Anupparpalayam - ODR 10 Nos 4048.00 40480.00 Paramasivampalayam road Providing and Fixing of Road Furnitures in Km 1/0 - 3/850 of 2 31 - F ODR 10 Nos 4048.00 40480.00 Tirupur Kunnathur road at Km 15/2 of Sokkanur road (ODR) Providing and Fixing of Road Furnitures in km 0/0 - 4/4 of 3 32 - D ODR 5 Nos 4048.00 20240.00 Karunampathy road (ODR) Providing and Fixing of Road Furnitures in Km 5/6 - 7/4 & 4 32 - E ODR 25 Nos 4048.00 101200.00 8/8 - 13/4 of Kunnathur - Nadupatty road (ODR) Providing and Fixing of Road Furnitures in Km 4/0 -8/0 of 5 32 - F Anaipalayam - Karattupalayam road (using plastic waste) ODR 25 Nos 4048.00 101200.00 (ODR) Providing and Fixing of Road Furnitures in Km 0/0 - 1/6 of 6 32 - G ODR 4 Nos 4048.00 16192.00 Kurichi road (ODR) Providing and Fixing of Road furnitures at Km 0/0 - 2/2 of 7 33 - E ODR 4 Nos 4048.00 16192.00 Tirupur - Vijayamangalam road at Km 4/8 of Parapalayam Providing and Fixing of Road furnitures at Km 0/0 - 1/8 of 8 34 - A ODR 8 Nos 4048.00 32384.00 Muthalipalayam - Manur road Providing and Fixing of Road furnitures at Km 1/8 - 3/6 of 9 34 - B ODR 4 Nos 4048.00 16192.00 Muthalipalayam - Manur road Providing and Fixing of Road furnitures in km 2/0 -3/4 of 10 34 - C ODR 6 Nos 4048.00 24288.00 Manur - Reddipalayam road (ODR) Providing and Fixing of Road furnitures in km 0/0 -2/0 of 11 34 - D ODR 15 Nos 4048.00 60720.00 Manur - Reddipalayam road (ODR) Providing and Fixing of Road Furnitures in Km 0/0 - 2/8 of 12 34 - F ODR 7 Nos 4048.00 28336.00 Thangamman Kovil Bye Pass Road (ODR)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Tirupur South (H), C&M Sub - Division

Providing and Fixing of Road Furnitures at Km 14/8 - 15/4 of 1 35-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 4 Nos 4048.00 16192.00 Meenkarai Road (SH19) Providing and Fixing of Road Furnitures at Km 20/2 of 2 37-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 4 Nos 4048.00 16192.00 Meenkarai Road (SH19) Providing and Fixing of Road Furnitures at Km 20/6 of 3 37-B Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 2 Nos 4048.00 8096.00 Meenkarai Road Providing and Fixing of Road Furnitures at Km 16/2-16/300, 4 37-D 16/6-16/8 & Km 17/0-17/2 of Avinashi - Tirupur - Palladam - SH 4 Nos 4048.00 16192.00 Pollachi - Cochin (via) Meenkarai Road Providing and Fixing of Road Furnitures at Km 17/8-18/6 of 5 35-C Tirupur Ring Road (via) , Nallur, 15 SH 4 Nos 4048.00 16192.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 18/6-19/2 of 6 35-D Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 4 Nos 4048.00 16192.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 19/8-20/6 of 7 35-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 5 Nos 4048.00 20240.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 21/8-22/4 of 8 36-A Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 4 Nos 4048.00 16192.00 Velampalayam (SH)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures at Km 24/0-24/8 of 9 36-B Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 7 Nos 4048.00 28336.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/8-25/550 of 10 36-C Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 4 Nos 4048.00 16192.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 25/550-27/0 of 11 36-D Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 8 Nos 4048.00 32384.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 27/0-28/6 of 12 36-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 9 Nos 4048.00 36432.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 0/8 - 2/8 of 1 37-E MDR 13 Nos 4048.00 52624.00 Veerapandi - Ugayanur road (MD875) Providing and Fixing of Road Furnitures at Km 0/0 - 3/6 and 2 37-F 4/0 - 4/8 of Kuppandampalayam - Singanur road (Via) MDR 16 Nos 4048.00 64768.00 Ganapathipalayam (MD983) Providing and Fixing of Road Furnitures at Km 8/0 - 11/2 of 3 37-G MDR 15 Nos 4048.00 60720.00 Koduvai Nachipalayam Road (MD611) Providing and Fixing of Road Furnitures at Km 0/0 - 1/0 of 1 36-G ODR 2 Nos 4048.00 8096.00 Kalinathampalayam -Kavettireganpudur road Providing and Fixing of Road Furnitures at Km 0/0 - 5/4 of Km 2 36-H 32/4 of Dharapuram - Tirupur road to Km 294/0 of Nagai - ODR 14 Nos 4048.00 56672.00 Gudalore - Mysore road

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures at km.0/0-3/4 of 3 37-H Kovilvazhi - Karapalayam road at km 13/4 of ODR 7 Nos 4048.00 28336.00 Maruthuraiyanvalasu road Providing and Fixing of Road Furnitures at Km 0/0 - 2/8 of 4 36-F ODR 2 Nos 4048.00 8096.00 Ugayanur Vadugapalayam Road Providing and Fixing of Road Furnitures at at Km 0/0-0/8 of 5 37-I Dharapuram - Tirupur road to Pethampalayam road to ODR 2 Nos 4048.00 8096.00 Ugayanur road

Avninashi (H), C&M Sub - Division

Providing and Fixing of Road Furniture to Palladam - Avinashi 1 38-A - Puliyampatti road at km 12/8 - 13/0 (including extra length SH 2 Nos 4048.00 8096.00 of 200.00m at km 12/10) (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 2 39-A SH 2 Nos 4048.00 8096.00 - Puliyampatti road at km 30/2 - 31/0 (SH-166) Providing and Fixing of Road Furniture to Salem - Cochin road 3 39-C SH 1 Nos 4048.00 4048.00 NH 47 abandoned stretch (Avinashi town) at km 116/4 Providing and Fixing of Road Furniture to Salem - Cochin road at Km 112/6 of the road from Kulathupalayam (Via) 1 39-G ODR 3 Nos 4048.00 12144.00 Avinashi - Tirupur - Palladam - Pollachi - Cochin (Via) Meenkarai road at km 2/4 - 3/0 Providing and Fixing of Road Furniture to Mangalam - 2 39-H Valaithottathu Ayyan Kovil road (Via) Boomalur - Pallipalayam ODR 14 Nos 4048.00 56672.00 at km 0/0 - 4/0

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furniture to Tirupur - Somanur 3 39-I road at Km 16/2 of Valaithottathu Ayyan Kovil at km 0/0 - ODR 3 Nos 4048.00 12144.00 2/0 Providing and Fixing of Road Furniture to Ammapalayam - 4 39-J Mangalam - Avinashi road (Via) Rakkiyapalayam road at km ODR 12 Nos 4048.00 48576.00 4/0 - 5/4 Providing and Fixing of Road Furniture to Cheyur - Kunnathur 5 39-C ODR 21 Nos 4048.00 85008.00 road at km 0/0 - 8/4 Providing and Fixing of Road Furniture to Avinashi - 6 39-E ODR 2 Nos 4048.00 8096.00 Koottappalli road at km 6/4 - 8/0 Providing and Fixing of Road Furniture to Thekkalur - 7 40-D Senkalipalayam road (Via) Chennimalaipalayam at km 0/0 - ODR 26 Nos 4048.00 105248.00 1/0 Providing and Fixing of Road Furniture to Karuvalur - 8 40-E ODR 18 Nos 4048.00 72864.00 Thandukkaranpalayam road at km 6/0 - 8/0 Providing and Fixing of Road Furniture to Karuvalur - 9 40-F ODR 7 Nos 4048.00 28336.00 Thandukkaranpalayam road at km 5/0 - 6/0 Providing and Fixing of Road Furniture to 10 41-D ODR 10 Nos 4048.00 40480.00 Thandukkaranpalayam - Pasur road at km 0/0 - 2/8 Providing and Fixing of Road Furniture to 11 41-E ODR 2 Nos 4048.00 8096.00 Thandukkaranpalayam - Pasur road at km 2/8 - 5/6 Providing and Fixing of Road Furniture to 12 41-F ODR 14 Nos 4048.00 56672.00 Thandukkaranpalayam - Pasur road at km 5/6 - 9/0 Providing and Fixing of Road Furniture to Avinashi - 13 41-G Puliyampatti road to Alathur road at km 0/0 - 1/6 (including ODR 2 Nos 4048.00 8096.00 extra length of 400.00m at km 1/6)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Kangayam (H), C&M Sub - Division Providing and Fixing of Road Furniture in Km 18/0 - 19/8 of 1 42-G MDR 6 Nos 4048.00 24288.00 Sivagiri - Nathakadaiyur - Muthur road (MDR 688) Providing and Fixing of Road Furniture in Km km 0/0 - 1/0 2 47-C and 3/0 - 5/2 of Uthiyur - Dhasanaickenpatty road (MDR MDR 12 Nos 4048.00 48576.00 993) Providing and Fixing of Road Furniture in km 0/0 - 1/0 and 1 47-D 2/8 - 4/0 of Erode - Kangayam road to Kanjarpalayam - ODR 6 Nos 4048.00 24288.00 Theerthampalayam (Via) Nathakadaiyur road Providing and Fixing of Road Furniture in km 0/0 - 2/6 and 2 47-E ODR 10 Nos 4048.00 40480.00 4/0 - 7/0 of Nathakadaiyur - Kurukkapalayam road Providing and Fixing of Road Furniture in km 0/0 - 1/2, 2/0 3 47-F ODR 10 Nos 4048.00 40480.00 - 2/8 and 3/2 - 4/8 of Kadaiyur - Padiyur road Providing and Fixing of Road Furniture in km 3/0 - 7/565 of 4 47-G ODR 12 Nos 4048.00 48576.00 Sivanmalai - Savadipalayam road Providing and Fixing of Road Furniture in km 0/0 - 3/6 of 5 47-H Gobi - Dharapuram road at Km 54/0 of Ramapattinam ODR 12 Nos 4048.00 48576.00 (H) Colony road

S.No Description of Work Rate per items Retro-Reflectorised Traffic Signs (Without definition board) Type - IV Providing and Fixing of Retro - Reflectorised Cautionary, Mandatory and Informatory signs (Without definition board) made out of High Intensity Prismatic Grade Sheeting confirming to Type-IV standards of IRC-67: 2012 and ASTM D 4956 - 09, specification and fixed over 2mm thick Aluminum sheet fixed over a back supporting frame of 25mm x 25mm x 3mm Mild Steel angle and supported on a mild steel angle post 75x75x6mm with a clear height of not less than 2.10m from the ground level to the bottom of the sign board and 0.60m below

ground level. The sign post should be painted as per IRC 67-2012 and firmly fixed to the 2 ground by means of properly designed foundation with M15 grade cement concrete 45cm x 45cm x 60cm size including cost and conveyance of all materials, equipment, Machinery and Labour with all leads and lifts, loading charges necessary for satisfactory completion of the work as directed by the engineer in charge. High intensity Retro - Reflectro sheet shall consist of minimum coefficient of Retro-Reflection as per Table 6.6 of IRC 67-2012. The retro - reflective sheeting shall be covered under 7 year warranty issued for field performance and a certified copy of three years outdoor exposure report shall be obtained as per IRC 67:2012. (as per MORT&H Specification No.801). 60 cm Circular

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount Tirupur North (H), C&M Sub - Division

Providing and Fixing of Road furnitures in Km 3/8 - 4/8 of 1 31-A Tirupur ring road (Via) Thirumurugan poondi - SH 1 Nos 3596.00 3596.00 Nallur - 15,Velampalayam Providing and Fixing of Road furnitures in km 6/8 - 7/6 of 2 31 - D Tirupur - Perumanallur - Kunnathur - Perundhurai Road SH 2 Nos 3596.00 7192.00 (SH 196)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount Providing and Fixing of Road Furnitures in Km 20/0 - 21/0 of 3 32- A SH 2 Nos 3596.00 7192.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 22/0 - 22/8 of 5 32- C SH 2 Nos 3596.00 7192.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 5/6 - 7/4 & 1 32 - E ODR 3 Nos 3596.00 10788.00 8/8 - 13/4 of Kunnathur - Nadupatty road (ODR) Providing and Fixing of Road Furnitures in Km 4/0 -8/0 of 2 32 - F Anaipalayam - Karattupalayam road (using plastic waste) ODR 1 Nos 3596.00 3596.00 (ODR) Providing and Fixing of Road furnitures in km 0/0 -2/0 of 3 34 - D ODR 4 Nos 3596.00 14384.00 Manur - Reddipalayam road (ODR) Tirupur South (H), C&M Sub - Division

