Sei sulla pagina 1di 79

`FORM.

14

FRONT COVER PAGE TO TENDER DOCUMENTS


TAMIL NADU HIGHWAYS DEPARTMENT

TENDER DOCUMENT

NAME OF WORK : Widening From Single Lane to Intermediate Lane in


Km 6/2 to 19/2 & Improvements in Selected Stretches
Km 6/0-10/0, 13/6-14/0, 15/2-17/0 & 18/0-19/2 of
Singampunari V.Pudur road

SERIAL NO : 7

NO.OF PAGES : 78

NO.OF DRAWINGS : Nil

PRICE : Rs. 15,000 + 600 = Rs. 15,600/-

ISSUED BY : DIVISIONAL ENGINEER (NH )


SIVAGANGAI DIVISION ,

SOLD TO THIRU. / M/S. :

DATED INITIAL OF OFFICER:

DIVISIONAL ENGINEER (NH )


SIVAGANGAI DIVISION ,
TENDER

ISSUED TO THIRU

To
The Superintending Engineer
(National Highways)
Madurai -20.

Sir,
I / We do hereby tender and if this Tender be accepted undertake to execute the
following work viz “Name of Work: Widening From Single Lane to Intermediate Lane
in Km 6/2 to 19/2 & Improvements in Selected Stretches Km 6/0-10/0, 13/6-14/0,
15/2-17/0 & 18/0-19/2 of Singampunari V.Pudur road 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 .

at estimate rates or

at percent below estimate rates or

at percent above estimate rates indicated in Schedule-A.

I/We hereby agree that when works are executed by way of alterations of, additions to
omissions and or any new items not contemplated in the bid document, rates for these items
derived as laid down in clause 110-04 of P.S. to S.S.R.B.

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

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

I/We, enclose herewith a Chalan No._____________________ Dated: ___________ for


the payment of the sum of Rupees ___________________ as earnest money remitted at
__________________ Treasury under revenue deposit. If my/our tender is accepted, the
earnest money may be retained by the Department as security deposit for the due fulfillment of
the contract by transferring the same to the credit of the Divisional Engineer (National
Highways) Division. If upon intimation being given to me/us by the Superintending Engineer of
acceptance of my/our tender, fail to attend the said office on the date fixed therein, or if I/We fall
to make the further security / additional security deposit as may be intimated and enter into the
required agreement, then I/We agree to the forfeiture of the earnest money not as a penalty but
in payment of liquidated damages sustained as a result of such failure.

Address to which intimation/notice is to be sent.

I/We fully understand that the written agreement to be entered into between me/us and
the Government shall be the foundation of the rights of both the parties and contract shall not be
deemed to be complete until the agreement has first been signed by me/us and then by the
proper officer authorised to enter into contract on behalf of Government.

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

Name Qualification

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

Name of the members of Technical Staff proposed Qualification


to be employed

SIGNATURE OF THE CONTRACTOR

Station :

Date :
Sold to Thiru

TENDER NOTICE

1. For and on behalf of the Governor of Tamil Nadu, sealed cover containing
(i)prequalification Tender with E.M.D. in a separate inner cover and (ii) bid documents
with precentrage in another sealed inner cover will be received by the Superintending
Engineer (National Highways Madurai) at his Office upto 3.00 p.m. (Office Clock) on
03.03.2011 For the work of “Name of Work: Widening From Single Lane to
Intermediate Lane in Km 6/2 to 19/2 & Improvements in Selected Stretches Km
6/0-10/0, 13/6-14/0, 15/2-17/0 & 18/0-19/2 of Singampunari V.Pudur road

2. The tender should be in the prescribed form obtainable from the Divisional Engineer
( National Highways) SIVAGANGAI Division upto 28.02.2011 on all working days
during the office hours.

3. The prequalifiaction documents cover alone will be opened by the Superintending


Engineer (National Highways) Madurai at his office at 3.15 p.m. as per the Office
Clock, on the same day (i.e) on 03.03.2011 . The Bid document cover of the
qualified bidders will be opened after intimating the date and time to them. The
unqualified bidders document bid covers will be returned un opened.

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

5. Tenders must be submitted in sealed covers and should be addressed to the


Superintending Engineer (National Highways) MADURAI-20. The name of the tenderer
and the name of the work shall be noted on the cover.

6. If the tender is made by an individual, it shall be signed with the full name and his
address shall be given. If it is made by a firm, it shall be signed with the co-partnership
name, by a member of the firm, who shall also sign his own name and the names and
addresses of each member of the firm shall be given. If the tender is made by a
corporation, it shall be signed by duly authorised Officer who shall produce with his
tender satisfactory evidence in support of his authorisation. Such tendering corporation
may be required before the contract is executed, to furnish evidence of its corporate
existence.

7. The tenderers who have registered in the Highways Department under category Class I
and above (State level) are eligible to tender for this work as already notified in the
tender notice.
8.1. Each tenderer must send a certificate of Income Tax Verification from the
appropriate Income Tax authority in the form prescribed there for. This certificate
shall have validity for one year from the date of issue for all tenders submitted
during the period.

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

8.3. In case of proprietory or partnership firm it will be necessary to produce the


certificate for the proprietor or proprietors and for each of the partners as the case
may be.

8.4. If the tenderer is a registered contractor in the department and if certificate for the
current year had already been produced during the calendar year in which the
tender is made, it will be sufficient if the particulars regarding the previous occasion
in which the certificate was produced are given. However a Xerox copy of the
certificates shall be furnished.

8.5. All tenders received without certificate of Income Tax Clearance and Sales Tax
Clearance are liable to be rejected.

9.1 Each tenderer must pay as Earnest Money Deposita sum of


Rs.3,38,000/- (Rupees Three lakhs and Thirty Eight thousand only)
In any form of a security such as (1) National Savings Certificate pledged in favour
of Divisional Engineer (NationalHighways) SIVAGANGAI Division and not in
favour of Governor etc., (2) Demand Draft from Nationalised scheduled Bank in
favour of the Divisional Engineer (National Highways) SIVAGANGAI Division (3)
Indra Vikas Patras which have not matured for payment along with a covering letter
giving numbers of those patras and also noting the name of tenderer in the back
side of patras and enclosed with his tender (4) Kisan Vikas Patras duly pledged in
favour of the Divisional Engineer (National Highways) SIVAGANGAI Division
subject to the condition that the short term securities obtained shall be kept valid for
reasonable tenure till decision of tender is finalised. If the National Savings Scripts,
Postal Scripts, Post Office Savings not pledged in favour of Divisional
Engineer(National Highways) SIVAGANGAI Division are enclosed with pledge
forms signed by the contractor without actually pledging, the tender will be
summarily rejected. The Earnest Money Deposit will be refunded to the
unsuccessful tenderers on application after the decision on the tender is taken or at
the expiration of 120 days from the date of tender whichever is earlier. This refund
will be authorized by the Divisional Engineer (National Highways) SIVAGANGAI
Division . The Earnest Money Deposit will not be received in cash or currency notes
or Cheques or bank guarantee or Prize Bonds or IPOS or Bank Drafts from non-
scheduled bank. The successful tenderer should replace the E.M.D
(furnished in modes other than bank guarantee wherever provided for) in the form of
small savings scripts/ deposits accounts etc. duly pledged in favour of the Divisional
Engineer (NH) SIVAGANGAI The tenders who furnish Earnest Money Deposit in
the shape of Indra Vikas Patras should note their name in the backside of the Indra
Vikas Patras and also they should enclose a letter along with their tender noting the
Registration Number of the Indra Vikas Patras enclosed with the tender.
(For works with a value upto Rs. 50.00 Lakhs):

9.2 The E.M.D. will not be accepted in the shape of bank guarantee. Tender with EMD
in the shape of bank guarantee shall be rejected.

(For works with a value of above Rs. 50.00 Lakhs:

9.2.1 The Earnest Money Deposit in the shape of bank guarantee issued by approved
and scheduled banks will be accepted.)

9.3 Tenders not accompanied with the notified Earnest Money Deposit in the
acceptable form shall be rejected.

9.4 Earnest Money Deposit will be retained in the case of successful tenderer and
will not carry any interest. It will be dealt with as provided in the tender.

10.1 The successful tenderer will be notified by a letter sent by registered post to the address
shown on his tender that his tender has been accepted. The tenderer shall attend the
Office of the Superintending Engineer(NH) Madurai on the date fixed by written
information to him. He shall, forthwith upon intimation being given to him by the
Superintending Engineer (NH) Madurai of acceptance of his tender, sign an agreement
in the proper departmental form for the due fulfillment of the contract.

A further security deposit of Rs.9,71,000/- (Rupees Nine Lakhs and Seventy one
Thousand only) or such other sums as will be intimated to him shall be furnished in
the shape of small savings scripts.

This security deposit together with the Earnest Money Deposit and the amount withheld
according to the clause 110 of the Preliminary Specification to S.S.R.B. shall be retained
as security for the due fulfillment of this contract. If, upon intimation being given to the
successful Tenderer by the Superintending Engineer(National Highways) Madurai, Circle
of acceptance of his tender, the tenderer fails to make the further security deposit and or
additional security deposit and to enter into the referred agreement, it will be considered
as just cause for the annulment of the award of contract and the said earnest money
referred in clause 9.1 of the tender notice shall be forfeited, not as a penalty but in
payment of liquidated damages sustained as a result of such failure.

10.2 The written agreement to be entered into, between the contractor and Government
shall be the foundation of all rights of both the parties and the contract shall not deemed to
be complete until the agreement has first been signed by the contractor and then by the
proper Officer authorised to enter into contracts on behalf of the Government of Tamil
Nadu.
11. The Preliminary specifications to the Standard Specifications for Roads and Bridges
construction shall form an inseparable condition of the contract in all agreements entered
into by the contractor for execution of work for the Tamil Nadu Highways Department.
12. For items of works in buildings and structure not covered by the specifications, relevant
items from Tamil Nadu Building Practice, National Building Code as amended from time
to time shall apply.
13. The tenderer shall examine closely the SSRB, MOST and TNBP and also the Standard
Preliminary Specifications to SSRB contained therein before submitting his tender which
shall be for finished work in situ. He shall also carefully study the drawings and
descriptive specifications supplementing Schedule-A and all documents which form part
of the agreement to be entered into by the accepted Tenderer. It shall not be necessary
to append these Standard Specifications and codes with the bid documents and they shall
be deemed to be inseparable part of bid document and agreement to be entered into.

14. The tenderer's attention is directed to the requirements of materials under the clause
"Materials and the Workmanship" in the Preliminary Specifications, SSRB, MOST
confirming to the Specification of the Bureau of Indian Standard and Indian Roads
Congress shall be used in the work and the Tenderers shall quote his tender percentage
accordingly.
15. Every tenderer is expected before quoting his tender percentage to inspect the site of the
proposed work. He should also inspect the quarries and other sources of materials and
satisfy himself about the name of quarries, Kilns etc., where from certain materials are to
be obtained as given in the descriptive specification sheet.

15.2 The best class of materials to be obtained from the quarries and other sources
designated shall be used on work. In every case the materials must comply with the
relevant Standard Specifications. Samples of materials as called for in the Standard
Specifications or in the tender notice or as required by the Divisional Engineer(National
Highways) in any case shall be submitted for the Divisional Engineer's approval before the
supply to the site of work is begun.

16. The Government will not however, after acceptance of the tender, pay any extra for lead
or for any other reasons in case the contractor is found later on to have misjudged the
quality or quantity of materials available. Attention of the contractor is directed to the
Standard Preliminary Specifications regarding payment of seigniorage, tolls etc.,
17. The Tenderer's particular attention is drawn to the sections and clauses in the Standard
Preliminary Specifications dealing with:
1. Test inspection and rejection of defective materials of work.
2. Carriage.
3. Construction plants.
4. Water and lighting.
5. Clearing up during progress and for delivery.
6. Accidets.
7. Delays.
8. Particulars of payment.
17.2 The Tenderer should closely peruse all the specification clauses which govern the
rates for which he is tendering.

18. A schedule of quantities with estimate rates accompanies the tender document. It shall
be definitely understood that the Government does not accept any responsibility for the
correctness or completeness of quantities in the schedule and that this schedule of
quantity is liable to alterations, omissions, deductions, additions at the discretion of the
Divisional Engineer(National Highways) SIVAGANGAI Division or as set forth the
tenderer will how ever base his overall tender percentage, with reference to the
departmental estimate rates indicated in Schedule-A.
19. The tenderers shall quote in the tenders the over all percentage with reference to the
estimate value at which he will undertake to do the whole work subject to the conditions
of contract. The tender percentage shall be written legibly and free from erasures. Over
writings or conversions of figures, or corrections, where unavoidable should be made by
crossing out, initialing dating and rewriting.

20. Tenders not submitted in proper form or within the due time will be rejected. Lumpsum
amounts for items not called for shall not be included in the tender. No alteration which
is made by the tenderer in the tender or the conditions of contract, the drawing,
specifications or quantities accompanying the same will be recognised and if any such
alterations are made, the tender will become invalid.
21. The attention of the tenderers is drawn to the contract requirements as to the time of
commencement of work. The rate of progress and the dates for completion of the whole
work and the several activities shall be as indicated below. The date of commencement
of this Programme will be the date on which the site (Premises) is handed over to the
contractor. The time fixed for completion of the entire work shall be 12 Months.
PROGRAMME FOR COMPLETION OF WORK:
Sl. Period (Cumulative from the date of
Milestone fixed for completion.
No. handing over the site)
1. At the end of 3nd Month Preliminary arrangements and 25 %
of the work should be completed.
2. At the end of 6rd Month Preliminary arrangements and 50%
of the work should be completed.
3. At the end of 9 th Month Preliminary arrangements and 75%
of the work should be completed.
4. At the end of 12 th Month 100% of work should be completed in
all respects.

22. No part of the contract shall be sublet without written permission of the Divisional
Engineer (National Highways) nor shall transfer be made.
23. If any further information is required the Divisional Engineer (National Highways)
SIVAGANGAI Division will furnish such information but it must be clearly understood
that tenders must be fully in order and according to instructions.
24. The Superintending Engineer (National Highways) Madurai or other competent authority
reserves the right to reject any tender or all the tenders without assigning any reasons
therefore.
25. The tenderer submitting a quotation which the tender accepting authority considers
excessive or indicate of insufficient knowledge of current prices or definite attempt at
profiteering, will render himself liable to be debarred as the accepting authority may
decide. The percentage should be based on the controlled prices under the provision of
clause 6 of the Hoardings and Profiteering Preventive Ordinance 1943 as amended
from time to time and similar principle in regard to labour and supervision in the
constructions.
26. A statement giving brief particulars of equipment and resources that will be but at the
disposals in respect of the following classifications should accompany the tender.
a. EquipmentTransport for materials Lorries concrete
Mixers etc.
b. Organisation 1. Technical
Unskilled
c. Methods that will be accepted to speed up the work for the entire
completion within the prescribed time.

27. No foreign exchange would be released by the Government for the purchase of plant
and machinery for the work.
28. The tenderer shall also submit the detailed working drawings with sequence of
construction required for each stage of work regarding foundation, substructure and
superstructures. The tenderer shall submit list of machineries, required, the source and
availability.
29. The contractor's quoted tender percentage shall be inclusive of all taxes duties, fees,
tolls, insurance, contribution to labour welfare fund and others if any which he has to pay
to the Government and other bodies as the concerned laws would require.
30. The levels 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.
31. The tenderer must submit a detailed specification of materials and the tests to be
conducted to ensure the quality of materials proposed to be used in the construction.

32.1 The traffic will be allowed in the existing road itself during execution and for which no
extra cost will be paid for the inconvenvance.

32.2 The contractor should make traffic barricading providing danger lights and other such
arrangements for the safety of the traffic during execution at his cost.
32.3 The contractor should make his own arrangements to form and maintain the diversion or
approach road for the conveyance of materials to the workspot at his cost and the
department will not make any payment for this item. This should be the responsibility of
the contractor.

33. The validity of tender should be for 120 days from the date of Tender.

34. THE TENDERER SHOULD QUOTE THEIR TENDER PERCENTAGE


BOTH IN WORDS AND FIGURES CLEARLY IN THE TENDER FORM ONLY.

Contractor Superintending Engineer


(National Highways) Madurai.
CONDITIONS FOR RATE OF PROGRESS

1. The time fixed for completion of the entire work shall be 12 Months. The date of
commencement of the Programme will be, the date of on which the site (premises)
is handed over to the contractor.

2. On acceptance of the tender, the sucessfuly contractor shall be furnished a detailed


PERT chart indicating the various actitivites , time schedule proposed etc., for
completion of the works within the notified in the tender schedule.

3. The Engineer-in-charge shall be entilied to suggest modifications in the PERT


chart if need be and the contractor shall comply with the suggested modifications.

4. The PERT chart after modifications if any shall be approved by the Engineer- in –
Charge and shall firm part of the agreement. The PERT chart shall firm the effect of
progress schedule within the meaning of clause. 103-06 of PS to SSRB and form
the basis for involving clause 109 of PS to SSRB.

Contractor Superintending Engineer


(National Highways) Madurai.
SCHEDULE – ‘A’

SCHEDULE OF RATES AND APPROXIMATE QUANTITIES

1. The quantities herein given are there upon which the estimate cost of the work is
based. But they are subject to alterations, omissions, deductions or additions as
provided for in the conditions of this contract and do not necessary show the actual
quantities of work to be done. The unit rates indicated will be modified after applying
the tender percentage either above or below estimate rates and shall govern
payment for extras or deductions for omissions according to the conditions of the
contract, as set forth in the preliminary specifications of the standard specifications
for roads and bridges with the M.O.R.S.T. & H. specifications and other condition of
specifications of this contract.