Providing and Fixing of Road Furnitures at Km 14/8 - 15/4 of 1 35-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 2 Nos 3596.00 7192.00 Meenkarai Road (SH19) Providing and Fixing of Road Furnitures at Km 20/2 of 2 37-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 2 Nos 3596.00 7192.00 Meenkarai Road (SH19) Providing and Fixing of Road Furnitures at Km 20/6 of 3 37-B Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 2 Nos 3596.00 7192.00 Meenkarai Road Providing and Fixing of Road Furnitures at Km 17/8-18/6 of 5 35-C Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2 Nos 3596.00 7192.00 Velampalayam (SH)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount Providing and Fixing of Road Furnitures at Km 19/8-20/6 of 7 35-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2 Nos 3596.00 7192.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 21/8-22/4 of 8 36-A Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2 Nos 3596.00 7192.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/0-24/8 of 9 36-B Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2 Nos 3596.00 7192.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/8-25/550 10 36-C of Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2 Nos 3596.00 7192.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 25/550-27/0 11 36-D of Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2 Nos 3596.00 7192.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 27/0-28/6 of 12 36-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2 Nos 3596.00 7192.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 0/0 - 3/6 and 2 37-F 4/0 - 4/8 of Kuppandampalayam - Singanur road (Via) MDR 2 Nos 3596.00 7192.00 Ganapathipalayam (MD983)

S.No Description of Work Rate per items Retro-Reflectorised Traffic Signs (Without definition board) Type - IV Providing and Fixing of Retro - Reflectorised Cautionary, Mandatory and Informatory signs (Without definition board) made out of High Intensity Prismatic Grade Sheeting confirming to Type-IV standards of IRC-67: 2012 and ASTM D 4956 - 09, specification and fixed over 2mm thick Aluminum sheet fixed over a back supporting frame of 25mm x 25mm x 3mm Mild Steel angle and supported on a mild steel angle post 75x75x6mm with a clear height of not less than 2.10m from the ground level to the bottom of the sign board and 0.60m below

ground level. The sign post should be painted as per IRC 67-2012 and firmly fixed to the 3 ground by means of properly designed foundation with M15 grade cement concrete 45cm x 45cm x 60cm size including cost and conveyance of all materials, equipment, Machinery and Labour with all leads and lifts, loading charges necessary for satisfactory completion of the work as directed by the engineer in charge. High intensity Retro - Reflectro sheet shall consist of minimum coefficient of Retro-Reflection as per Table 6.6 of IRC 67-2012. The retro - reflective sheeting shall be covered under 7 year warranty issued for field performance and a certified copy of three years outdoor exposure report shall be obtained as per IRC 67:2012. (as per MORT&H Specification No.801).60 cm x 45 cm rectangular (Chevron Board)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount Tirupur North (H), C&M Sub - Division

Providing and Fixing of Road furnitures in Km 3/8 - 4/8 of 1 31-A Tirupur ring road (Via) Thirumurugan poondi - SH 12 Nos 3440.00 41280.00 Nallur - 15,Velampalayam Providing and Fixing of Road Furnitures in Km 20/0 - 21/0 of 2 32- A SH 4 Nos 3440.00 13760.00 Tiruppur - Vijayamangalam road (SH 19 A)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures in Km 21/0 - 22/0 of 3 32- B SH 8 Nos 3440.00 27520.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road furnitures at Km 5/8 - 7/0 of 4 33 - A SH 12 Nos 3440.00 41280.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 7/0 - 8/0 of 5 33- B SH 6 Nos 3440.00 20640.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road Furnitures in Km 5/2 - 6/0 of 6 33-F SH 6 Nos 3440.00 20640.00 Tiruppur - Vijayamangalam road (SH - 19A) Providing and Fixing of Road Furnitures in Km 2/0 - 4/4 & 1 34 - J 4/713 – 6/0 of Vavipalayam Uthukuli R.S. road (MDR - MDR 4 Nos 3440.00 13760.00 1102) Providing and Fixing of Road furnitures in Km at km 0/0 - 1 31- E 1/4, 1/8 - 3/0 and 6/4 - 7/4 of Anupparpalayam - ODR 4 Nos 3440.00 13760.00 Paramasivampalayam road Providing and Fixing of Road Furnitures in Km 1/0 - 3/850 of 2 31 - F Tirupur Kunnathur road at Km 15/2 of Sokkanur road ODR 32 Nos 3440.00 110080.00 (ODR) Providing and Fixing of Road Furnitures in km 0/0 - 4/4 of 3 32 -D ODR 26 Nos 3440.00 89440.00 Karunampathy road (ODR) Providing and Fixing of Road Furnitures in Km 5/6 - 7/4 & 4 32 -E ODR 4 Nos 3440.00 13760.00 8/8 - 13/4 of Kunnathur - Nadupatty road (ODR) Providing and Fixing of Road Furnitures in Km 0/0 - 1/6 of 5 32 -G ODR 8 Nos 3440.00 27520.00 Kurichi road (ODR) Providing and Fixing of Road furnitures at Km 0/0 - 2/2 of 6 33-E ODR 8 Nos 3440.00 27520.00 Tirupur - Vijayamangalam road at Km 4/8 of Parapalayam

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road furnitures at Km 0/0 - 1/8 of 7 34 - A ODR 16 Nos 3440.00 55040.00 Muthalipalayam - Manur road Providing and Fixing of Road furnitures at Km 1/8 - 3/6 of 8 34 -B ODR 16 Nos 3440.00 55040.00 Muthalipalayam - Manur road Palladam (H), C&M Sub - Division Providing and Fixing of Road furnitures to Palladam - Cochin 1 46-C SH 14 Nos 3440.00 48160.00 Frontier road at Km 3/350 - 3/650 (SH 163) Providing and Fixing of Road furnitures to 2 43-F Kamanaickenpalayam Annur Road to Kodangipalayam road ODR 24 Nos 3440.00 82560.00 (via) Perumagoundenputhur at Km 0/0 - 3/2 Providing and Fixing of Road furnitures to Venkittapuram - 2 44-D ODR 9 Nos 3440.00 30960.00 Kalipalayam road at Km 7/0 - 7/960 and Km 8/236 - 9/0 Providing and Fixing of Road furnitures to Kallipalayam - 3 46-H ODR 70 Nos 3440.00 240800.00 Vavipalayam road at Km 4/6 - 7/0 Providing and Fixing of Road furnitures to Valaiyapalayam road Km 7/6 of road from Palladam - Dharapuram road to 3 46-I ODR 16 Nos 3440.00 55040.00 Km 2/2 of Pongalur road to Valayapalayam road at km 0/0 - 2/0

S.No Description of Work Rate per items Retro-Reflectorised Traffic Signs (Without definition board) Type - IV Providing and Fixing of Retro - Reflectorised Cautionary, Mandatory and Informatory signs (Without definition board) made out of High Intensity Prismatic Grade Sheeting confirming to Type-IV standards of IRC-67: 2012 and ASTM D 4956 - 09, specification and fixed over 2mm thick Aluminum sheet fixed over a back supporting frame of 25mm x 25mm x 3mm Mild Steel angle and supported on a mild steel angle post 75x75x6mm with a clear height of not less than 2.10m from the ground level to the bottom of the sign board and 0.60m below

ground level. The sign post should be painted as per IRC 67-2012 and firmly fixed to the 4 ground by means of properly designed foundation with M15 grade cement concrete 45cm x 45cm x 60cm size including cost and conveyance of all materials, equipment, Machinery and Labour with all leads and lifts, loading charges necessary for satisfactory completion of the work as directed by the engineer in charge. High intensity Retro - Reflectro sheet shall consist of minimum coefficient of Retro-Reflection as per Table 6.6 of IRC 67-2012. The retro - reflective sheeting shall be covered under 7 year warranty issued for field performance and a certified copy of three years outdoor exposure report shall be obtained as per IRC 67:2012. (as per MORT&H Specification No.801). 90 cm High Octagon

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount

Tirupur North (H), C&M Sub - Division

Providing and Fixing of Road Furnitures in Km 2/0 - 4/4 & 1 34 -J 4/713 – 6/0 of Vavipalayam Uthukuli R.S. road (MDR - MDR 6 Nos 6335.00 38010.00 1102)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount

Providing and Fixing of Road Furnitures in Km 5/6 - 7/4 & 1 32 - E ODR 3 Nos 6335.00 19005.00 8/8 - 13/4 of Kunnathur - Nadupatty road (ODR)

Providing and Fixing of Road Furnitures in Km 4/0 -8/0 of 2 32 - F Anaipalayam - Karattupalayam road (using plastic waste) ODR 1 Nos 6335.00 6335.00 (ODR)

Providing and Fixing of Road Furnitures in Km 0/0 - 1/6 of 3 32 -G ODR 1 Nos 6335.00 6335.00 Kurichi road (ODR)

Providing and Fixing of Road furnitures in km 2/0 -3/4 of 4 34 - C ODR 2 Nos 6335.00 12670.00 Manur - Reddipalayam road (ODR)

Providing and Fixing of Road furnitures in km 0/0 -2/0 of 5 34 - D ODR 4 Nos 6335.00 25340.00 Manur - Reddipalayam road (ODR)

Providing and Fixing of Road Furnitures in Km 0/0 - 2/8 of 6 34 - F ODR 2 Nos 6335.00 12670.00 Thangamman Kovil Bye Pass Road (ODR)

S.No Description of Work Rate per items Direction and Place identification signs Type - IV Providing and erecting of Direction and Place identification Retro-Reflectorised sign made out of High Intensity Prismatic Grade sheeting conforming to Type-IV standards of IRC-67:2012 and ASTM D 4956-09, specification and fixed over 20mm thick Aluminium sheet fixed over a back supporting frame of 25mmx25mmx 3mm mild steel angle and supported on a mild steel angle post 75x75x6mm with a clear height of not less than 2.10m from the ground level to the bottom of the sign board and 0.60m below ground level. The sign post should be painted

as per IRC 67-2012 and firmly fixed to the ground by means of properly designed foundation 5 with M15 grade cement concrete 45cmx45cmx60cm size including cost and conveyance of all materials, equipment, Machinary and labour with all leads and lifts, loading charges necessary for satisfactory completion of the work as directed by the engineer in charge. High intensity Retro-Reflectro sheet shall consist of minimum coefficient of Retro-refelction as per table 6.6 of IRC 67-2012. The retro-reflective sheeting shall be covered under 7 year warranty issued for field performance and a certified copy of three years outdoor exposure report shall be obtained as per IRC 67-2012. (as per MORT&H Specification No.801) Rate per sqm (for sign having area upto 0.90sqm) Type-IV

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount Tirupur North (H), C&M Sub - Division Providing and Fixing of Road furnitures at Km 5/8 - 7/0 of 1 33 - A SH 0.81 Sqm 8777.00 7109.37 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 7/0 - 8/0 of 2 33-B SH 0.81 Sqm 8777.00 7109.37 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 8/0 - 9/0 of 3 33-C SH 0.81 Sqm 8777.00 7109.37 Tirupur - Somanur road (SH 169)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount Providing and Fixing of Road furnitures in Km at km 0/0 - 1 31-E 1/4, 1/8 - 3/0 and 6/4 - 7/4 of Anupparpalayam - ODR 0.81 Sqm 8777.00 7109.37 Paramasivampalayam road

Providing and Fixing of Road Furnitures in Km 1/0 - 3/850 2 31-F of Tirupur Kunnathur road at Km 15/2 of Sokkanur road ODR 3.24 Sqm 8777.00 28437.48 (ODR)

Providing and Fixing of Road Furnitures in Km 5/6 - 7/4 & 3 32-E ODR 2.43 Sqm 8777.00 21328.11 8/8 - 13/4 of Kunnathur - Nadupatty road (ODR)

Providing and Fixing of Road Furnitures in Km 0/0 - 1/6 of 4 32-G ODR 0.81 Sqm 8777.00 7109.37 Kurichi road (ODR)

Providing and Fixing of Road furnitures at Km 0/0 - 2/2 of 5 33-E ODR 1.62 Sqm 8777.00 14218.74 Tirupur - Vijayamangalam road at Km 4/8 of Parapalayam

Providing and Fixing of Road Furnitures in Km 0/0 - 2/8 of 6 34-F ODR 1.62 Sqm 8777.00 14218.74 Thangamman Kovil Bye Pass Road (ODR)

S.No Description of Work Rate per items Direction and Place identification signs Type - IV Providing and erecting of Direction and Place identification Retro-Reflectorised sign made out of High Intensity Prismatic Grade sheeting conforming to Type-IV standards of IRC-67:2012 and ASTM D 4956-09, specification and fixed over 20mm thick Aluminium sheet fixed over a back supporting frame of 25mmx25mmx 3mm mild steel angle and supported on a mild steel angle post 75x75x6mm with a clear height of not less than 2.10m from the ground level to the bottom of the sign board and 0.60m below ground level. The sign post should be painted

as per IRC 67-2012 and firmly fixed to the ground by means of properly designed foundation 6 with M15 grade cement concrete 45cmx45cmx60cm size including cost and conveyance of all materials, equipment, Machinary and labour with all leads and lifts, loading charges necessary for satisfactory completion of the work as directed by the engineer in charge. High intensity Retro-Reflectro sheet shall consist of minimum coefficient of Retro-refelction as per table 6.6 of IRC 67-2012. The retro-reflective sheeting shall be covered under 7 year warranty issued for field performance and a certified copy of three years outdoor exposure report shall be obtained as per IRC 67-2012. (as per MORT&H Specification No.801) Rate per sqm (for sign having area more than 0.90sqm) Type-IV