2. It is to be expressly understood that the measured work is to be taken net


(notwithstanding any coustom or practice to the comtrary) according to the actual
quantities. When in places and finished according to the drawing, or as may be
orderd from time to time by the Divisional Engineer and the cost calculated by
measurement or weight at the resprective prices, without any additional charge for
any necessary or contingment work connected herewith. The rates quoted are for
works in situ and complete in every respect.

3. The description given in Schedule – A are to indicate the item of work only and need
not be construed as full specification. The quoted rate shall be for carrying out the
item as per standards and specifications described in the relevant M.O.R.S.T.H
specification. The contractor shall take no advantage of any apparent error or
omission in the Schedule – A description.

Contractor Superintending Engineer


(National Highways) Madurai.
Schedule – A
Schedule of quantities to accompany the Tender for the work of
Widening From Single Lane to Intermediate Lane in Km 6/2 to 19/2 & Improvements in Selected Stretches Km 6/0-10/0, 13/6-14/0, 15/2-17/0 &
18/0-19/2 of Singampunari V.Pudur road

Rate in
Sl. Probable MORD Unit in
Description of work Amount
No Quantity No Words Figures words

Rupees
Clearing the Heavy Jungle without uprooting One
Two &
1 22782.00 Square Metre including all labour and all other incidental 201 2.60 Square 59233.20
Paise Sixty
charges etc., complete Metre
Only
Excavation including removal and satisfactory
disposal of all materials necessary for the
111,112 Rupees
construction of roadway and side drains in One
202,301 Thirty One
2 16288.50 Cubic Metre accordance with the specifications and the lines 31.60 Cubic 514716.60
302,303 & Paise
and grades and cross sections shown in the Metre
305,900 Sixty Only
drawings or as indicated by the Engineer for Box
cutting
Construction of dry LCC sub base over a
prepared sub grade with coarse and fine
aggregate - conforming to IS:383. The size of
coarse aggregate not exceeding 25mm and Rupees
aggregate Cement ratio notexceeding 15.1, Two
1000 One
aggregate gradation after blending to be as per Thousand
3 1904.00 Cubic Metre 1500 2018.52 Cubic 3843262.08
t£ble 600-1. Cement content not to be less than Eighteen &
1700 Metre
150Kg/m3 optimum moisture to be determined Paise Fifty
during trial length construction. Concrete; Two Only
strength not to be less than 10MPa at 7 day
including forming and curing as per Standard
specification of MOSRT&H (IV revision) 600-1
Construction of granular sub-base as per clause
401-2.1 viz of closed graded meterials as per
Rupees
table 400-1 which satisfy physical standards give
Eight
in cl 401.2.2 and gives the CBR 30% spreading in
Hundred One
uniform layers with motor grader on prepared
4 6855.00 Cubic Metre 401 Forty Two 842.98 Cubic 5778627.90
surface, mixing by Plant mix method with
& Paise Metre
rotavator at OMC, and compacting with smooth
Ninty Eight
wheel roller to achieve the desired density, etc.
Only
complete as per Technical Specification Clause
401
Providing,laying,spreading and compacting
Rupees
graded stone aggregate to WET MIX MECADAM
One
in 250 mm thickness (2 layers of 125mm each)
Thousand
specification including pre-mixing the material 111
One One
with water at OMC in mechanical mix plant 112
5 5655.00 Cubic Metre Hundred 1129.49 Cubic 6387265.95
carriage of mixed material by tipper to site laying 406
Twenty Metre
in uniform layers with paver in sub-base/base 900
Nine &
course on well prepared surface and compacting
Paise Forty
with vibratory roller to achieve the desired density
Nine Only
as per MORT&H 4th Revision-406
Providing and laying Primer coat over WMM
surface using bitumen Emulsion at the rate of 6
Kg per 10 sqm.area including cost and Rupees
111
conveyance of bituminous binder including Thirty & One
112
6 22620.00 Square Metre labour charges for preparing the surface and Paise Sixty 30.67 Square 693755.40
502
applying the required quantity of bituminous Seven Metre
900
binder as tack coat by bitumen sprayer etc Only
complete asper clause 502 of MORTH (IVth
revision)specification
Providing and laying Tack coat over WMM
surface treated with primer using bitumen
Emulsion at the rate of 2.5 Kg per 10 sqm.area Rupees
111
including cost and conveyance of bituminous Eleven & One
112
7 22620.00 Square Metre binder including labour charges for preparing the Paise 11.25 Square 254475.00
503
surface and applying the required quantity of Twenty Metre
900
bituminous binder as tack coat by bitumen Five Only
sprayer etc complete asper clause 503 of MOST
(IVth revision)specification.

Providing and laying Tack coat over existing BT


surface using bitumen Emulsion at the rate of
2.5 Kg per 10 sqm.area including cost and
111 Rupees
conveyance of bituminous binder including One
112 Thirteen &
8 31658.00 Square Metre labour charges for preparing the surface and 13.05 Square 413136.90
503 Paise Five
applying the required quantity of bituminous Metre
900 Only
binder as tack coat by bitumen sprayer etc
complete asper clause 503 of MOST (IVth
revision)specification.

Bituminous macadam of 75mm. thickness which Rupees


work shall consist of construction, in a single Five
course, of compacted crushed aggregates 111,112 Thousand
premixed with bituminous binder 60/70 grade at 501,504 Four One
9 4861.00 Cubic Metre the rate of 3.5 percent by weight of the total mix, 900 Hundred 5470.83 Cubic 26593704.63
to serve as base/binder course, in accordance Seventy & Metre
with the requirement of the specifications and in Paise
conformity with the drawing or as directed by the Eighty
Engineer Three Only
Providing and laying semi-dense bituminous
concrete 25 mm. thick on the prepared surface
with specified grade crushed aggregates for
wearing course with the required quantity of
materials as per job mix formula to be obtained
by the contractor from the competent authority for Rupees
the materials brought to site, loading aggregates One
with F.E.Loader heating aggregates and 60/70 Hundred One
10 54278.00 Square Metre grade bitumen binder in Hot Mix Plant 508 Sixty Two 162.19 Square 8803348.82
transporting the mixed materials with tipper to & Paise Metre
Paver and laying with electronic sensor fitted Ninteen
paver finisher to the required level including cost Only
and conveyance of bitumen which will be
supplied by the contractor including rolling with
proper vibrated Power Roller to achieve the
desired density but excluding cost of tack coat as
per MORT&H specification 508. (IV Revision)
Excavation for side drain and conveyed earth Rupees
from average lead of 1km including removal and One
One
satisfactory disposal of all materials necessary for Hundred
11 983.18 Cubic Metre 114.95 Cubic 113016.54
the construction of road way and side drains in Fourteen &
Metre
accordance with the specification and the lines Paise Ninty
grades and cross section. Five Only

Refilling the excaved earth including removal and


satisfactory disposal of all materials necessary for
Rupees
the construction of roadway and side drains in One
Eight &
12 16288.50 Cubic Metre accordance with the specifications and the lines 301 8.51 Cubic 138615.14
Paise Fifty
and grades and cross sections shown in the Metre
One Only
drawings or as indicated by the Engineer for
forming embankment using box cut earth
Refilling the excavated earth for making up Rupees
berms including spreading the earth and Forty Two One
13 26658.95 Cubic Metre compacting with power roller rolling including all 301 & Paise 42.16 Cubic 1123941.33
labour charges and all other charges as per Sixteen Metre
MORT&H specification (IV Revision) Only
Rupees
Collection & Supply of Carted Gravel for making
One
up berms including conveyance staking and
Hundred One
spreading the gravel and compacting with power
14 2047.00 Cubic Metre 301 Twelve & 112.75 Cubic 230799.25
roller rolling including all labour charges and all
Paise Metre
other charges as per MORT&H specification (IV
Seventy
Revision)
Five Only
Providing and erecting Single sided Double
Guard Rail System comprising of 3mm thick all
"W beams, posts and spacer channels shall be
made by cold roll forming, using HR coils conform
to IS 5986 Fe 410/360." And HO dip galvanized Rupees
having Zinc mass of 550 gms/ Sqm. minimum Four
95cm. above road / ground level fixed on ISMC Thousand One
15 350.00 Running Metre series channel vertical post, 180 x 75 x 5 mm. Five 4581.00 Running 1603350.00
spaced 2 mtr centre to centre, 312mm 83mm Hundred Metre
flange width x 3mm thick, 4318mm. long. Post Eighty One
.directly embedded in the. concrete (M20) pit size Only
350 x 350 x 800mm for alength of 900mm below
ground. All fixing bolts and nuts hot dip
galvanized confirming to IS : 1367 clause 4.6 all
complete as per Technical specifications and as
directed by the Engneer-in-charge.
Road Furnitures
Providing R.C.C. M15 grade precast KM stone of
Rupees
standard design as per IRC 8-1980 and fixing in
Nine One
16 14.00 Numbers position including painting and printing etc., 804 906.00 12684.00
Hundred Number
complete. (as per MORT&H IV specification No.
Six Only
804)
Providing R.C.C. M15 grade precast HM stone of Rupees
standard design as per IRC 8-1980 and fixing in Two
One
17 53.00 Numbers position including painting, printing etc., complete. 804 Hundred 256.00 13568.00
Number
(as per MORT&H IV specification No. 804) Fifty Six
Only
Supplying and installation of delineators (road
way indicators, hazard markers, object markers)
made up of high quality ISI approved impact
resistant cold rolled extruded tube, powder
coated to resist corrosion occurring due to
moisture and it may have auricular / rectangular
cross section, however the side facing the traffic
should not be less than 10 cm. wide. The Rupees
delineators post should be 80-100 cm. On height One
IRC 79
above ground level painted black and white in 15 Thousand
1981 One
18 476.00 Numbers cm. Wide strips fitted with 80x 100 mm. Six 1661.00 790636.00
and Number
rectangular or 75-mm. dia circular reflectorised Hundred
805
panels at the top and the reflectors should have a Sixty One
visibility of at lese 200 mm. under clear weather Only
conditions. Further the post is having an ABS
dust cap on top to avoid dust accumulation inside
the tabular and it is fixed to the ground at
specified locations using mixed concrete with iron
bolts for extra strength upto the required depth
confirming to IRC 79, 1981 and MOSRT&H
Specification 805
Supplying and installation of delineators with the
following specifications MEGALUX-ML-5 The
reflector made of Matax resin. Valuable reflection
area. Reflection Flame-ABS Stay made up of
specialised Extruded aluminium alloy length
320mm width 108mm. Anchor Bolt with Anodized
T-840. yellow colour lens. Total length of ABS
Rupees
stay/holder width 58mm,length 810mmx5Nos. No
One
of Lenses:5 Distance betwveen lenses :58mm. IRC
Thousand One
19 46.00 Numbers Each panel should be designed to attach adhere 791981a 1502.00 69092.00
Five Number
to and should be compatible with concrete safety nd 805
Hundred
barriers guard rails existing structures and
Two Only
pipelines with necessary hardware /frames each
panel should confirm to the retro reflectance and
chromaticity limts specified in the details technical
specifications and as directed by the Engineer
Providing and fixing of retro reflectorised
Cautionary mandatory and informatory sign as
per IRC 67-2001 made of High intensity grade 801
sheeting vide clause 801.3 fixed over Aluminium 112&
20 sheeting 1.5mm thick supported on a mild steel 900
angle iron post 75mm x 75mm 6 mm. firmly fixed IRC 67-
to the ground by means of properly designed 2001
foundation with M15 grade cement concrete
45x45x60cm below G.L etc., complete size
Rupees
Two
Thousand
One
a 14.00 Numbers Village Identification 60X45cm rectangulare Eight 2842.00 39788.00
Number
Hundred
Forty Two
Only
Rupees
Three
Thousand
One
b 130.00 Numbers 90Cm Equilateral Trangle Two 3284.00 426920.00
Number
Hundred
Eighty
Four Only
Rupees
Two
Thousand
One
c 10.00 Numbers 60Cm Circular Nine 2913.00 29130.00
Number
Hundred
Thirteen
Only
Rupees
Two
Thousand
One
d 180.00 Numbers 60X45cm rectangulare (2*5 Chevron boards) Eight 2842.00 511560.00
Number
Hundred
Forty Two
Only
Providing and erecting direction and place
identification retro reflectorised sign as per IRC
:67/2001 made of high Intensity Grade vide
Rupees
clause 801.3 fixed over Aluminium sheeting , 2.0 801
Seven
mm thick with area exceeding 0.9 sqm supported & One
Thousand
21 34.56 Square Metre on a mild stee angle iron post 75x 75 x 6mm 2 IRC 7240.00 Square 250214.40
Two
nos firmly fixed tot eh ground by means of 67- Metre
Hundred
properly designed foundation with Ml5 grade 2001
Forty Only
cement concrete 45x4 x 60cm 60cm below
ground level etc., complete as per MOSRT & H
Specification(For area more than 0.90 sqm)
Providing and fixing of RCC Guide post of size
0.20 x 0.20 x 1.20 m with M15 grade (1:2:4 mix
using 20mm ISS HBG metal) concrete with
precasting including earthwork excavation in all
classes of soils of size 0.40 x 0.40 x 0.50m and Rupees
PCC M15 grade concrete 1:3:6 mix with 40mm Nine
One
22 500.00 Numbers ISS HBG metal including fixing the precasted Hundred 942.00 471000.00
Number
guide posts in position including cost of steel Forty Two
fabrication curing painting two coats in all faces Only
painting letters fixing reflectors in the two faces
conveyance to correct location and all other
incidental charges etc complete as directed by
Engineer in charge
803
Painting centerline, road marking 100mm. width 112
thermoplastic paint in hot application with hand 900
Rupees
propelled road marking machine 2.5mm. thick One
including cost of all ingredients such as pigment, Seven
23 80.00 Square Metre 705.00 Square 56400.00
Hundred
extender, fine aggregates, stand oil, balloters metre
Five Only
glass beads as per IRC 35 – 1997 including
labour and hire charges for machineries etc. as
per MOSRT&H specification - IV Revision
Providing and fixing unidirectional reflective
pavement market (RPM) or road studs bounded
to or anchored within the road surface for lane
marking and delineation for night time visibility
with plastic body ol RPM/ road studs molded from
ASA (Acrylic strene Acrylonitirite} or HIPS (High
impact polystyrene). The marker shall support a Rupees
load ol 13635 kg tested in accordance with NHAI A- Three One
24 180.00 Numbers 300.00 54000.00
ASTMD 4280. Reflective panels shall consist of 8 Hundred Number
number of lenses containing single or duel Only
prismatic cube capable of providing totaj internal
reflection of the light entering the lens face.
Lenses shall be moulded of methyl
methecrylatecon forming to ASTMD 788 or
eqivalent etc (as per techinical specification of
NHAI A -8)
Retaining Wall

Earthwork excavation in all classes of soils


except hard rock requiring blasting & depositing
on bank with all leads and lifts as per
SS20B,including cost of all labour, equipments
Rupees
and all incidental charges such as providing
Sixty Three One
and maintaining necessary cofferdams,
25 418.00 Cubic Metre 304 & Paise 63.20 Cubic 26417.60
sheeting, shoring, bracing and their subsequent
Twenty Metre
removal,removal of all logs, bracing & and their
Only
subsequent and obstructions, trimming bottom of
excavation backfilling, and clearing the site and
disposal of all surplus materials etc.,complete
as per relevent standard specification for
Retaining Wall
Vibrated Cement Concrete of grade M15
Rupees
(nominal mix 1:2:4) using 40mm HBG metal
Two
including cost and conveyance of all
Thousand
materials to site and cement at site
1000150 Seven One
including cost of formwork, soft water,labour
26 358.90 Cubic Metre 0170021 Hundred 2791.14 Cubic 1001740.15
charges for mixing, transporting,laying & curing
00 Ninty One Metre
concrete working at depths,Tools and Plants
& Paise
and incidental charges such as maintaining
Fourteen
of protective bunds, cofferdams,
Only
shoring,strutting etc.,complete for Retainng Wall
Foundation

Vibrated Cement Concrete of grade M15


(nominal mix 1:2:4) using 40mm HBG metal
including cost and conveyance of all materials to
Rupees
site and cement at site including cost of form
Two
work, soft water, labour charges for mixing,
Thousand
transporting, laying and curing concrete 1000
Eight One
working at depths, Tools and Plants and 1500
27 399.04 Cubic Metre Hundred 2820.80 Cubic 1125612.03
incidental charges such as maintaining of 1700
Twenty & Metre
protective bunds, cofferdams, shoring, strutting 2100
Paise
etc., complete as per relevant standard
Eighty
specification for SUPERSTRUCTURE OF
Only
RETAINING WALL (Above sill level).