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount Tirupur North (H), C&M Sub - Division Providing and Fixing of Road furnitures in km 22/0 - 22/8 1 32-C SH 7.92 Sqm 9057.00 71731.44 Tiruppur - Vijayamangalam road Providing and Fixing of Road furnitures in Km 5/2 - 6/0 of 2 33-F SH 5.04 Sqm 9057.00 45647.28 Tiruppur - Vijayamangalam road (SH 19 A)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road furnitures in Km 6/0 - 3 33-G 6/300, 10/550 - 10/665 and 11/180 - 11/350 of Tiruppur - SH 2.88 Sqm 9057.00 26084.16 Vijayamangalam road (SH 19 A) Providing and Fixing of Road furniture in km 2/0 - 4/4 and 1 34-J MDR 4.32 Sqm 9057.00 39126.24 4/713 - 6/0 of Vavipalayam - Uthukuli road (MD 1102) Providing and Fixing of Road Furnitures in km 0/0 - 4/4 of 1 32-D ODR 6.48 Sqm 9057.00 58689.36 Karunampathy road (ODR) Providing and Fixing of Road Furnitures in Km 5/6 - 7/4 & 2 32-E ODR 1.44 Sqm 9057.00 13042.08 8/8 - 13/4 of Kunnathur - Nadupatty road (ODR) Providing and Fixing of Road Furnitures in Km 4/0 -8/0 of 3 32-F Anaipalayam - Karattupalayam road (using plastic waste) ODR 3.24 Sqm 9057.00 29344.68 (ODR) Providing and Fixing of Road Furnitures in Km 0/0 - 1/6 of 4 32-G ODR 1.08 Sqm 9057.00 9781.56 Kurichi road (ODR) Providing and Fixing of Road furnitures at Km 0/0 - 1/8 of 5 34-A ODR 4.32 Sqm 9057.00 39126.24 Muthalipalayam - Manur road Providing and Fixing of Road furnitures at Km 1/8 - 3/6 of 6 34-B ODR 2.16 Sqm 9057.00 19563.12 Muthalipalayam - Manur road Providing and Fixing of Road furnitures in km 0/0 -2/0 of 7 34-D ODR 2.16 Sqm 9057.00 19563.12 Manur - Reddipalayam road (ODR) Providing and Fixing of Road Furnitures in Km 0/0 - 2/8 of 8 34-F ODR 2.16 Sqm 9057.00 19563.12 Thangamman Kovil Bye Pass Road (ODR)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount Tirupur South (H), C&M Sub - Division

Providing and Fixing of Road Furnitures at Km 20/2 of 1 37-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 2.16 Sqm 9057.00 19563.12 Meenkarai Road (SH19) Providing and Fixing of Road Furnitures at Km 20/6 of 2 37-B Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 1.08 Sqm 9057.00 9781.56 Meenkarai Road Providing and Fixing of Road Furnitures at Km 17/8-18/6 of 3 35-C Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2.16 Sqm 9057.00 19563.12 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 18/6-19/2 of 4 35-D Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2.16 Sqm 9057.00 19563.12 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 19/8-20/6 of 5 35-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 1.08 Sqm 9057.00 9781.56 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 21/8-22/4 of 6 36-A Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2.16 Sqm 9057.00 19563.12 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/0-24/8 of 7 36-B Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2.16 Sqm 9057.00 19563.12 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/8-25/550 8 36-C of Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 2.16 Sqm 9057.00 19563.12 Velampalayam (SH)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures at Km 25/550-27/0 9 36-D of Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 4.32 Sqm 9057.00 39126.24 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 27/0-28/6 of 10 36-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 4.32 Sqm 9057.00 39126.24 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 0/8 - 2/8 of 1 37-E MDR 4.32 Sqm 9057.00 39126.24 Veerapandi - Ugayanur road (MD875) Providing and Fixing of Road Furnitures at Km 0/0 - 3/6 and 2 37-F 4/0 - 4/8 of Kuppandampalayam - Singanur road (Via) MDR 4.32 Sqm 9057.00 39126.24 Ganapathipalayam (MD983) Providing and Fixing of Road Furnitures at Km 8/0 - 11/2 of 3 37-G MDR 4.32 Sqm 9057.00 39126.24 Koduvai Nachipalayam Road (MD611) Providing and Fixing of Road Furnitures at Km 0/0 - 5/4 of 2 36-H Km 32/4 of Dharapuram - Tirupur road to Km 294/0 of ODR 4.32 Sqm 9057.00 39126.24 Nagai - Gudalore - Mysore road Providing and Fixing of Road Furnitures at km.0/0-3/4 of 3 37-H Kovilvazhi - Karapalayam road at km 13/4 of ODR 2.16 Sqm 9057.00 19563.12 Maruthuraiyanvalasu road

Avninashi (H), C&M Sub - Division

Providing and Fixing of Road Furniture to Palladam - Avinashi 1 38-A - Puliyampatti road at km 12/8 - 13/0 (including extra length SH 4.32 Sqm 9057.00 39126.24 of 200.00m at km 12/10) (SH-166)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount Providing and Fixing of Road Furniture to Palladam - Avinashi 2 39-A SH 1.08 Sqm 9057.00 9781.56 - Puliyampatti road at km 30/2 - 31/0 (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 3 40-A SH 2.16 Sqm 9057.00 19563.12 - Puliyampatti road at km 32/0 - 33/10 (SH-166) Providing and Fixing of Road Furniture to Salem - Cochin road at Km 112/6 of the road from Kulathupalayam 1 39-G ODR 1.08 Sqm 9057.00 9781.56 (Via) Avinashi - Tirupur - Palladam - Pollachi - Cochin (Via) Meenkarai road at km 2/4 - 3/0 Providing and Fixing of Road Furniture to Mangalam - 2 39-H Valaithottathu Ayyan Kovil road (Via) Boomalur - ODR 5.40 Sqm 9057.00 48907.80 Pallipalayam at km 0/0 - 4/0 Providing and Fixing of Road Furniture to Tirupur - 3 39-I Somanur road at Km 16/2 of Valaithottathu Ayyan Kovil ODR 1.08 Sqm 9057.00 9781.56 at km 0/0 - 2/0 Providing and Fixing of Road Furniture to Ammapalayam - 4 39-J Mangalam - Avinashi road (Via) Rakkiyapalayam road at ODR 4.32 Sqm 9057.00 39126.24 km 4/0 - 5/4 Providing and Fixing of Road Furniture to Cheyur - 5 39-C ODR 4.32 Sqm 9057.00 39126.24 Kunnathur road at km 0/0 - 8/4 Providing and Fixing of Road Furniture to Avinashi - 6 39-E ODR 2.16 Sqm 9057.00 19563.12 Koottappalli road at km 6/4 - 8/0 Providing and Fixing of Road Furniture to Thekkalur - 7 40-D Senkalipalayam road (Via) Chennimalaipalayam at km 0/0 - ODR 6.48 Sqm 9057.00 58689.36 1/0 Providing and Fixing of Road Furniture to Karuvalur - 8 40-E ODR 8.64 Sqm 9057.00 78252.48 Thandukkaranpalayam road at km 6/0 - 8/0

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furniture to Karuvalur - 9 40-F ODR 3.24 Sqm 9057.00 29344.68 Thandukkaranpalayam road at km 5/0 - 6/0 Providing and Fixing of Road Furniture to 10 41-D ODR 4.32 Sqm 9057.00 39126.24 Thandukkaranpalayam - Pasur road at km 0/0 - 2/8 Providing and Fixing of Road Furniture to 11 41-E ODR 2.16 Sqm 9057.00 19563.12 Thandukkaranpalayam - Pasur road at km 2/8 - 5/6 Providing and Fixing of Road Furniture to 12 41-F ODR 4.32 Sqm 9057.00 39126.24 Thandukkaranpalayam - Pasur road at km 5/6 - 9/0 Providing and Fixing of Road Furniture to Avinashi - 13 41-G Puliyampatti road to Alathur road at km 0/0 - 1/6 (including ODR 1.08 Sqm 9057.00 9781.56 extra length of 400.00m at km 1/6)

Kangayam (H), C&M Sub - Division Providing and Fixing of Road Furniture in Km 19/2 - 20/0 of 1 47-A SH 2.16 Sqm 9057.00 19563.12 Tirupur - Kangayam road (SH 172) Providing and Fixing of Road Furniture in km 0/0 - 1/0 and 1 47-D 2/8 - 4/0 of Erode - Kangayam road to Kanjarpalayam ODR 2.16 Sqm 9057.00 19563.12 - Theerthampalayam (Via) Nathakadaiyur road Providing and Fixing of Road Furniture in km 0/0 - 1/2, 2/0 2 47-F ODR 2.16 Sqm 9057.00 19563.12 - 2/8 and 3/2 - 4/8 of Kadaiyur - Padiyur road Providing and Fixing of Road Furniture in km 3/0 - 7/565 3 47-G ODR 2.16 Sqm 9057.00 19563.12 of Sivanmalai - Savadipalayam road

S.No Description of Work Rate per items Direction and Place Identification Signs - Type XI (For locaion of black spot, curve, sharp bend, junction, ghat roads and critical zone applications) Providing and erecting of Direction and Place Identification Retro-reflectorised signs made out of cube corner Micro Prismatic Grade Sheeting confirming to type XI standards of IRC: 67- 2012 and ASTMD 4956-09, specification and fixed over 2.00mm thick Aluminium sheet fixed over a back supporting frame of 25mm x 25mm x 3mm Mild steel angle and supported on a mild steel angle post 75mm x 75mm x 6mm with a clear height of not less than 2.10m from the ground level to the bottom of the sign board and 0.60m below ground level. The sign post should be painted as per IRC 67-2012 and firmly fixed to the ground by means of properly 7 designed foundation with M15 grade cement concrete 45cmx45cmx60cm size including cost and conveyance of all materials,equipment,machinery and labour with all leads and lifts, loading charges necessary for satisfactory completion of the work as directed by the engineer in charge.Micro prismatic garde Retro - reflectro sheet shall consist of minimum coefficient of Retro reflection as per Table 6.9 of IRC 67-2012. The retro - refective sheeting shall be covered under 10 year warrenty issued for field perfomance and a certified copy of three years outdoor exposure report shall be obtained as per IRC 67-2012 as per MoRT&H Specification No:801 (For locaion of black spot,curve,sharp bend,junction,ghat roads and critical zone applications) Rate per sqm (for sign having area mort than 0.90 sqm) Type-XI

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Avinashi (H), C&M Sub - Division

Providing and Fixing of Road Furniture to Palladam - 1 38-A Avinashi - Puliyampatti road at km 12/8 - 13/0 (including SH 8.64 Sqm 11046.00 95437.44 extra length of 200.00m at km 12/10) (SH-166)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furniture to Salem - Cochin 2 38-B road NH 47 abandoned stretch (Avinashi town) at km 119/6 SH 6.48 Sqm 11046.00 71578.08 & 120/2

Providing and Fixing of Road Furniture to Salem - Cochin 3 38-C SH 2.16 Sqm 11046.00 23859.36 road NH 47 abandoned stretch (Avinashi town) at km 116/4

Avinashi (H), C&M Sub - Division

Providing and Fixing of Road Furniture to Mangalam - 1 39-H Valaithottathu Ayyan Kovil road (Via) Boomalur - ODR 2.16 Sqm 11046.00 23859.36 Pallipalayam at km 0/0 - 4/0

Providing and Fixing of Road Furniture to Ammapalayam - 2 39-J Mangalam - Avinashi road (Via) Rakkiyapalayam road at ODR 2.16 Sqm 11046.00 23859.36 km 4/0 - 5/4

Providing and Fixing of Road Furniture to Cheyur - 3 39-C ODR 4.32 Sqm 11046.00 47718.72 Kunnathur road at km 0/0 - 8/4

Providing and Fixing of Road Furniture to Avinashi - 4 39-E ODR 2.16 Sqm 11046.00 23859.36 Koottappalli road at km 6/4 - 8/0

Providing and Fixing of Road Furniture to Thekkalur - 5 40-D Senkalipalayam road (Via) Chennimalaipalayam at km 0/0 ODR 8.64 Sqm 11046.00 95437.44 - 1/0

Providing and Fixing of Road Furniture to Karuvalur - 6 40-E ODR 8.64 Sqm 11046.00 95437.44 Thandukkaranpalayam road at km 6/0 - 8/0

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Palladam (H), C&M Sub - Division

Providing and Fixing of Road furnitures to Kallipalayam - 1 46-H ODR 4.32 Sqm 11046.00 47718.72 Vavipalayam road at Km 4/6 - 7/0

S.No Description of Work Rate per items

Metal Beam Crash Barrier Type-A, "W" Double Guard Providing and erecting Single side Double Guard Metal Beam Crash Barrier System 1.70m

high, comprising of 3mm thick wall "W" beams posts and spacer channels shall be made by

cold roll forming using HR conform to IS 5986 Fe 410/360 and dip galvanized having Zinc Mass of 550gms/ sqm, minimum 950mm above road / ground level fixed on ISMC series 8 channel vertical post 150x75x5mm spaced 2m centre to centre 312mmx83mm flange width x 3mm thick, 4318mm long post directly embedded in the concrete (M15) pit size 350x350x800mm for a depth of 750mm below ground. All fixing bolts and nuts hot dip galvanized conforming to IS:1367 clause 4.60 all complete as per Technical Specification and as directed by the Engineer-in-charge

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Kangayam (H), C&M Sub - Division

Providing and Fixing of Road Furniture in Km 16/0 - 17/0 of 1 42-A SH 20.00 RM 5864.00 117280.00 Tirupur - Kangayam road (SH 172)

S.No Description of Work Rate per items Road Marking with Hot Applied Thermoplastic Compound with Reflectorising Glass Beads on Bituminous Surface Providing and laying of hot applied Thermoplastic compound 2.5mm thick including 9 reflectorising glass beads @ 250 gms area, thickness 2.5 mm is exclusive of surface applied glass beads as per IRC:35. The finished surface to be level, uniform and free from streaks and holes etc., complete as per MORT&H specification No.803.

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Tirupur North (H), C&M Sub - Division

Providing and Fixing of Road furnitures in Km 3/8 - 4/8 of 1 31 - A Tirupur ring road (Via) Thirumurugan poondi - SH 339.65 Sqm 841.00 285645.65 Nallur - 15,Velampalayam Providing and Fixing of Road furnitures in km 8/4 - 9/0 of 2 31 - B Tirupur - Perumanallur - Kunnathur - Perundhurai Road SH 224.80 Sqm 841.00 189056.80 (SH 196) Providing and Fixing of Road furnitures in km 7/6 - 8/4 of 3 31 - C Tirupur - Perumanallur - Kunnathur - Perundhurai Road SH 25.50 Sqm 841.00 21445.50 (SH 196) Providing and Fixing of Road furnitures in km 6/8 - 7/6 of 4 31 - D Tirupur - Perumanallur - Kunnathur - Perundhurai Road SH 583.45 Sqm 841.00 490681.45 (SH 196) Providing and Fixing of Road Furnitures in Km 20/0 - 21/0 of 5 32 - A SH 365.63 Sqm 841.00 307494.83 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 21/0 - 22/0 of 6 32 - B SH 329.93 Sqm 841.00 277471.13 Tiruppur - Vijayamangalam road (SH 19 A)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures in Km 22/0 - 22/8 of 7 32 - C SH 291.38 Sqm 841.00 245050.58 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 11/6, 11/8 of 8 32 - I SH 39.60 Sqm 841.00 33303.60 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km6/2, 6/4 and 9 32 - J SH 156.60 Sqm 841.00 131700.60 13/4 of Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road furnitures at Km 5/8 - 7/0 of 10 33 - A SH 396.00 Sqm 841.00 333036.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 7/0 - 8/0 of 11 33 - B SH 193.09 Sqm 841.00 162388.69 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 8/0 - 9/0 of 12 33 - C SH 307.76 Sqm 841.00 258826.16 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 4/2 - 4/7 of 13 33 - D SH 193.09 Sqm 841.00 162388.69 Tirupur - Somanur road (SH 169) Providing and Fixing of Road Furnitures in Km 5/2 - 6/0 of 14 33 - F SH 264.08 Sqm 841.00 222091.28 Tiruppur - Vijayamangalam road (SH - 19A) Providing and Fixing of Road Furnitures in Km 6/0 - 6/300, 15 33 - G 10/550 - 10/665 and 11/180 - 11/350 of Tiruppur - SH 267.99 Sqm 841.00 225379.59 Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 2/0 - 4/4 & 1 34 - J MDR 82.47 Sqm 841.00 69357.27 4/713 – 6/0 of Vavipalayam Uthukuli R.S. road (MDR - 1102) Providing and Fixing of Road furnitures in Km at km 0/0 - 1 31 - E 1/4, 1/8 - 3/0 and 6/4 - 7/4 of Anupparpalayam - ODR 95.70 Sqm 841.00 80483.70 Paramasivampalayam road

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures in km 0/0 - 4/4 of 2 32 - D ODR 14.11 Sqm 841.00 11866.51 Karunampathy road (ODR) Providing and Fixing of Road Furnitures in Km 5/6 - 7/4 & 3 32- E ODR 81.78 Sqm 841.00 68776.98 8/8 - 13/4 of Kunnathur - Nadupatty road (ODR) Providing and Fixing of Road Furnitures in Km 4/0 -8/0 of 4 32 - F Anaipalayam - Karattupalayam road (using plastic waste) ODR 20.50 Sqm 841.00 17240.50 (ODR) Providing and Fixing of Road furnitures at Km 0/0 - 2/2 of 5 33 - E ODR 27.00 Sqm 841.00 22707.00 Tirupur - Vijayamangalam road at Km 4/8 of Parapalayam Providing and Fixing of Road furnitures at Km 0/0 - 1/8 of 6 34 - A ODR 36.00 Sqm 841.00 30276.00 Muthalipalayam - Manur road Providing and Fixing of Road furnitures at Km 1/8 - 3/6 of 7 34 - B ODR 36.00 Sqm 841.00 30276.00 Muthalipalayam - Manur road Providing and Fixing of Road furnitures in km 2/0 -3/4 of 8 34 - C ODR 15.39 Sqm 841.00 12942.99 Manur - Reddipalayam road (ODR) Providing and Fixing of Road furnitures in km 0/0 -2/0 of 9 34 - D ODR 59.71 Sqm 841.00 50216.11 Manur - Reddipalayam road (ODR) Providing and Fixing of Road Furnitures in Km 0/0 - 2/8 of 10 34 - F ODR 9.62 Sqm 841.00 8090.42 Thangamman Kovil Bye Pass Road (ODR) Tirupur South (H), C&M Sub - Division

Providing and Fixing of Road Furnitures at Km 14/8 - 15/4 of 1 35-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 408.30 Sqm 841.00 343380.30 Meenkarai Road (SH19) Providing and Fixing of Road Furnitures at Km 20/2 of 2 37-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 256.80 Sqm 841.00 215968.80 Meenkarai Road (SH19)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures at Km 20/6 of 3 37-B Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 255.30 Sqm 841.00 214707.30 Meenkarai Road Providing and Fixing of Road Furnitures at Km 16/2-16/300, 4 37-D 16/6-16/8 & Km 17/0-17/2 of Avinashi - Tirupur - Palladam - SH 33.00 Sqm 841.00 27753.00 Pollachi - Cochin (via) Meenkarai Road Providing and Fixing of Road Furnitures at Km 17/8-18/6 of 5 35-C Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 279.90 Sqm 841.00 235395.90 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 18/6-19/2 of 6 35-D Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 213.30 Sqm 841.00 179385.30 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 19/8-20/6 of 7 35-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 286.80 Sqm 841.00 241198.80 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 21/8-22/4 of 8 36-A Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 228.30 Sqm 841.00 192000.30 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/0-24/8 of 9 36-B Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 282.90 Sqm 841.00 237918.90 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/8-25/550 of 10 36-C Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 251.10 Sqm 841.00 211175.10 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 25/550-27/0 of 11 36-D Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 160.80 Sqm 841.00 135232.80 Velampalayam (SH)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures at Km 27/0-28/6 of 12 36-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 188.40 Sqm 841.00 158444.40 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 0/8 - 2/8 of 1 37-E MDR 66.60 Sqm 841.00 56010.60 Veerapandi - Ugayanur road (MD875) Providing and Fixing of Road Furnitures at Km 0/0 - 3/6 and 2 37-F 4/0 - 4/8 of Kuppandampalayam - Singanur road (Via) MDR 953.35 Sqm 841.00 801767.35 Ganapathipalayam (MD983) Providing and Fixing of Road Furnitures at Km 8/0 - 11/2 of 3 37-G MDR 1066.50 Sqm 841.00 896926.50 Koduvai Nachipalayam Road (MD611) Avinashi (H), C&M Sub - Division Providing and Fixing of Road Furniture to Palladam - Avinashi 1 38-A - Puliyampatti road at km 12/8 - 13/0 (including extra length SH 215.15 Sqm 841.00 180941.15 of 200.00m at km 12/10) (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 2 39-A SH 219.85 Sqm 841.00 184893.85 - Puliyampatti road at km 30/2 - 31/0 (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 3 40-A SH 275.15 Sqm 841.00 231401.15 - Puliyampatti road at km 32/0 - 33/10 (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 4 41-A SH 240.25 Sqm 841.00 202050.25 - Puliyampatti road at km 34/0 - 34/875 (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 5 41-B SH 171.70 Sqm 841.00 144399.70 - Puliyampatti road at km 40/0 - 40/4 (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 6 41-C SH 199.00 Sqm 841.00 167359.00 - Puliyampatti road at km 34/875 - 35/6 (SH-166)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furniture to Salem - Cochin road 7 38-C SH 14.50 Sqm 841.00 12194.50 NH 47 abandoned stretch (Avinashi town) at km 116/4 Providing and Fixing of Road Furniture to Salem - Cochin road 8 38-D SH 14.50 Sqm 841.00 12194.50 NH 47 abandoned stretch (Avinashi town) at km 116/8 Providing and Fixing of Road Furniture to Tirupur - Somanur 9 38-E SH 42.85 Sqm 841.00 36036.85 road at km 15/6 (SH-169) Providing and Fixing of Road Furniture to Salem - Cochin road at Km 112/6 of the road from Kulathupalayam (Via) 1 38-F ODR 46.65 Sqm 841.00 39232.65 Avinashi - Tirupur - Palladam - Pollachi - Cochin (Via) Meenkarai road at km 2/4 - 3/0 Providing and Fixing of Road Furniture to Ammapalayam - 2 38-J Mangalam - Avinashi road (Via) Rakkiyapalayam road at km ODR 104.20 Sqm 841.00 87632.20 4/0 - 5/4 Providing and Fixing of Road Furniture to Avinashi - 3 39-E ODR 97.65 Sqm 841.00 82123.65 Koottappalli road at km 6/4 - 8/0 Palladam (H), C&M Sub - Division Providing and Fixing of Road furnitures to 1 43-A Kamanaickenpalayam - Annur road at km 10/2 - 12/8 (SH SH 189.70 Sqm 841.00 159537.70 165) Providing and Fixing of Road furnitures to 2 43-B Kamanaickenpalayam - Annur road at Km 12/8 - 13/2 (SH SH 156.20 Sqm 841.00 131364.20 165) Providing and Fixing of Road furnitures to 3 44-A Kamanaickenpalayam - Annur road at Km 13/2 - 14/8 (SH SH 319.50 Sqm 841.00 268699.50 165)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road furnitures to Palladam - Cochin 4 45-A SH 46.20 Sqm 841.00 38854.20 Frontier road at Km 0/0 - 0/500 (SH 163) Providing and Fixing of Road furnitures to Palladam - Cochin 5 45-B SH 45.90 Sqm 841.00 38601.90 Frontier road at Km 0/500 - 1/0 (SH 163) Providing and Fixing of Road furnitures to Palladam - Cochin 6 45-D SH 326.40 Sqm 841.00 274502.40 Frontier road at Km 1/0 - 2/0 (SH 163) Providing and Fixing of Road furnitures to Palladam - Cochin 7 46-A SH 327.00 Sqm 841.00 275007.00 Frontier road at Km 2/0 - 3/0 (SH 163) Providing and Fixing of Road furnitures to Palladam - Cochin 8 46-B SH 259.20 Sqm 841.00 217987.20 Frontier road at Km 3/0 - 3/350 and 3/650 - 4/0 (SH 163) Providing and Fixing of Road furnitures to Palladam - Cochin 9 46-C SH 99.90 Sqm 841.00 84015.90 Frontier road at Km 3/350 - 3/650 (SH 163) Providing and Fixing of Road furnitures to Kattampatty - 10 44-E MDR 153.30 Sqm 841.00 128925.30 Koduvai road at Km 17/0 -19/8 (MD155) Providing and Fixing of Road furnitures to Kattampatty - 11 44-F MDR 185.10 Sqm 841.00 155669.10 Koduvai road at Km 25/4 -28/8 (MD155) Providing and Fixing of Road furnitures to Palladam - 13 43-C Dharapuram road at Km 8/8 of Kamanaickenpalayam - ODR 226.80 Sqm 841.00 190738.80 Annaur road at Km 3/4- 4/0 and 4/4 - 6/0

Providing and Fixing of Road furnitures to Palladam - 14 43-D Dharapuram road at Km 8/8 of Kamanaickenpalayam - ODR 516.30 Sqm 841.00 434208.30 Annaur road at Km 6/0 - 8/0 and 8/4 - 10/8

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road furnitures to 15 43-F Kamanaickenpalayam Annur Road to Kodangipalayam road ODR 45.50 Sqm 841.00 38265.50 (via) Perumagoundenputhur at Km 0/0 - 3/2

Providing and Fixing of Road furnitures to Palladam - 16 44-C Dharapuram road at Km 8/8 of Kamanaickenpalayam - ODR 103.50 Sqm 841.00 87043.50 Annaur road at Km 4/0 - 4/4

Providing and Fixing of Road furnitures to Karukkampalayam - 17 44-I Sengathurai road (Via) Sendevipalayam - Kumarapalayam at ODR 573.00 Sqm 841.00 481893.00 Km 0/0 - 3/0 Providing and Fixing of Road furnitures to Sedapalayam- 18 45-E ODR 33.50 Sqm 841.00 28173.50 Arumuthampalayam road at Km 0/0 - 2/6 Providing and Fixing of Road furnitures to 19 45-F Kombakattuputhur- Sengathurai road (Via) ODR 381.60 Sqm 841.00 320925.60 Devarayampalayam at Km 0/0 - 2/0 Providing and Fixing of Road furnitures to Karanampettai - 20 46-E ODR 105.00 Sqm 841.00 88305.00 Rasagoudempalayam road at Km 0/0 - 1/8 Providing and Fixing of Road furnitures to Karanampettai - 21 46-F ODR 152.40 Sqm 841.00 128168.40 Rasagoudempalayam road at Km 0/8 - 3/0 Providing and Fixing of Road furnitures to Karanampettai - 22 46-G ODR 94.80 Sqm 841.00 79726.80 Rasagoudempalayam road at Km 3/0 - 4/190 Providing and Fixing of Road furnitures to Kallipalayam - 23 46-H ODR 70.00 Sqm 841.00 58870.00 Vavipalayam road at Km 4/6 - 7/0 Providing and Fixing of Road furnitures to Valaiyapalayam 24 46-I road Km 7/6 of road from Palladam - Dharapuram road to Km ODR 7.50 Sqm 841.00 6307.50 2/2 of Pongalur road to Valayapalayam road at km 0/0 - 2/0