Providing and fixing seepage pipes of 100mm


PVC pipes of required lengths for
abutments and wings including cost and
conveyance of all materials to worksite, cost and
labour for 900mm dia semi-spherical backfill Rupees
arrangements with 100mm sizebroken granite One One
28 140.00 Numbers 2706 100.00 14000.00
chips at the periphery and labour charges for Hundred Number
fixing, etc., complete to drain the backfill Only
Protective Wall
Earth Excavation in Soft rock or kankar not
requering blasting and deposting on bank with all
leads and lifts as per SS20B including cost of all
labour, materials, tools, equipments and all other Rupees
incidental charges and sheeting, shoring and Sixty Three One
29 14.40 Cubic Metre bracing and their subsequent removal, removal 304 & Paise 63.20 Cubic 910.08
of all logs, stumps and other deleterious matter Twenty Metre
and obstructions, trimming of bottom of Only
excavation, back filling, clearing up the site and
disposal of all surplus materials etc., complete as
per standard specification for foundation
Rupees
Vibrated Cement Concrete of grade M15 Nominal
Two
Mix 1:2:4 using 40mm ISS HBG metal including
Thousand
cost and conveyance of all materials to site
1000 Seven
including cost of formwork,mixing , laying One
1500 Hundred
30 11.73 Cubic Metre compacting using vibrater higher fule charges for 2791.27 Cubic 32741.60
1700 Ninty One
all tools and plants encaged in curing all other Metre
2908 & Paise
incidental charges etc compete as per MORT
Twenty
& H Specification (IV Revision) for Foundation
Seven
(Below Sill Level)
Only
Rupees
Vibrated Cement Concrete of grade M15 Nominal Two
Mix 1:2:4 using 40mm ISS HBG metal including Thousand
cost and conveyance of all materials to site Eight
1000
including cost of formwork,mixing , laying Hundred One
1500
31 17.30 Cubic Metre compacting using vibrater higher fule charges for Twenty 2821.27 Cubic 48807.97
1700
all tools and plants encaged in curing all other One & Metre
2100
incidental charges etc compete as per MORT Paise
& H Specification (IV Revision) for Foundation Twenty
(Above Sill Level) Seven
Only
Single Row Pipe Culverts
Rupees
Three & One
Picking the old B.T surface 50mm-100mm thick 111,112
32 90.00 Square Metre Paise 3.75 Square 337.50
(av) as per MORT & H specification 202
Seventy Metre
Five Only
Rupees
Three
Dismantling salvaging and removal and disposing One
111,112 Hundred
33 5.85 Cubic Metre of resulting materials and back filling the resulting 302.50 Cubic 1769.63
202 Two &
trenches and pits etc., dismantling Cut stone slab Metre
Paise Fifty
Culvert
Only
Rupees
Seventy One
Dismantling salvaging and removal and disposing 111,112
34 11.14 Cubic Metre Two & 72.60 Cubic 808.76
of resulting materials and back filling the resulting 202
Paise Sixty Metre
trenches and pits etc., dismantling RR Masonry
Only
Rupees
Earth work excavation in Ordinary soils e for
Sixty Three One
removal of cushion above culvert at road level
35 542.86 Cubic Metre & Paise 63.20 Cubic 34308.75
and in between body wall of existing culver
Twenty Metre
portions for the construction of new slab culvert
Only
Rupees
Vibrated Cement Concrete of grade M15 Nominal
Two
Mix 1:2:4 using 40mm ISS HBG metal including
Thousand
cost and conveyance of all materials to site 1000
Six One
including cost of formwork,mixing , laying 1500
36 40.34 Cubic Metre Hundred 2658.16 Cubic 107230.17
compacting using vibrater higher fule charges for 1700
Fifty Eight Metre
all tools and plants encaged in curing all other 2908
& Paise
incidental charges etc compete as per MORT
Sixteen
& H Specification (IV Revision) for Foundation
Only
Vibrated Cement Concrete of grade M15 Nominal Rupees
Mix 1:2:4 using 40mm ISS HBG metal including Two
cost and conveyance of all materials to site Thousand
1000
including cost of formwork,mixing , laying Seven One
1500
37 141.90 Cubic Metre compacting using vibrater higher fule charges for Hundred 2795.49 Cubic 396680.03
1700
all tools and plants encaged in curing all other Ninty Five Metre
2908
incidental charges etc compete as per MORT & Paise
& H Specification (IV Revision) for Foundation Forty Nine
(Below Sill Level) Only
Vibrated Cement Concrete of grade M15 Nominal Rupees
Mix 1:2:4 using 40mm ISS HBG metal including Two
cost and conveyance of all materials to site Thousand
including cost of formwork,mixing , laying 1000150 Eight One
38 214.65 Cubic Metre compacting using vibrater higher fule charges for 0170021 Hundred 2825.49 Cubic 606491.43
all tools and plants encaged in curing all other 00 Twenty Metre
incidental charges etc compete as per MORT Five &
& H Specification (IV Revision) for Foundation Paise Forty
(Above Sill Level) Nine Only
Rupees
Plain Cement Concrete of grade M15 Nominal
Two
Mix 1:2:4 using 40mm ISS HBG metal including
Thousand
cost and conveyance of all materials to site 1000
Six One
including cost of formwork,mixing , laying 1500
39 31.46 Cubic Metre Hundred 2657.66 Cubic 83609.98
compacting using vibrater higher fule charges for 1700
Fifty Seven Metre
all tools and plants encaged in curing all other 2100
& Paise
incidental charges etc compete as per MORT
Sixty Six
& H Specification (IV Revision)
Only
Rupees
Two
Supply of R.C.C Pipes 1000 MM dia NP 4 Class One
Thousand
40 164.00 Running Metre Pipes and collars including cost and conveyance 2900 2600.00 Running 426400.00
Six
and all other incidental charges eic Metre
Hundred
Only
Laying and joining of 1000mm dia NP4 Class
RCC Pipes to trench with in 200 metres lowering
into trench and laying to proper grade and Rupees
One
alignment of RCC Pipes snd collars and cost of Fifty Eight
41 164.00 Running Metre 2900 58.30 Running 9561.20
labour including joining with collars as directed by & Paise
Metre
the departmental officers including all labour and Thirty Only
other incidental charges etc., complete as per
standard specification.
Rupees
GRAVEL FILLING BEHIND BODY WALL with
One
clean good gritty gravel including cost and
Hundred One
conveyance to site including labour charges for
42 128.85 Cubic Metre 304 Fifteen & 115.88 Cubic 14931.14
filling in layers, watering tamping under optimum
Paise Metre
moisture content to get the maximum density and
Eighty
all incidental charges etc., complete.
Eight Only
Construction of granular sub-base as per clause
401-2.1 viz of closed graded meterials as per
Rupees
table 400-1 which satisfy physical standards give
Eight
in cl 401.2.2 and gives the CBR 30% spreading in
Hundred One
uniform layers with motor grader on prepared
43 22.50 Cubic Metre 401 Fifty & 850.78 Cubic 19142.55
surface, mixing by Plant mix method with
Paise Metre
rotavator at OMC, and compacting with smooth
Seventy
wheel roller to achieve the desired density, etc.
Eight Only
complete as per Technical Specification Clause
401
Providing,laying,spreading and compacting
Rupees
graded stone aggregate to WET MIX MECADAM
One
in 250 mm thickness (2 layers of 125mm each)
Thousand
specification including pre-mixing the material
One One
with water at OMC in mechanical mix plant
44 22.50 Cubic Metre 406 Hundred 1129.49 Cubic 25413.53
carriage of mixed material by tipper to site laying
Twenty Metre
in uniform layers with paver in sub-base/base
Nine &
course on well prepared surface and compacting
Paise Forty
with vibratory roller to achieve the desired density
Nine Only
as per MORT&H 4th Revision-406
Providing and laying Single coatof low viscosity
liquid bitumen materials to the aborment WMM
surface using bitumen Emulsion at the rate of 6
Rupees
Kg per 10 sqm.area including cost and
Thirty & One
conveyance of bituminous binder including
45 90.00 Square Metre 502 Paise Sixty 30.67 Square 2760.30
labour charges for preparing the surface and
Seven Metre
applying the required quantity of bituminous
Only
binder as tack coat by bitumen sprayer etc
complete asper clause 502 of MORTH (IVth
revision)specification
Double Row Pipe Culverts
Rupees
Three & One
Picking the old B.T surface 50mm-100mm thick 111,112
46 37.13 Square Metre Paise 3.75 Square 139.24
(av) as per MORT & H specification 202
Seventy Metre
Five Only
Rupees
Dismantling salvaging and removal and
Seventy One
disposing of resulting materials and back filling 111,112
47 8.56 Cubic Metre Two & 72.60 Cubic 621.46
the resulting trenches and pits etc., dismantling 202
Paise Sixty Metre
RR Masonry
Only
Rupees
Earth work excavation in Ordinary soils e for
Sixty Three One
removal of cushion above culvert at road level
49 107.59 Cubic Metre & Paise 63.20 Cubic 6799.69
and in between body wall of existing culver
Twenty Metre
portions for the construction of new slab culvert
Only
Rupees
Vibrated Cement Concrete of grade M15 Nominal
Two
Mix 1:2:4 using 40mm ISS HBG metal including
Thousand
cost and conveyance of all materials to site 1000
Six One
including cost of formwork,mixing , laying 1500
50 10.59 Cubic Metre Hundred 2655.14 Cubic 28117.93
compacting using vibrater higher fule charges for 1700
Fifty Five & Metre
all tools and plants encaged in curing all other 2908
Paise
incidental charges etc compete as per MORT
Fourteen
& H Specification (IV Revision) for Foundation
Only
Vibrated Cement Concrete of grade M15 Nominal Rupees
Mix 1:2:4 using 40mm ISS HBG metal including Two
cost and conveyance of all materials to site Thousand
1000
including cost of formwork,mixing , laying Seven One
1500
51 37.25 Cubic Metre compacting using vibrater higher fule charges for Hundred 2795.14 Cubic 104118.97
1700
all tools and plants encaged in curing all other Ninty Five Metre
2908
incidental charges etc compete as per MORT & Paise
& H Specification (IV Revision) for Foundation Fourteen
(Below Sill Level) Only
Rupees
Vibrated Cement Concrete of grade M20 Nominal
Two
Mix 1:2:4 using 40mm ISS HBG metal including
Thousand
cost and conveyance of all materials to site
1000 Eight
including cost of formwork,mixing , laying One
1500 Hundred
52 52.18 Cubic Metre compacting using vibrater higher fule charges for 2825.14 Cubic 147415.81
1700 Twenty
all tools and plants encaged in curing all other Metre
2100 Five &
incidental charges etc compete as per MORT
Paise
& H Specification (IV Revision) for Foundation
Fourteen
(Above Sill Level)
Only
Rupees
Plain Cement Concrete of grade M15 Nominal
Two
Mix 1:2:4 using 40mm ISS HBG metal including
Thousand
cost and conveyance of all materials to site
1000150 Six One
including cost of formwork,mixing , laying
53 14.61 Cubic Metre 0170021 Hundred 2655.14 Cubic 38791.60
compacting using vibrater higher fule charges for
00 Fifty Five & Metre
all tools and plants encaged in curing all other
Paise
incidental charges etc compete as per MORT
Fourteen
& H Specification (IV Revision)
Only
Rupees
Two
Supply of R.C.C Pipes 1000 MM dia NP 4 Class One
Thousand
54 75.00 Running Metre Pipes and collars including cost and conveyance 2900 2600.00 Running 195000.00
Six
and all other incidental charges eic Metre
Hundred
Only
Laying and joining of 1000mm dia NP4 Class
RCC Pipes to trench with in 200 metres lowering
into trench and laying to proper grade and Rupees
One
alignment of RCC Pipes snd collars and cost of Fifty Eight
55 75.00 Running Metre 2900 58.30 Running 4372.50
labour including joining with collars as directed by & Paise
Metre