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Kangayam (H), C&M Sub - Division Providing and Fixing of Road Furniture in Km 16/0 - 17/0 of 1 42-A SH 407.00 Sqm 841.00 342287.00 Tirupur - Kangayam road (SH 172) Providing and Fixing of Road Furniture in Km 17/0 - 17/5 of 2 42-C SH 168.70 Sqm 841.00 141876.70 Tirupur - Kangayam road (SH 172) Providing and Fixing of Road Furniture in Km 18/0 - 19/2 of 3 42-D SH 231.00 Sqm 841.00 194271.00 Tirupur - Kangayam road (SH 172) Providing and Fixing of Road Furniture in Km 46/0 - 46/6, 4 42-E 50/0 - 50/8 & 51/2 - 51/6 of Erode - - Kangayam SH 322.50 Sqm 841.00 271222.50 road (SH 96) Providing and Fixing of Road Furniture in Km 19/2 - 20/0 of 5 47-A SH 280.00 Sqm 841.00 235480.00 Tirupur - Kangayam road (SH 172) Providing and Fixing of Road Furniture in Km 7/2 - 9/2 of 6 47-B SH 700.00 Sqm 841.00 588700.00 Kangayam - Kodumudi road (SH 189) Providing and Fixing of Road Furniture in Km 15/0 - 18/0 of 1 42-F MDR 131.50 Sqm 841.00 110591.50 Sivagiri - Nathakadaiyur - Muthur road (MDR 688) Providing and Fixing of Road Furniture in Km 18/0 - 19/8 of 2 42-G MDR 53.50 Sqm 841.00 44993.50 Sivagiri - Nathakadaiyur - Muthur road (MDR 688) Providing and Fixing of Road Furniture in Km km 0/0 - 1/0 3 47-C and 3/0 - 5/2 of Uthiyur - Dhasanaickenpatty road (MDR MDR 215.30 Sqm 841.00 181067.30 993) Providing and Fixing of Road Furniture in km 0/0 - 1/0 and 1 47-D 2/8 - 4/0 of Erode - Kangayam road to Kanjarpalayam - ODR 20.70 Sqm 841.00 17408.70 Theerthampalayam (Via) Nathakadaiyur road

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furniture in km 0/0 - 2/6 and 2 47-E ODR 29.50 Sqm 841.00 24809.50 4/0 - 7/0 of Nathakadaiyur - Kurukkapalayam road Providing and Fixing of Road Furniture in km 0/0 - 1/2, 2/0 3 47-F ODR 50.30 Sqm 841.00 42302.30 - 2/8 and 3/2 - 4/8 of Kadaiyur - Padiyur road Providing and Fixing of Road Furniture in km 3/0 - 7/565 of 4 47-G ODR 68.70 Sqm 841.00 57776.70 Sivanmalai - Savadipalayam road Providing and Fixing of Road Furniture in km 0/0 - 3/6 of 5 47-H Gobi - Dharapuram road at Km 54/0 of Ramapattinam ODR 19.50 Sqm 841.00 16399.50 (H) Colony road

S.No Description of Work Rate per items

Road Markers/Road Stud with Lense Reflector Providing and fixing reflective road studs of 'category A' Raised pavement markers made out

of poly carbonate / methyl methercrylate / ABS moulded body confirming to ASTM D 788 and reflective panels with micro prismatic lens capable of providing total internal reflection of the light entering the lens face with retro reflectance and chromaticity values comforming to ASTM D 4280. The reflective raised pavement markers shall also confirm to the MORTH circular No. RW/NH.33023 /10/97-DO.III dt. 11.06.1997. The height, width and length shall not be less than 15mm, 90mm and 100mm and with minium reflective area of 13 sq.cm on 10 each side and the slope to the base shall be 35 +/- 5 degree. Each reflector shall have a CIL not less than values specified in Table 2 of said MORTH circular. The strength of detachment of the integrated cylindrical shanks, (of diameter not less than 19 +/- 2mm and height no less than 30+/- 2mm ) from the body is to be a minimum value of 500 Kgf. Fixing will be by drilling holes on the for the shanks to go inside, without nails and using epoxy resin based adhesive as per manufacture's recommendation and complete as directed by the engineer. The marker shall support a load of 13635 Kg tested in accordance with ASTM D4280 and confirming to IRC 35-2015 guidelines and MORT&H specification 804 etc., complete.

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Tirupur North (H), C&M Sub - Division

Providing and Fixing of Road furnitures in Km 3/8 - 4/8 of 1 31 - A Tirupur ring road (Via) Thirumurugan poondi - SH 78.00 Nos 414.00 32292.00 Nallur - 15,Velampalayam Providing and Fixing of Road furnitures in km 6/8 - 7/6 of 2 31 - D Tirupur - Perumanallur - Kunnathur - Perundhurai Road SH 194.00 Nos 414.00 80316.00 (SH 196)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures in Km 20/0 - 21/0 of 3 32 - A SH 174.00 Nos 414.00 72036.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 21/0 - 22/0 of 4 32 - B SH 256.00 Nos 414.00 105984.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 22/0 - 22/8 of 5 32 - C SH 142.00 Nos 414.00 58788.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 11/6, 11/8 of 6 32 - I SH 12.00 Nos 414.00 4968.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km6/2, 6/4 and 7 32 - J SH 56.00 Nos 414.00 23184.00 13/4 of Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road furnitures at Km 5/8 - 7/0 of 8 33 - A SH 89.00 Nos 414.00 36846.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 7/0 - 8/0 of 9 33 - B SH 86.00 Nos 414.00 35604.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 8/0 - 9/0 of 10 33 - C SH 120.00 Nos 414.00 49680.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 4/2 - 4/7 of 11 33 - D SH 84.00 Nos 414.00 34776.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road Furnitures in Km 5/2 - 6/0 of 12 33 - F SH 316.00 Nos 414.00 130824.00 Tiruppur - Vijayamangalam road (SH - 19A) Providing and Fixing of Road Furnitures in Km 6/0 - 6/300, 13 33 - G 10/550 - 10/665 and 11/180 - 11/350 of Tiruppur - SH 109.00 Nos 414.00 45126.00 Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 2/0 - 4/4 & 1 34 - J MDR 52.00 Nos 414.00 21528.00 4/713 – 6/0 of Vavipalayam Uthukuli R.S. road (MDR - 1102)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road furnitures in Km at km 0/0 - 1 31 - E 1/4, 1/8 - 3/0 and 6/4 - 7/4 of Anupparpalayam - ODR 58.00 Nos 414.00 24012.00 Paramasivampalayam road Providing and Fixing of Road Furnitures in km 0/0 - 4/4 of 2 32 - D ODR 12.00 Nos 414.00 4968.00 Karunampathy road (ODR) Providing and Fixing of Road Furnitures in Km 5/6 - 7/4 & 3 32- E ODR 102.00 Nos 414.00 42228.00 8/8 - 13/4 of Kunnathur - Nadupatty road (ODR) Providing and Fixing of Road Furnitures in Km 4/0 -8/0 of 4 32 - F Anaipalayam - Karattupalayam road (using plastic waste) ODR 30.00 Nos 414.00 12420.00 (ODR) Providing and Fixing of Road furnitures in km 2/0 -3/4 of 5 34 - C ODR 24.00 Nos 414.00 9936.00 Manur - Reddipalayam road (ODR) Providing and Fixing of Road furnitures in km 0/0 -2/0 of 6 34 - D ODR 84.00 Nos 414.00 34776.00 Manur - Reddipalayam road (ODR) Providing and Fixing of Road Furnitures in Km 0/0 - 2/8 of 7 34 - F ODR 16.00 Nos 414.00 6624.00 Thangamman Kovil Bye Pass Road (ODR) Tirupur South (H), C&M Sub - Division

Providing and Fixing of Road Furnitures at Km 14/8 - 15/4 of 1 35-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 143 Nos 414.00 59202.00 Meenkarai Road (SH19) Providing and Fixing of Road Furnitures at Km 20/2 of 2 37-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 190 Nos 414.00 78660.00 Meenkarai Road (SH19) Providing and Fixing of Road Furnitures at Km 20/6 of 3 37-B Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 180 Nos 414.00 74520.00 Meenkarai Road

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures at Km 16/2-16/300, 4 37-D 16/6-16/8 & Km 17/0-17/2 of Avinashi - Tirupur - Palladam SH 56 Nos 414.00 23184.00 - Pollachi - Cochin (via) Meenkarai Road Providing and Fixing of Road Furnitures at Km 17/8-18/6 of 5 35-C Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 185 Nos 414.00 76590.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 18/6-19/2 of 6 35-D Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 140 Nos 414.00 57960.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 19/8-20/6 of 7 35-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 192 Nos 414.00 79488.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 21/8-22/4 of 8 36-A Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 152 Nos 414.00 62928.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/0-24/8 of 9 36-B Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 185 Nos 414.00 76590.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/8-25/550 10 36-C of Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 175 Nos 414.00 72450.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 25/550-27/0 11 36-D of Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 241 Nos 414.00 99774.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 27/0-28/6 of 12 36-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 274 Nos 414.00 113436.00 Velampalayam (SH)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures at Km 0/8 - 2/8 of 1 37-E MDR 222 Nos 414.00 91908.00 Veerapandi - Ugayanur road (MD875) Providing and Fixing of Road Furnitures at Km 0/0 - 3/6 and 2 37-F 4/0 - 4/8 of Kuppandampalayam - Singanur road (Via) MDR 979 Nos 414.00 405306.00 Ganapathipalayam (MD983) Providing and Fixing of Road Furnitures at Km 8/0 - 11/2 of 3 37-G MDR 1065 Nos 414.00 440910.00 Koduvai Nachipalayam Road (MD611) Avinashi (H), C&M Sub - Division Providing and Fixing of Road Furniture to Palladam - Avinashi 1 38-A - Puliyampatti road at km 12/8 - 13/0 (including extra length SH 237 Nos 414.00 98118.00 of 200.00m at km 12/10) (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 2 39-A SH 95 Nos 414.00 39330.00 - Puliyampatti road at km 30/2 - 31/0 (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 3 40-A SH 141 Nos 414.00 58374.00 - Puliyampatti road at km 32/0 - 33/10 (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 4 41-A SH 35 Nos 414.00 14490.00 - Puliyampatti road at km 34/0 - 34/875 (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 5 41-B SH 96 Nos 414.00 39744.00 - Puliyampatti road at km 40/0 - 40/4 (SH-166) Providing and Fixing of Road Furniture to Palladam - Avinashi 6 41-C SH 68 Nos 414.00 28152.00 - Puliyampatti road at km 34/875 - 35/6 (SH-166) Providing and Fixing of Road Furniture to Salem - Cochin road 7 38-C SH 26 Nos 414.00 10764.00 NH 47 abandoned stretch (Avinashi town) at km 116/4 Providing and Fixing of Road Furniture to Salem - Cochin road 8 38-D SH 26 Nos 414.00 10764.00 NH 47 abandoned stretch (Avinashi town) at km 116/8

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furniture to Tirupur - Somanur 9 38-E SH 89 Nos 414.00 36846.00 road at km 15/6 (SH-169) Providing and Fixing of Road Furniture to Salem - Cochin road at Km 112/6 of the road from Kulathupalayam (Via) 1 38-F ODR 40 Nos 414.00 16560.00 Avinashi - Tirupur - Palladam - Pollachi - Cochin (Via) Meenkarai road at km 2/4 - 3/0 Providing and Fixing of Road Furniture to Ammapalayam - 2 38-J Mangalam - Avinashi road (Via) Rakkiyapalayam road at km ODR 65 Nos 414.00 26910.00 4/0 - 5/4 Providing and Fixing of Road Furniture to Avinashi - 3 39-E ODR 124 Nos 414.00 51336.00 Koottappalli road at km 6/4 - 8/0 Palladam (H), C&M Sub - Division Providing and Fixing of Road furnitures to 1 43-A Kamanaickenpalayam - Annur road at km 10/2 - 12/8 (SH SH 347.00 Nos 414.00 143658.00 165) Providing and Fixing of Road furnitures to 2 43-B Kamanaickenpalayam - Annur road at Km 12/8 - 13/2 (SH SH 152.00 Nos 414.00 62928.00 165) Providing and Fixing of Road furnitures to Palladam - Cochin 2 45-D SH 186.00 Nos 414.00 77004.00 Frontier road at Km 1/0 - 2/0 (SH 163) Providing and Fixing of Road furnitures to Palladam - Cochin 46-A SH 186.00 Nos 414.00 77004.00 Frontier road at Km 2/0 - 3/0 (SH 163) Providing and Fixing of Road furnitures to Palladam - Cochin 46-B SH 178.00 Nos 414.00 73692.00 Frontier road at Km 3/0 - 3/350 and 3/650 - 4/0 (SH 163)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road furnitures to Palladam - Cochin 46-C SH 67.00 Nos 414.00 27738.00 Frontier road at Km 3/350 - 3/650 (SH 163) Providing and Fixing of Road furnitures to Kallipalayam - 8 46-H ODR 80 Nos 414.00 33120.00 Vavipalayam road at Km 4/6 - 7/0 Kangayam (H), C&M Sub - Division Providing and Fixing of Road Furniture in Km 16/0 - 17/0 of 1 42-A SH 494.00 Nos 414.00 204516.00 Tirupur - Kangayam road (SH 172) Providing and Fixing of Road Furniture in Km 17/0 - 17/5 of 2 42-C SH 200 Nos 414.00 82800.00 Tirupur - Kangayam road (SH 172) Providing and Fixing of Road Furniture in Km 18/0 - 19/2 of 3 42-D SH 291 Nos 414.00 120474.00 Tirupur - Kangayam road (SH 172) Providing and Fixing of Road Furniture in Km 46/0 - 46/6, 4 42-E 50/0 - 50/8 & 51/2 - 51/6 of Erode - Perundurai - Kangayam SH 98 Nos 414.00 40572.00 road (SH 96) Providing and Fixing of Road Furniture in Km 19/2 - 20/0 of 5 47-A SH 317 Nos 414.00 131238.00 Tirupur - Kangayam road (SH 172) Providing and Fixing of Road Furniture in Km 7/2 - 9/2 of 6 47-B SH 753 Nos 414.00 311742.00 Kangayam - Kodumudi road (SH 189) Providing and Fixing of Road Furniture in Km 15/0 - 18/0 of 1 42-F MDR 83 Nos 414.00 34362.00 Sivagiri - Nathakadaiyur - Muthur road (MDR 688) Providing and Fixing of Road Furniture in Km 18/0 - 19/8 of 2 42-G MDR 22 Nos 414.00 9108.00 Sivagiri - Nathakadaiyur - Muthur road (MDR 688)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furniture in Km km 0/0 - 3 47-C 1/0 and 3/0 - 5/2 of Uthiyur - Dhasanaickenpatty road MDR 24 Nos 414.00 9936.00 (MDR 993) Providing and Fixing of Road Furniture in km 0/0 - 1/0 and 1 47-D 2/8 - 4/0 of Erode - Kangayam road to Kanjarpalayam - ODR 21 Nos 414.00 8694.00 Theerthampalayam (Via) Nathakadaiyur road Providing and Fixing of Road Furniture in km 0/0 - 2/6 and 2 47-E ODR 46 Nos 414.00 19044.00 4/0 - 7/0 of Nathakadaiyur - Kurukkapalayam road Providing and Fixing of Road Furniture in km 0/0 - 1/2, 2/0 3 47-F ODR 22 Nos 414.00 9108.00 - 2/8 and 3/2 - 4/8 of Kadaiyur - Padiyur road Providing and Fixing of Road Furniture in km 3/0 - 7/565 4 47-G ODR 52 Nos 414.00 21528.00 of Sivanmalai - Savadipalayam road Providing and Fixing of Road Furniture in km 0/0 - 3/6 of 5 47-H Gobi - Dharapuram road at Km 54/0 of Ramapattinam ODR 9 Nos 414.00 3726.00 (H) Colony road

S.No Description of Work Rate per items

ROAD DELINEATORS Supplying and installation of delineators (road way indicators,hazard markers and object

markers), 80-100 cm high above ground level, painted at alternatively black and white in 15 11 cm wide strips, fitted with 80 x 100mm rectangular or 75mm dia circular reflectorised panels at the top,buried or pressed into the ground and conforming to IRC-79 etc., complete (as per MoRTH & H specification No.806 )

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimatd Amount Palladam (H), C&M Sub - Division Providing and Fixing of Road furnitures to Palladam - Cochin 1 46-C SH 31.00 Nos 2215.00 68665.00 Frontier road at Km 3/350 - 3/650 (SH 163) Providing and Fixing of Road furnitures to Palladam - 2 43-E Dharapuram road at Km 8/8 of Kamanaickenpalayam - ODR 2 Nos 2215.00 4430.00 Annaur road at Km 10/8 Providing and Fixing of Road furnitures to Panapalayam - 3 44-G ODR 16 Nos 2215.00 35440.00 Pethampalayam road at Km 0/2 - 3/0 Providing and Fixing of Road furnitures to Sedapalayam- 45-E ODR 12 Nos 2215.00 26580.00 Arumuthampalayam road at Km 0/0 - 2/6 Providing and Fixing of Road furnitures to Karanampettai - 2 46-D ODR 10 Nos 2215.00 22150.00 Rasagoudempalayam road at Km Km 0/8 and 1/10

S.No Description of Work Rate per items Hazard Marker Traffic Sings - Type - IV Providing and fixing of Retro-reflectorised Hazard Marker Traffic sign made out of High Intensity Prismatic Grade sheeting confirming to Type -IV standards of IRC: 67:2012 and ASTM D 4956-09, specification and fixed over 2mm thick Aluminum sheet fixed over a back supporting frame of 25mm x 25mm x 3mm Mild steel angle and supported on a mild steel angle post 75 x 75 x 6mm and 0.60m below ground level. The sign post should be painted as per IRC 67-2012 and firmly fixed to the ground by means of properly designed foundation 12 with M15 grade cement concrete 45cm x 45cm x 60cm size including cost and conveyance of all materials, equipment, Machinery and labour with all leads and lifts, loading charges necessary for satisfactory completion of the work as directed by the engineer in charge. High intensity Retro Reflectro sheet shall consist of minimum coefficient of Retro-reflection as per table 6.6 of IRC 67-2012. The retro-reflective sheeting shall be covered under 7 year warranty issued for field performance and a certified copy of three years outdoor exposure report shall be obtained as per IRC 67:2012 (as per MORT&H specification No.801 )

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Tirupur North (H), C&M Sub - Division Providing and Fixing of Road Furnitures in Km 20/0 - 21/0 of 1 32 - A SH 2.00 Nos 3342.00 6684.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 21/0 - 22/0 of 2 32 - B SH 4.00 Nos 3342.00 13368.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 22/0 - 22/8 of 3 32 - C SH 6.00 Nos 3342.00 20052.00 Tiruppur - Vijayamangalam road (SH 19 A) Providing and Fixing of Road furnitures at Km 5/8 - 7/0 of 4 33 - A SH 4.00 Nos 3342.00 13368.00 Tirupur - Somanur road (SH 169)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road furnitures at Km 7/0 - 8/0 of 5 33 - B SH 4.00 Nos 3342.00 13368.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road furnitures at Km 8/0 - 9/0 of 6 33 - C SH 8.00 Nos 3342.00 26736.00 Tirupur - Somanur road (SH 169) Providing and Fixing of Road Furnitures in Km 5/2 - 6/0 of 7 33 - F SH 4.00 Nos 3342.00 13368.00 Tiruppur - Vijayamangalam road (SH - 19A) Providing and Fixing of Road Furnitures in Km 6/0 - 6/300, 8 33 - G 10/550 - 10/665 and 11/180 - 11/350 of Tiruppur - SH 2.00 Nos 3342.00 6684.00 Vijayamangalam road (SH 19 A) Providing and Fixing of Road Furnitures in Km 2/0 - 4/4 & 1 34 - J MDR 6.00 Nos 3342.00 20052.00 4/713 – 6/0 of Vavipalayam Uthukuli R.S. road (MDR - 1102) Providing and Fixing of Road Furnitures in Km 5/6 - 7/4 & 1 32- E ODR 14.00 Nos 3342.00 46788.00 8/8 - 13/4 of Kunnathur - Nadupatty road (ODR)

Providing and Fixing of Road Furnitures in Km 0/0 - 1/6 of 2 32 - G ODR 4.00 Nos 3342.00 13368.00 Kurichi road (ODR)

Providing and Fixing of Road furnitures at Km 0/0 - 2/2 of 3 33 - E ODR 4.00 Nos 3342.00 13368.00 Tirupur - Vijayamangalam road at Km 4/8 of Parapalayam

Providing and Fixing of Road furnitures at Km 0/0 - 1/8 of 4 34 -A ODR 4.00 Nos 3342.00 13368.00 Muthalipalayam - Manur road

Providing and Fixing of Road furnitures at Km 1/8 - 3/6 of 5 34 - B ODR 4.00 Nos 3342.00 13368.00 Muthalipalayam - Manur road

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Tirupur South (H), C&M Sub - Division

Providing and Fixing of Road Furnitures at Km 17/8-18/6 of 1 35-C Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 8 Nos 3342.00 26736.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 18/6-19/2 of 2 35-D Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 8 Nos 3342.00 26736.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 19/8-20/6 of 3 35-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 10 Nos 3342.00 33420.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 21/8-22/4 of 4 36-A Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 6 Nos 3342.00 20052.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/0-24/8 of 5 36-B Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 10 Nos 3342.00 33420.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 24/8-25/550 6 36-C of Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 10 Nos 3342.00 33420.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 25/550-27/0 7 36-D of Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 18 Nos 3342.00 60156.00 Velampalayam (SH) Providing and Fixing of Road Furnitures at Km 27/0-28/6 of 8 36-E Tirupur Ring Road (via) Thirumuruganpoondi, Nallur, 15 SH 16 Nos 3342.00 53472.00 Velampalayam (SH)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furnitures at Km 0/8 - 2/8 of 1 37-E MDR 26 Nos 3342.00 86892.00 Veerapandi - Ugayanur road (MD875)

Providing and Fixing of Road Furnitures at Km 0/0 - 3/6 and 2 37-F 4/0 - 4/8 of Kuppandampalayam - Singanur road (Via) MDR 16 Nos 3342.00 53472.00 Ganapathipalayam (MD983)

Providing and Fixing of Road Furnitures at Km 8/0 - 11/2 of 3 37-G MDR 18 Nos 3342.00 60156.00 Koduvai Nachipalayam Road (MD611)

Providing and Fixing of Road Furnitures at Km 0/0 - 1/0 of 1 36-G ODR 5 Nos 3342.00 16710.00 Kalinathampalayam -Kavettireganpudur road

Providing and Fixing of Road Furnitures at Km 0/0 - 5/4 of 2 36-H Km 32/4 of Dharapuram - Tirupur road to Km 294/0 of Nagai ODR 14 Nos 3342.00 46788.00 - Gudalore - Mysore road

Providing and Fixing of Road Furnitures at km.0/0-3/4 of 3 37-H Kovilvazhi - Karapalayam road at km 13/4 of ODR 12 Nos 3342.00 40104.00 Maruthuraiyanvalasu road

Providing and Fixing of Road Furnitures at Km 0/0 - 2/8 of 4 36-F ODR 7 Nos 3342.00 23394.00 Ugayanur Vadugapalayam Road

Providing and Fixing of Road Furnitures at at Km 0/0-0/8 of 5 37-I Dharapuram - Tirupur road to Pethampalayam road to ODR 5 Nos 3342.00 16710.00 Ugayanur road

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Avinashi (H), C&M Sub - Division Providing and Fixing of Road Furniture to Salem - Cochin road 1 38-B NH 47 abandoned stretch (Avinashi town) at km 119/6 & SH 14 Nos 3342.00 46788.00 120/2 Providing and Fixing of Road Furniture to Salem - Cochin road 2 38-C SH 2 Nos 3342.00 6684.00 NH 47 abandoned stretch (Avinashi town) at km 116/4 Providing and Fixing of Road Furniture to Tirupur - Somanur 3 38-E SH 2 Nos 3342.00 6684.00 road at km 15/6 (SH-169) Providing and Fixing of Road Furniture to Salem - Cochin road at Km 112/6 of the road from Kulathupalayam (Via) 1 38-F ODR 2 Nos 3342.00 6684 Avinashi - Tirupur - Palladam - Pollachi - Cochin (Via) Meenkarai road at km 2/4 - 3/0 Providing and Fixing of Road Furniture to Mangalam - 2 38-G Valaithottathu Ayyan Kovil road (Via) Boomalur - Pallipalayam ODR 4 Nos 3342.00 13368.00 at km 0/0 - 4/0 Providing and Fixing of Road Furniture to Tirupur - Somanur 3 38-H road at Km 16/2 of Valaithottathu Ayyan Kovil at km 0/0 ODR 4 Nos 3342.00 13368.00 - 2/0 Providing and Fixing of Road Furniture to Ammapalayam - 4 38-J Mangalam - Avinashi road (Via) Rakkiyapalayam road at km ODR 6 Nos 3342.00 20052.00 4/0 - 5/4 Providing and Fixing of Road Furniture to Cheyur - Kunnathur 5 39-C ODR 10 Nos 3342.00 33420.00 road at km 0/0 - 8/4 Providing and Fixing of Road Furniture to Avinashi - 6 39-E ODR 6 Nos 3342.00 20052.00 Koottappalli road at km 6/4 - 8/0