the departmental officers including all labour and Thirty Only
other incidental charges etc., complete as per
standard specification.
GRAVEL FILLING BEHIND BODY WALL with Rupees
clean good gritty gravel including cost and One
One
conveyance to site including labour charges for Hundred
56 58.74 Cubic Metre 304 115.56 Cubic 6787.99
filling in layers, watering tamping under optimum Fifteen &
Metre
moisture content to get the maximum density and Paise Fifty
all incidental charges etc., complete. Six Only
Construction of granular sub-base as per clause
401-2.1 viz of closed graded meterials as per
Rupees
table 400-1 which satisfy physical standards give
Eight
in cl 401.2.2 and gives the CBR 30% spreading in
Hundred One
uniform layers with motor grader on prepared
57 9.28 Cubic Metre 401 Fifty Three 853.23 Cubic 7917.97
surface, mixing by Plant mix method with
& Paise Metre
rotavator at OMC, and compacting with smooth
Twenty
wheel roller to achieve the desired density, etc.
Three Only
complete as per Technical Specification Clause
401
Providing,laying,spreading and compacting
Rupees
graded stone aggregate to WET MIX MECADAM
One
in 250 mm thickness (2 layers of 125mm each)
Thousand
specification including pre-mixing the material
One One
with water at OMC in mechanical mix plant
58 9.28 Cubic Metre 406 Hundred 1129.49 Cubic 10481.67
carriage of mixed material by tipper to site laying
Twenty Metre
in uniform layers with paver in sub-base/base
Nine &
course on well prepared surface and compacting
Paise Forty
with vibratory roller to achieve the desired density
Nine Only
as per MORT&H 4th Revision-406
Providing and laying Single coatof low viscosity
liquid bitumen materials to the aborment WMM
surface using bitumen Emulsion at the rate of 6
Rupees
Kg per 10 sqm.area including cost and
Thirty & One
conveyance of bituminous binder including
59 37.13 Square Metre 502 Paise Sixty 30.67 Square 1138.78
labour charges for preparing the surface and
Seven Metre
applying the required quantity of bituminous
Only
binder as tack coat by bitumen sprayer etc
complete asper clause 502 of MORTH (IVth
revision)specification
RCC Slab Culverts
Rupees
Dismantling salvaging and removal and disposing Seventy One
111,112
60 32.78 Cubic Metre of resulting materials and back filling the resulting Two & 72.60 Cubic 2379.83
202
trenches and pits etc., dismantling Brick Masonty Paise Sixty Metre
in Cement morter Only
Rupees
Three
Dismantling salvaging and removal and disposing One
111,112 Hundred
61 8.64 Cubic Metre of resulting materials and back filling the resulting 302.50 Cubic 2613.60
202 Two &
trenches and pits etc., dismantling Cut stone slab Metre
Paise Fifty
Culvert
Only
Rupees
Earth work excavation in Ordinary soils e for
Sixty Three One
removal of cushion above culvert at road level
62 268.94 Cubic Metre & Paise 63.20 Cubic 16997.01
and in between body wall of existing culver
Twenty Metre
portions for the construction for foundation
Only
Filling with with clean good river sand including Rupees
cost and conveyance to site including labour Four
One
charges for filling in layers, watering tamping Hundred
63 18.90 Cubic Metre 304 420.40 Cubic 7945.56
under optimum moisture content to get the Twenty &
Metre
maximum density and all incidental charges etc., Paise Forty
complete. Only
Rupees
Vibrated Cement Concrete of grade M15 Nominal Two
Mix 1:2:4 using 40mm ISS HBG metal including Thousand
cost and conveyance of all materials to site 1000 Seven
One
including cost of formwork,mixing , laying 1500 Hundred
64 124.95 Cubic Metre 2789.78 Cubic 348583.01
compacting using vibrater higher fule charges for 1700 Eighty
Metre
all tools and plants encaged in curing all other 2908 Nine &
incidental charges etc compete as per MORT Paise
& H Specification (IV Revision) for Foundation Seventy
Eight Only
Vibrated Cement Concrete of grade M15 Nominal Rupees
Mix 1:2:4 using 40mm ISS HBG metal including Two
cost and conveyance of all materials to site Thousand
1000
including cost of formwork,mixing , laying Eight One
1500
65 138.23 Cubic Metre compacting using vibrater higher fule charges for Hundred 2819.78 Cubic 389778.19
1700
all tools and plants encaged in curing all other Ninteen & Metre
2908
incidental charges etc compete as per MORT Paise
& H Specification (IV Revision) for Foundation Seventy
(Below Sill Level) Eight Only
Providing and fixing seepage pipes of 150mm dia
AC pipes ofrequired lengths for abutments and
wings including cost andconveyance of all
Rupees
materials to worksite, cost and labour for900mm
One One
66 28.00 Numbers dia semi-spherical backfill arrangements with 2706 100.00 2800.00
Hundred Number
100mm sizebroken granite chips at the periphery
Only
and labour charges for fixing, etc., complete as
per drain the backfill in the Abutments and wings
as per MOST specification.
Vibrated Reinforced Cement Concrete of grade Rupees
M25 Design Mix using ISS HBG graded metal Three
including cost and conveyance of all materials to Thousand
site including cost of formwork, soft water,labour 1000150 Nine One
67 12.30 Cubic Metre charges for mixing, transporting, laying and 01600& Hundred 3959.28 Cubic 48699.14
curing concrrete including tools and plants and 1700 Fifty Nine Metre
incidental charges etc compete as per relevent & Paise
standard Specification for Bed Black cum Dirt Twenty
Wall Eight Only
Vibrated Reinforced Cement Concrete of grade Rupees
M25 Design Mix using ISS HBG graded metal Four
including cost and conveyance of all materials to 1000 Thousand
site including cost of formwork, soft water,labour 1500 One One
68 48.30 Cubic Metre charges for mixing, transporting, laying and 1600 Hundred 4119.28 Cubic 198961.22
curing concrrete including tools and plants and & Ninteen & Metre
incidental charges etc compete as per relevent 1700 Paise
standard Specification for RCC Deck Slab and Twenty
Kerb Eight Only
Supply and Fabrication of S.-415 steel required
for all RCC items of works involved in the
schedule, including cost of steel at site including Rupees
cost of fabrication, labour charges for cleaning Forty Four
the roads straightening cutting bending tying Thousand One
1000
69 4.78 Metric Tonne grills, including overlapping to the required length One 44180.00 Metric 211180.40
1600
wherever necessary and placing the Hundred Tonne
reinforcement in position as specified in the Eighty
drawings including cost of binding wire provision Only
of spacer bars, cover blocks and all other
incidental charges etc., complete
Vibrated Cement Concrete of grade M30 design
mix using ISS size graded HBG metal including
cost & conveyance of all materials to site and
cement at site including all labour charges for Rupees
mixing concrete laying, vibrating Hirecharges for Three
1000150
Tools and Plants, compacting, curing with all Hundred One
0160017
70 85.12 Square Metre leads of soft water,including and all other Eleven & 311.67 Square 26529.35
00&
incidental charges form work cost of premoulded Paise Sixty Metre
2300
expansion joints and fixing the same in position Seven
etc.,complete for wearing coat of 75mm uniform Only
.thickness over Deck slab and Approach slab as
per MORTH specification
Providing and fixing Kraft paper for full width of
seating of deck slab and including cost and
One
conveyance to worksite, labour for fixing the Rupees
71 24.60 Square Metre 2600 50.00 Square 1230.00
same in correct position and all other incidental Fifty Only
Metre
charges etc.. Complete as per MORT & H
specification
Providing and fixing PVC EXPANSION JOINT
Rupees
inbetween deck slabs over abutment and pier as
One One
72 24.00 Number shown in the drawingincluding cost and 2600 100.00 2400.00
Hundred Number
conveyance of expansion joints including
Only
shalimar pad and joint sealent etc., complete
Providing FILTER MEDIA behind the abutments
Rupees
and wings for 600mm thickness using filter
309.03- Six
materials conforming to Clause 309.3.2.B of One
213 Hundred
73 42.00 Cubic Metre MORST well packed with smaller size towards 681.90 Cubic 28639.80
& Eighty One
the soil and bigger size towards the wall including Metre
305.4.4 & Paise
cost and conveyance to work complete as per
Ninty Only
relevant standard specification
GRAVEL FILLING BEHIND THE ABUTMENTS
Rupees
AND WINGS with clean good gritty gravel
One
including cost and conveyance to site including One
Hundred
74 102.00 Cubic Metre labour charges for filling in layers, watering 305 118.90 Cubic 12127.80
Eighteen &
tamping under optimum moisture content to get Metre
Paise Ninty
the maximum density and all incidental charges
Only
etc., complete.
Construction of granular sub-base as per clause
401-2.1 viz of closed graded meterials as per Rupees
table 400-1 which satisfy physical standards give Eight
in cl 401.2.2 and gives the CBR 30% spreading in Hundred
One
uniform layers with motor grader on prepared Thirty Two
75 7.00 Cubic Metre 401 832.27 Cubic 5825.89
surface, mixing by Plant mix method with & Paise
Metre
rotavator at OMC, and compacting with smooth Twenty
wheel roller to achieve the desired density, etc. Seven
complete as per Technical Specification Clause Only
401
Providing,laying,spreading and compacting
Rupees
graded stone aggregate to WET MIX MECADAM
One
in 250 mm thickness (2 layers of 125mm each)
Thousand
specification including pre-mixing the material
One One
with water at OMC in mechanical mix plant
76 8.75 Cubic Metre 406 Hundred 1129.49 Cubic 9883.04
carriage of mixed material by tipper to site laying
Twenty Metre
in uniform layers with paver in sub-base/base
Nine &
course on well prepared surface and compacting
Paise Forty
with vibratory roller to achieve the desired density
Nine Only
as per MORT&H 4th Revision-406
Providing and laying Single coatof low viscosity
liquid bitumen materials to the aborment WMM
surface using bitumen Emulsion at the rate of 6
Kg per 10 sqm.area including cost and Rupees
One
conveyance of bituminous binder including Thirty &
77 35.00 Square Metre 502 30.66 Square 1073.10
labour charges for preparing the surface and Paise Sixty
Metre
applying the required quantity of bituminous Six Only
binder as tack coat by bitumen sprayer etc
complete asper clause 502 of MORTH (IVth
revision)specification
Rupees
Forming body of embankment with gravel and One
One
spreading in layers and consolidation with power 1111123 Hundred
78 1050.00 Cubic Metre 118.90 Cubic 124845.00
roller to achive 95% compaction as per MORT & 05900 Eighteen &
Metre
H specification cl 305 for diversion road Paise Ninty
Only
Providing and laying WBM Grade - II metal
using l.00Cum of 63 - 45mm IRC size HBG
metal with 0.24 Cum of Gravel / Sand gravel
mix for blindage per 10 Sqrn. Including cost Rupees
and conveyance of all materials and stacking Nine
them at the site to departmental yauge foi Hundred
premcasurement / labour charges for Seventy One
79 36.75 Cubic Metre spreading metal and gravel, hand packing to 404 Three & 973.53 Cubic 35777.23
camber, watering with all leads for water and Paise Metre
compaction .by 80 - 100KN power roller Fifty
including hire charges and fuel charges for Three
power roller, water sprinkler and ail other Only
tools and plant employed barricading etc..
complete as per clause 404 of MOST & H
Specifications.