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road Furniture to Thekkalur - 7 40-D Senkalipalayam road (Via) Chennimalaipalayam at km 0/0 - ODR 16 Nos 3342.00 53472.00 1/0 Providing and Fixing of Road Furniture to Karuvalur - 8 40-E ODR 14 Nos 3342.00 46788.00 Thandukkaranpalayam road at km 6/0 - 8/0 Providing and Fixing of Road Furniture to Karuvalur - 9 40-F ODR 2 Nos 3342.00 6684.00 Thandukkaranpalayam road at km 5/0 - 6/0 Providing and Fixing of Road Furniture to 10 41-D ODR 5 Nos 3342.00 16710.00 Thandukkaranpalayam - Pasur road at km 0/0 - 2/8 Providing and Fixing of Road Furniture to 11 41-E ODR 6 Nos 3342.00 20052.00 Thandukkaranpalayam - Pasur road at km 2/8 - 5/6 Providing and Fixing of Road Furniture to 12 41-F ODR 8 Nos 3342.00 26736.00 Thandukkaranpalayam - Pasur road at km 5/6 - 9/0 Providing and Fixing of Road Furniture to Avinashi - 13 41-G Puliyampatti road to Alathur road at km 0/0 - 1/6 (including ODR 4 Nos 3342.00 13368.00 extra length of 400.00m at km 1/6) Palladam (H), C&M Sub - Division

Providing and Fixing of Road furnitures to 1 43-B Kamanaickenpalayam - Annur road at Km 12/8 - 13/2 (SH SH 12 Nos 3342.00 40104.00 165)

Providing and Fixing of Road furnitures to Palladam - Cochin 2 46-C SH 2 Nos 3342.00 6684.00 Frontier road at Km 3/350 - 3/650 (SH 163)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing and Fixing of Road furnitures to Palladam - 1 43-E Dharapuram road at Km 8/8 of Kamanaickenpalayam - ODR 2 Nos 3342.00 6684 Annaur road at Km 10/8

Providing and Fixing of Road furnitures to Venkittapuram - 2 44-D ODR 10 Nos 3342.00 33420.00 Kalipalayam road at Km 7/0 - 7/960 and Km 8/236 - 9/0

Providing and Fixing of Road furnitures to Panapalayam - 3 44-G ODR 20 Nos 3342.00 66840.00 Pethampalayam road at Km 0/2 - 3/0

Providing and Fixing of Road furnitures to Panapalayam- 4 44-H ODR 8 Nos 3342.00 26736.00 Pethampalayam road at Km 3/0 - 3/8 of

Providing and Fixing of Road furnitures to Sedapalayam- 5 45-E ODR 12 Nos 3342.00 40104.00 Arumuthampalayam road at Km 0/0 - 2/6

Providing and Fixing of Road furnitures to Karanampettai - 6 46-D ODR 4 Nos 3342.00 13368.00 Rasagoudempalayam road at Km Km 0/8 and 1/10

Providing and Fixing of Road furnitures to Kallipalayam - 7 46-H ODR 2 Nos 3342.00 6684.00 Vavipalayam road at Km 4/6 - 7/0

S.No Description of Work Rate per items Rigid Median Marker Providing and fixing of Rigid Meidan Marker double sided made of tough, high impact resistant, injection-molded, thermoplastic body with an isoceles trapezoidal structure of length, width and height not less than 15cm, 10cm and 10cm respetively and thickness not less than 1.8mm, the body structure shall be rounded at its acute angle, all the corners and edges. The plastic used for moulding the Median marker shall have a minimum Notched Izod impact strength value of 600 J/m at room temprature, when tested in accordance with ASTM D256 and shall retain at least 70% of this value when subjected to accelerated weathering for 13 1000hrs as per ASTM G155 or UL746C. The logo of the manufacture shall be embosed on either side of the body in the injection molding process. The median marker shall have rectangular-shaped, fluorescent yellow colour retro-reflective sheeting of size not less than 8.5cmx8.5cm and with fully reflective micro prismatic cube corners as its retro-reflective elements as per IRC 67-2012 and ASTM D4956-09 type-XI specification reflectively values. The retro-reflective sheeting shall be both sides of median marker and shall be edge protected with no exposed edges which will prevent edge lifting, vandalism, sheeting damage, etc., The median marker shall be fixed by a combination of expoy adhesive and grouting.

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Tirupur North (H), C&M Sub - Division

Providing and Fixing of Road furniture in km 11/6 & 11/8 of 1 32-I SH 12 Nos 445.00 5340.00 Tiruppur - Vijayamanaglam Road (SH- 19A) Providing and Fixing of Road furniture in km 6/2 , 6/4 & 2 32-J SH 56 Nos 445.00 24920.00 13/4 of Tiruppur - Vijayamangalam Road (SH- 19A)

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Providing Median marker at km 0/8,0/10,1/2,1/4 & 1/8 of 2 34 -G SH 128 Nos 445.00 56960.00 Tiruppur - Kangayam road (SH 172) Tirupur South (H), C&M Sub - Division

Providing and Fixing of Road Furnitures at Km 14/8 - 15/4 of 1 35-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 15 Nos 445.00 6675.00 Meenkarai Road (SH19)

Providing and Fixing of Road Furnitures at Km 20/2 of 2 37-A Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 13 Nos 445.00 5785.00 Meenkarai Road (SH19)

Providing and Fixing of Road Furnitures at Km 20/6 of 3 37-B Avinashi - Tirupur - Palladam - Pollachi - Cochin (via) SH 10 Nos 445.00 4450.00 Meenkarai Road

Providing and Fixing of Road Furnitures at Km 16/2-16/300, 4 37-D 16/6-16/8 & Km 17/0-17/2 of Avinashi - Tirupur - Palladam SH 15 Nos 445.00 6675.00 - Pollachi - Cochin (via) Meenkarai Road

Avninashi (H), C&M Sub - Division

Providing and Fixing of Road Furniture to Salem - Cochin road 1 39-B NH 47 abandoned stretch (Avinashi town) at km 119/6 & SH 323.00 Nos 445.00 143735.00 120/2

Sl. Package Estimate Provition Name of Work Classification No No Quantity Unit Rate Estimated Amount Kangayam (H), C&M Sub - Division

Providing and Fixing of Road Furniture in Km 16/2 of Tirupur 1 42-B SH 27.00 Nos 445.00 12015.00 - Kangayam road (SH 172)

SPECIAL CONDITIONS OF CONTRACT

The special Conditions described hereunder shall have the meaning and intent out lined as per P.S. to S.S.R.B. The tenderer‟ s quoted rate shall be inclusive of all the elements and costs required to comply with the special conditions. The special conditions comprise of two parts viz, i) 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‟ latest Revision 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. 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, MORT&H Specification, IS Specifications and SSRB. Where even these are silent, the construction and completion of the works shall conform to sound engineering practice and, in case of any dispute arising out of the Interpretation of the above, the decision of the Engineer-in-charge shall be final and binding on the contractor. These shall be deemed to be bound to this document and becomes part and parcel of agreement. 2. COMMERCIAL CONDITIONS

No materials will be supplied by the department. The contractors have to procure all the materials and use it on the work.

All materials, including steel and cement confirming to relevant standards, specifications and guidelines, shall be procured.

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

The steel should be procured from the authorized dealers.

M-Sand should be procured from the PWD approved M- Sand plant.

All the requisite tests to ensure quality of water for mixing and curing have to be carried out before acceptance and certified.

The contractors have to produce the Test Certificate confirming to IS and other accepted Codes and Standards in support of the quality of materials procured. If the materials are found to be substandard or not confirming to the prescribed test standards, the same will be rejected without any claim for damages whatever.

The quoted rate shall be inclusive of cost of steel, cement and all other materials required, conveyance, handling and storage charges and other requisites as contained as per PS to SSRB.

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 or by email before the expiry of a period of 36 (thirty six) months (Defects Liability Period) from the completion of the work for major works like formation of road, improvements, strengthening and widening works.

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 or by email before the expiry of a period of 60 (sixty) months (Defect Liability Period) from the completion of Minor, Major bridge, Culvert, Retaining Wall and Drain works or structure involved road works. The defect liability period for each work in the package, shall commence from the last date of check measurement of the individual work and any defect noticed within a period of 3years for road works / 5years for structural works and structure involved road works.

During the Defect Liability Period, the contractor is fully responsible for any loss or expenditure incurred to rectify any defect noticed due to faulty workmanship by the contractor or substandard materials used by the contractorshall be repaired / restored at the cost of the contractor within the time specified on a notice being issued by the Divisional Engineer. If the contractor fails to comply with the notice, the Divisional Engineer reserves the right to carry out the repairs / restoration by employing other agencies and any expenditure incurred to rectify / restore, shall be set off from the deposit and / or any monies due to the tenderer as per PS to SSRB.

In the event of the contractor failing to rectify the defect or damages within the period specified by the Divisional Engineer in his notice aforesaid, the Divisional Engineer 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 cost of the contractor and the same will be reflected in the performance rating of the contractor.

The withheld amount (2.5%) will be retained for 6 months after date of completion of work and released after expiry of the above 6months for Non Plan works.

At the time of making final payment for major works like formation of road, improvements, strengthening and widening works, 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 materials 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 and any defect noticed within a period of 3 years shall be repaired / restored at the cost of the contractor or any expenditure incurred to rectify / restore shall be debited from the deposit and individual indemnity bond has to be executed for each work on the completion of one year from the date of completion of that particular work. At the time of making final payment for of Minor, Major bridge, Culvert, Retaining Wall and Drain works or structure involved road works 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 executes an indemnity bond for a further period of three years indemnifying the Government against any loss or expenditure incurred to rectify any defect noticed due to faulty workmanship by the contractor or substandard material‟ s used by the contractor.

The withheld amount 2 1/2 % will be released along with final bill on approval of completion certificate for the package by the competent authority and balance withheld amount2 1/2 % of the package will be released after completion of 12 months for Road Works / 24 months for structural works and structure involved Road Works from the date of completion of the package provided that the contractor execute an indemnity bond for a further period of two years for Road Works / 3 years for structural works and structure involved Road Works respectively indemnifying the Government against any loss or expenditure incurred to rectify any defect noticed due to faulty workmanship by the contractor or substandard materials used by the contractor.The sectional completion certificate shall be applicable only for that individual work of the package to which it is issued.

4. The Security Deposit will be released along with the release of final withheld amount.

5. Making final payment shall not discharge or release thecontractor from his / her responsibilities and liabilities under the contract.

6. 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.

7. 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, 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. 8. Any amount due from the contractor which he has failed to remit after the notice from the Engineer-in-charge shall be caused to be recovered from the dues to be paid by the department to the contractor in other divisions or other wings of the department or Under Tamil Nadu Revenue Recovery Act as if it was an arrear of land revenue.

9. 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 table 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 specified in the agreement.

One B.E Degree Holder (or) Up to One Diploma Holder in Civil Engineering Rs.2.00 Crore. with Five years experience in similar works One B.E Degree Holder in Civil Above Engineering with one-year experience in Rs.2.00 Crore similar works and upto One Diploma Holder in Civil Engineering Rs.10.00 Crore. with five years‟ experience in similar works One B.E Degree Holder in Civil Above Engineering with one year experience in Rs.10.00 Crore upto similar works and Two Diploma Holders in Civil Engineering Rs.50.00 Crore. with five years‟ experience in similar works Two B.E Degree Holders in Civil Above Engineering with one year experience in Rs. 50.00 Crore upto similar works and Four Diploma Holders Rs.100.00 Crore. in Civil Engineering with five years‟ experience in similar works Three B.E Degree Holders in Civil Above Engineering with one year experience in Rs. 100.00 Crore upto similar works and Six Diploma Holders in Rs. 200.00 Crore. Civil Engineering with five years‟ experience in similar works Four B.E Degree Holders in Civil Above Engineering with one year experience in similar works and Eight Diploma Holders Rs. 200.00 Crore. in Civil Engineering with five years‟ experience in similar works 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.

10. Income Tax shall be recovered from all interim bills and final bill of the contractor at such rates which the Government may by notification fix from time to time.

11. 2% of Tax Deduction at Source on GST will be deducted in each bill and deposited through the GSTN Portal by the Divisional Engineer, as per Proceedings F. No. S. 31011/11/2018 – ST-I-DoR, dated 14.09.2018 of Ministry of Finance, Government of made.

13.SETTLEMENT OF DISPUTES / CLAIMS BY A CIVIL COURT

All the claims including the disputes or the differences shall be claimed before the competent authorities within the completion of the work or before receiving the final bill. The claims submitted after the above period shall be rejected. The unsettled claims only will be treated as disputes.

The above unsettled claims between the parties to the contract either during the progress or on 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. SETTLEMENT OF CLAIMS BY THE ARBITRATOR

If the monetary value of the unsettled claim is less than Rs. 2.00 Lakhs (Rupees Two Lakhs Only), the unsettled claim shall be referred for arbitration to a sole Arbitrator. The Superintending Engineer (Highways), C&M, Chennai 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 and further amendments.

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 the 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. The work has to be completed as per the mile stone fixed in the tender document. If any failure in this regard penalty will be levied as per G.O.Ms.No.281/ Highways & Minor Ports (HF-1) Department, Dated.13.09.2010.

16.1.Condition for claims of Contractor on account of losses due to unprecedented floods and other acts of God.

The contractor should arrange to insure the work as risk insurance at his/her cost against any losses due to damage of nature calamities like unprecedented floods, cyclone, fire, lightning, earth quakes, volcanic eruption and other convulsion of nature. The Government will not be responsible for such losses and the Government is not liable to pay any compensation towards such losses sustained by the contractor.