Providing and laying WBM Grade - III metal


using l.00Cum of 53 - 22.4mm IRC size HBG
metal with 0.24 Cum of Gravel / Sand gravel
mix for blindage per 10 Sqrn. Including cost Rupees
and conveyance of all materials and stacking One
them at the site to departmental yauge foi Thousand
premcasurement / labour charges for One One
80 36.75 Cubic Metre spreading metal and gravel, hand packing to 404 Hundred 1162.19 Cubic 42710.48
camber, watering with all leads for water and Sixty Two Metre
compaction .by 80 - 100KN power roller & Paise
including hire charges and fuel charges for Ninteen
power roller, water sprinkler and ail other Only
tools and plant employed barricading etc..
complete as per clause 404 of MOST & H
Specifications.
Rupees
Supply of R.C.C Pipes 1000 MM dia NP 4 Two
One
Class Pipes and collars including cost and Thousand
81 30.00 Running Metre 2900 2600.00 Running 78000.00
conveyance and all other incidental charges Six
Metre
eic Hundred
Only
Laying and joining of 1000mm dia NP4 Class
RCC Pipes to trench with in 200 metres
lowering into trench and laying to proper Rupees
grade and alignment of RCC Pipes snd Fifty Eight One
82 30.00 Running Metre collars and cost of labour including joining 2900 & Paise 58.30 Running 1749.00
with collars as directed by the departmental Thirty Metre
officers including all labour and other Only
incidental charges etc., complete as per
standard specification.
65408347.78
Rupees Six Crores Fifty Four Lakhs Eight Thousand Three Hundred Forty Eight Only or
65408348.00
SCHEDULE -- ‘B’

List of Drawings : Nil

SCHEDULE -- ‘C’

1. Descriptive Source of Materials.


2. Descriptive Specification Report`
3. Special Conditions of Contract
4. Additional Special Conditions.
5. Condition for claims contractor in account of losses due to
unprecedented floods and other acts of God.

Superintending Engineer
National Highways
Madurai 625 020
Descriptive Source of Materials
LEED STATEMENT
Widening From Single Lane to Intermediate Lane in Km 6/2 to 19/2 & Improvements in Selected
Stretches Km 6/0-10/0, 13/6-14/0, 15/2-17/0 & 18/0-19/2 of Singampunari V.Pudur road

45 13.2
Chainage
mm mm
Name of Name of Name of Gravel Name of Sand
SL.No Metal Metal
Quarry Quarry Quarry Lead Quarry Lead
From - To - -
Lead Lead
Km 9/2 of SV
Mangalam
1 6 / 0 - 7 / 0 Thiruchunai 14 Thenimalai 27 1 Sannavanam 65
Mellapatti
road
Km 9/2 of SV
Mangalam
2 7 / 0 - 8 / 0 Thiruchunai 15 Thenimalai 28 2 Sannavanam 66
Mellapatti
road
Km 9/2 of SV
Mangalam
3 8 / 0 - 9 / 0 Thiruchunai 16 Thenimalai 27 3 Sannavanam 67
Mellapatti
road
4 9 / 0 - 10 / 0 Thiruchunai 17 Ponnadipatti 26 Km 9/8 1 Sannavanam 68
5 10 / 0 - 11 / 0 Thiruchunai 17 Ponnadipatti 25 Km 9/8 1 Sannavanam 69
6 11 / 0 - 12 / 0 Thiruchunai 17 Ponnadipatti 24 Km 12/0 1 Sannavanam 70
7 12 / 0 - 13 / 0 Thiruchunai 18 Ponnadipatti 23 Km 12/0 1 Sannavanam 71
8 13 / 0 - 14 / 0 Thiruchunai 19 Ponnadipatti 22 Km 13/6 1 Sannavanam 72
9 14 / 0 - 15 / 0 Thiruchunai 20 Ponnadipatti 21 km 14/2 1 Sannavanam 73
10 15 / 0 - 16 / 0 Thiruchunai 21 Ponnadipatti 22 km 14/2 1 Sannavanam 74
km 10/4 of
Puluthipatty
11 16 / 0 - 17 / 0 Thiruchunai 22 Ponnadipatti 21 2 Sannavanam 75
puthukottai
road
km 10/4 of
Puluthipatty
12 17 / 0 - 18 / 0 Thiruchunai 21 Ponnadipatti 21 2 Sannavanam 76
puthukottai
road
km 10/4 of
Puluthipatty
13 18 / 0 - 19 / 0 Thiruchunai 21 Ponnadipatti 21 1 Sannavanam 77
puthukottai
road
km 10/4 of
Puluthipatty
14 19 / 0 - 19 / 2 Thiruchunai 20 Ponnadipatti 20 1 Sannavanam 78
puthukottai
road