16.2 During the period of contract, from commencement to completion and up to the expiry of observation period, the work and work site 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 ensure safety to the road users and to prevent accidents or loss or damage and shall be liable for any accidents or damage or loss that may happen to the works or in work site or due to work or any part including the departmental tools and plant thereof from any cause whatsoever and shall at his/her own cost take remedial action or 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.

17. Conditions for Risk Insurance for Labour and Materials

The contractor should make his/her own arrangement for the safety and security of the labours and materials at his/her own risk and cost and he/she is strictly instructed to insure for the labours and cost of materials. The department will not be held responsible for the accidents or unprecedented incidents if any occurred and compensation will not be paid for such accidents and it should be borne by the contractor.

18. Condition for protection of Telecom Cables & EB cables

During execution of work, if the contractor causes to the damages to the property of the Telecom Department and TNEB, then the Contractor will have to pay penalty to those departments to extend of the loss incurred for the said damages and the contractor should help those departments to temporarily restore it immediately. Sufficient care should be taken for safety of the Government Properties.

19. Condition for Damages to Drinking Water Pipe Lines (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 immediately or within a week‟ s time / (vide the Government Letter No. 6675 /HS- 2/2001-1, Dated 18.4.2001 communicated in the Chief Engineer (General) Highways, Chennai-5. Memo No. 19690 / Salai-1 / 2001, Dated 07.07.2001.

20. Mobilization 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 Mobilization 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.

21. Condition for Shifting of E.B. Poles and Transformers

Whenever shifting of E.B. poles and transformers involved, it is the responsibility of the Contractor to shift the E.B. poles and transformers without affecting the progress of work as per agreement, under the supervision of E.B. authorities, as per G.O. Ms. No. 26, Highways and Minor Ports (HF-1) Dept, Dated 9.02.2011. Payment will be made to the contractors for shifting of E.B. poles based on the estimate sanctioned by the E.B. authorities, and subsequent Demand notice from them. Following the standard procedures.

22. Condition for Additional Security Deposit : On evaluation of the Tender if it is found that the overall quoted amount of the Tender under consideration is less by 5 to 15% of the Estimated amount, the tenderer should pay an Additional security at 2% of the estimated Value. If the Tender discount is more than 15% the tenderer should pay an additional security at 50% of the difference between the quoted amount and estimated amount. Failure to furnish the additional security as mentioned above while executing agreement shall entail cancellation of award of Contract and forfeiture of E.M.D. furnished.

23. Condition for engaging construction workers.

All Contractors and Sub-Contractors hired by main contractors shall engage construction workers registered with the Construction Workers Welfare Board as required under the Building and Other Construction Workers (Regulation of Employment and Conditions of Service) Act, 1996 (Central Act 27 of 1996).

(G.O.Ms.No.309, Finance (Salaries), 17th October 2017) (vide Tamil Nadu Government Gazette No.332, 17th October 2017)

Superintending Engineer (H), C&M, Circle, Tirupur. CONDITIONS FOR GST a. The Government of Tamil Nadu has notified vide G.O. Ms. No. 264, Finance (Salaries) Department, dated 15.09.2017 that the Goods and Services Tax on Works Contract for any Government work (whether Civil or Electrical work) is fixed at 12% (CGST at 6% + SGST at 6%). b. Tender evaluation should be done as per Government of Tamilnadu Finance (Salaries) Department Letter No. 330/Secy.(Expr)/2017, dated 13.09.2017. c. As per Notification No.31/2017-Central Tax (Rate) dated 13.10.2017, the concessional rate of GST at 12% (CGST at 6% + SGST at 6%) is leviable for any Government Contract, whether Civil or Electrical, irrespective of the GST rate applicable on purchase of goods used in the execution of Government Contract. The contractor is eligible to get refund of excess tax paid over or liable to pay tax as per Notification No. 20/2017, Central tax (Rate) dated 22.08.2017, Notification No. 24/2017, Central Tax (Rate) dated 21.09.2017 and Notification No. 31/2017, Central Tax (Rate) dated 13.10.2017. d. Further, for Works Contract services involving predominantly earth works (that is, constituting more than 75% of the value of the works contract), supplied to the Central Government, State Governments, Local Authority, Governmental Authority for Government Entity, shall be taxed at 5% as per Notification No. 31/2017, Central Tax (Rate) dated 13.10.2017. Therefore, for such contract the amount of GST is to be calculated at 5% (CGST at 2.5% + SGST at 2.5%) over and above the Basic rate. e. The Contract Value will include Non-GST taxes, which remain embedded in the input prices, such as taxes on petroleum products as per Government of Tamilnadu G.O.Ms. No.296/Finance (Salaries) Department, Dated 09.10.2017. f. The tenderer whose tender has been accepted and the work order will be issued to the contractor including 12% GST as prescribed by the Contract. g. 2% of Tax Deduction at Source on GST will be deducted in each bill and deposited through the GSTN Portal by the Divisional Engineer as per Proceedings F. No. S. 31011/11/2018 – ST-I-DoR, dated 14.09.2018 of Ministry of Finance, Government of India made h. The GST and rate of Tax Deduction at Source on GST will be operated for the works as per Government order in force during execution and other Circular instructions issued from time to time.

Superintending Engineer (H), C&M, Circle, Tirupur. Special Conditions

1. The Contractor must be a Class-I contractor registered with the Highways Department of Tamil Nadu and shall have a registered office in the state of Tamil Nadu

2. The Contractor should have satisfactorily completed similar works of Road safety as per IRC 67-2012 and IRC-35 2015 specifications for (Road signages and road furniture) for 40% of the tender value from State Highways Department of Tamil Nadu/ Airport in any one year within the last 5 years. Work Completion Certificate shall be submitted by the Contractor along with the bid document.

3. Contractor shall have an established Traffic Sign Shop Facility in the state of Tamil Nadu, equipped with Plotter Cutting Machine, Roller Applicators, Screen Printing facility etc., complete & proof of ownership shall be furnished along with the bid. Documentary evidence for Fabrication Yard of minimum 1000 Sq.mtr area in single piece in Tamil Nadu

4. The Contractor shall be an Authorized Converter of Original Sheeting Manufacturer and shall submit the current/valid authorization Certificate. The Contractor shall submit a Pre-Qualification Warranty Certificate in original for 10 years for Type XI sheeting and shall submit actual warranty for same number of years post completion of work. Test reports authorized by the original sheeting manufacturer to be submitted along with same mandatorily. Any authorization from the distributor will not be accepted.

5. The Contractor shall own/lease a capable Digital Printer machine with Latex printing platform for better outdoor performance mandatorily for sign manufacturing and a purchase invoice/lease copy must be produced. The sign boards produced should meet IRC-67 2012 guidelines and ASTM D-4956 requirement of coefficient of retroreflection for 70% of the Ra values mentioned in the IRC- Table 6.9. Green guard and Eco-logo certificate for the latex printing machine to be submitted along with the bid document.

6. Bids from Joint Ventures will not be accepted for this work

7. ISO Certificate of the original sheeting manufacturer to be submitted along with the bid

8. The Contractor shall submit a Pre-Qualification Warranty Certificate for 10 years for the retro reflective signs using Type XI sheeting shall submit actual warranty post completion of work, 10 years for Type XI Retro Reflective Sheeting conforming to IRC and ASTM standards. 9. An undertaking from the contractor that if selected as the contractor, the supply and installation of all products including the retro reflective sign boards will be strictly conforming to the tender specifications and shall obtain and submit Warranty Certificate of the retro reflective signs as required in clause No. 801.3.11 of MoRTH specifications and as per clause 6.9 of IRC 67 – 2012, to the Engineer, immediately after the completion of work.

10. As per clause 6.7 of IRC 67-2012 and ASTM D 4956-09 specification, a certified copy of test reports from an independent test laboratory having the Retro Reflective sheeting tested for coefficient of retro reflection, daytime colour and luminance, shrinkage, flexibility, liner removal, adhesion, impact resistance, specular gloss and fungus resistance, 3 years outdoor weathering conducted exposures in locations with climatic type shown table 14 of ASTM D 4956-09 ie, in Tropical Summer Rain and in Desert and its having passed these tests shall be submitted by the contractor along with the technical bid. The report shall be attested by the retro reflective sheeting manufacturer, the performance reading after three years, must be at least 80% of the minimum values mentioned in table 10 of ASTM D 4956-09 and outdoor weathering test criteria as per Clause 6.4 and Table 14 of ASTM D 4956-09 for Type- XI sheeting performance and as per IRC clause 6.7 of outdoor weathering.

11. Supplied and Installed the Retro-Reflectorized Overhead Gantry and Cantilever Sign Boards shall be tested using a Reflecto Meter on a random basic at the completion of the project, the Retro-Reflective Sheeting shall be covered under 10 Years warranty issued for field performance and certificated copy of 3 Years outdoor exposure report shall be obtained as per IRC 67-2012 (as per MORT&H Specification No.801) Retro-Reflectorized Over Head Gantry and Cantilever Signboards shall be tested using a Reflectometer on a random basis at the completion of the project.

12. The applicant should have successfully completed as a main supplier, with in last three years, of at least one contract valued at (Total bid value) with Type XI sheeting with nature and complexity similar to the scope of this tender. Tender conditions for Type XI Retro Reflective Signs

1. The contractor shall obtain from the sheeting manufacturer of Retro Reflective Sheeting, a Pre-Qualification Warranty certificate for ten years satisfactory field performance including stipulated retro reflectance of the retro reflective sheeting to be used shall be enclosed during Bid Submission.

2. Product Conformance Certificate in original from the manufacturer of retro reflective sheeting stating that the material offered for this tender, conforms to the standards / specifications of retro reflective sheeting as given in this tender and is part of the original warranty shall be submitted.

3. A certificate of having tested the sheeting for following properties and its having passed these tests shall be obtained from a reputed test laboratory, by the manufacturer of the sheeting.

(i) Coefficient of Retro Reflection

(ii) Day time color & luminance

(iii) Accelerated outdoor weathering

(iv) Colourfastness

(v) Shrinkage

(vi) Flexibility

(vii) Liner Removal

(viii) Adhesion

(ix) Impact resistance

(x) Specular gloss

(xi) Night time color

The sheeting manufacturer shall also provide test data showing that has met the requirements for 36 months of accelerated outdoor weathering. The test data shall be gathered in accordance with ASTM D 4956 and shall be performed by an independent agency. The above test certificate having Ra values for all colors as per IRC 67/ ASTM D 4956 shall be uploaded during the bid submission.

4. Test Report from the Reputed Indian Laboratory like ARAI, CRRI for Indian Lab report for Type XI Retro reflective sheeting is to be enclosed during Bid Submission 5. The Retro reflective surface after cleaning with soap and water and in dry condition shall have the minimum co-efficient of retro reflection for Type XI sheeting as given in Table 6.9 of IRC 67 2012 and ASTM D 4956. At the end of 10 years the sheeting shall retain at least 80% of its original retro reflectance values.

6. Color shall be and shall conform to the requirements of Table II as per ASTM D 4956 Specification. Conformance to color requirements shall be determined spectrophotometrically in accordance with ASTM E 1164.

7. The manufacturer of the sheeting, process inks, overlay films for use in production of finished traffic control devices shall be based in India. The manufacturer of the retro-reflective sheeting shall be an ISO 9000 certified company (certificate to be submitted along with the bid).

8. The Contractor should be an experienced Sign Maker and having necessary infrastructure for making quality signs. They should be possessing equipment‟ s like HSRA, Plotter Cutter, Screen Printing Facilities and etc. They shall provide anAuthorization Certificate as they are Approved Converter from a reputed sheeting manufacturer and the same shall be submitted with the bid.

9. Supplied and Installed Retro-Reflective Signboards shall be tested using a Reflectometer on a random basis at the end of 1st year, 3rd year, 5th year and 7th Year for Retained Reflectivity - Ra values of Type XI Retro Reflective sheeting as per table 6.9 of IRC 67 2012 Specifications

10. As per clause 6.7 of IRC 67-2012 and ASTM D 4956-09 specification, a certified copy of test reports from an independent test laboratory having the Retro Reflective sheeting tested for coefficient of retro reflection, daytime colour and luminance, shrinkage, flexibility, liner removal, adhesion, impact resistance, specular gloss and fungus resistance, 3 years outdoor weathering conducted exposures in locations with climatic type shown table 14 of ASTM D 4956-09 ie, in Tropical Summer Rain and in Desert and its having passed these tests shall be submitted by the contractor along with the technical bid. The report shall be attested by the retro reflective sheeting manufacturer, the performance reading after three years, must be at least 80% of the minimum values mentioned in table 10 of ASTM D 4956-09 and outdoor weathering test criteria as per Clause 6.4 and Table 14 of ASTM D 4956-09 for Type- XI sheeting performance and as per IRC clause 6.7 of outdoor weathering. 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 P.S. to S.S.R.B and he/she is requested to provide at his own expenses the following amenities to the satisfaction of Divisional Engineer (H).

1.1 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.

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 properly chlorinated before water is drawn from it for drinking. All such wells shall be entirely closed and provided with a trap door which shall be dust and water proof.

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. 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.

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 : 3 seats. 50 but 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. All latrines should be provided with water flushed latrines connected with a proper sewage system. The contractor shall also employ adequate number of scavengers and conservancy staff to keep the latrines and urinals in a clean condition.

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.

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.

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

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.

Superintending Engineer (H), C&M, Circle, Tirupur.

DECLARATION

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.

Station : Signature of theTenderer Date :