Bitumen Steel and cement : Contractor supply


Superintending Engineer
(NH) MADURAI
SPECIFICATION REPORT TO ACCOMPANY THE TENDER FOR THE WORK OF Widening From
Single Lane to Intermediate Lane in Km 6/2 to 19/2 & Improvements in Selected Stretches Km 6/0-
10/0, 13/6-14/0, 15/2-17/0 & 18/0-19/2 of Singampunari V.Pudur road
Name of work:
Widening From Single Lane to Intermediate Lane in Km 6/2 to 19/2 & Improvements in
Selected Stretches Km 6/0-10/0, 13/6-14/0, 15/2-17/0 & 18/0-19/2 of Singampunari V.Pudur
road.

SCHEME AND AUTHORITY:

The work has been sanctioned in RCRF 2010 – 2011 scheme


vide GOI, MORT&H vide Lr. No. RW/ NH/ 28014/83/ 2010/ TN/ P7/ Dated:
10.02.2011 for an amount of Rs.715.00 lakhs.

Location and Classification.

This road is an important Major District road (MDR) in Sivagangai


District connecting Singampunari- V.Pudur. This road is branching from
SH -35 and leads to V.pudur The total length of the road is 19.20 Km.

Necessity and Importance


This road connects directly the marketing centres and higher
education centres. The people from neighbouring villages of Muttagatty,
Kesampatty, Katukudipatty, V.pudur have to go to Madurai for higher
education and for medical treatment through this road . Heavy vehicles
such as buses, lorries and trucks are plying on this road. The existing
single lane is not sufficient for present traffic conditions. Hence this road is
proposed for widening from single lane to intermediate lane in km 6/0-19/2.

Existing condition of the road.

Due to heavy vehicular traffic and insufficient maintenance of earthern


berms the edge of the road has got broken in few stretches. The existing
width of the road varies from 3.50m to 3.75 m and having formation width
of 7.00m . Due to heavy rain and increase in volume of traffic the stretches
from Km.6/0-10/0,13/6-14/0, 15/2-17/0&18/0-19/2 are in damaged
condition with lot of pot holes and sunken portion on the existing surface of
the road . Hence it is necessary to improve the above stretches.
The stretch in km 8/0-10/8 runs through in hilly area.In this stretch
Road width is an average of 6.50m to 7.00 m (Extending 1 to 1.50 m an
each side of existing BT edge.
The details of last renewal of the road obtained from the D.E(H)
C&M. The details are as follows
Km.6/0-10/0,13/6-14/0, = 2005-06 PC&SC
Km 15/2-16/0 = 2008-09 PC&SC
Km16/0-17/0 = 2005-06 PC&SC
Km18/0-19/2 = 2008-09 PC&SC

Details of existing crust


PC and SC = 20mm
WBM = 150mm
GSB = 150mm
Total = 320mm

Proposal
It is proposed to widen the existing single lane to intermediate lane in
Km. 6/0- 19/2 and Improvements in selected stretches in km 6/0-
10/0,13/6- 14/0,15/2-17/0&18/0-19/2 of Singampunari- V.Pudur road.with
necessary CD works.

Traffic Intensity:
The traffic intensity is 750 commercial vehicle per day at traffic
census point in Km. 5/0 of this road during January 2008. PCU is 5639

CBR Values

Soil samples have been collected from sub grade of the existing road
at the following chainages and tested for its physical properties in NH
quality control sub division Sivagangai and test result reveal that the 4
days soaked CBR values as follows:
Sl.No Sample Location in Km. 4 days soaked CBR
value in %
1 6/4 4
2 7/6 4
3 8/4 6
4 9/6 6
5 10/4 6
6 11/6 6
7 12/4 6
8 13/6 6
9 14/4 4
10 15/6 4
11 16/6 4
12 17/4 5
13 18/6 5
14 19/2 5

General proposal: Widening

For MDR roads the pavement design should be designed for 10-15
years design life but due to paucity of funds the Superintending Engineer
(NH) has proposed for stage construction keeping the thickness of base
and sub base for 10 year design life as per clause 4.2.1.6 of IRC 37 –
2001.

Pavement design for10 years design life


Commercial Vehicles per day as per traffic census - P = 750
Year of census taken = 01/2008
N= 4
Initial traffic in the year of completion of construction – A = P (1+ r) n
A = 750 (1+0.075)
= 1022 cvd
Design life for 10 years

N = 365 { ( 1+r ) n – 1} x A x D x F
r

A = Estimated traffic = 1022 CVD

D = Lane distribution factor = 0.75 for single lane (as per clause 3.3.5.1)

F = Vehicle damage factor = 3.5(as per table 1 for number of commercial


Vehicles 150 -1500 )

r = Rate of growth of traffic = 7.5 %

n = Design life is 10 years

N = 365 { ( 1+0.075) –1 } x 1022 x 3.50 x 0.75


0.075 x 106
= 18.10 msa

But the full pavement thickness could not be provided and hence it is
proposed for stage construction.
However, as per clause 4.2.1.6 of IRC 37 – 2001 the above sub base
thickness and WBM thickness are provided for full design.
Pavement design for 5 years of design life

Cumulative standard axles in MSA = 365 { ( 1+r ) 5 – 1} x A x D x F


(for 5 years of design life) r x 106
N = 365 { ( 1+0.075) 5 –1 } x 1022 x 3.5 x 0.75
0.075 x 106
= 7.43 msa

Pavement Composition proposed in (mm)


5 years
10 years design life
Sl.N design life -
Stretch CBR -18.10msa
o 7.43msa
Sub-base TOTAL
Base BM SDBC

1 6/0-7/0 4 330 250 100 25 705


2 7/0-8/0 4 330 250 100 25 705
3 8/0-9/0 6 260 250 85 25 620
4 9/0-10/0 6 260 250 85 25 620
5 10/0-11/0 6 260 250 85 25 620
6 11/0-12/0 6 260 250 85 25 620
7 12/0-13/0 6 260 250 85 25 620
8 13/0-14/0 6 260 250 85 25 620
9 14/0-15/0 4 330 250 100 25 705
10 15/0-16/0 4 330 250 100 25 705
11 16/0-17/0 4 330 250 100 25 705
12 17/0-18/0 5 300 250 095 25 670
13 18/0-19/0 5 300 250 095 25 670
Pavement Composition proposed in (mm)
5 years
10 years design life
Sl.N design life -
Stretch CBR -18.10msa
o 7.43msa
Sub-base TOTAL
Base BM SDBC

14 19/0-19/2 5 300 250 095 25 670

Where as due to in sufficient Relay in the past years the road


surface has got damaged to the maximum extent. The undulation and
patches occurs more than 10 %. Hence 75 mm of BM and 25 mm of SDBC
proposed in improvement portion.
In the stretch km 8/0-10/8 runs through hilly area and due to narrow
width it is seen that the widening could not be done by doing box cutting.
And also it is Lesser than Roller width. So it is Proposed ( semi rigid
pavement) widening in such area by laying Lean Cement concrete over
which Bituminous layer is laid.
And also it is noted that in all villages and town Where bus stops makes
incomfortable to rear vehicles which follow. And also it is noted the the
passenger vehicles halt and go for minute which make congetion to the
traffic. So bus laybyes is proposed in the location at km 6/4,11/6,13/2,14/8
and 16/10 considering importance of the village & town.

PROVISION:

Hence an estimate has been prepared with the following provision.

1. Earth work for box cutting etc., completed.


2. Providing and laying granular sub base as per MORTH&H revision/
3. Providing and laying wet Mix macadam as base course at 250mm as
per technical specification of clause.
4. Providing and laying single coat primer coat over WMM surface at
6.00kg with bitumen emulsion for 10sqm.
5. Providing and laying tack coat laying of 2.50kg at bitumen emulsion
per 10sqm over WMM surface treated with prime.
6. Providing and laying tack coat laying emulsion bitumen a t the rate as
2 kg/ 10sqm over BT surface.
7. Bituminous macadam of 75-100 mm thickness in widening and 75
mm over existing BT surface
8. Providing and laying 25mm thick compacted semi dense bituminous
concrete.
9. Collection and supply of gravel for strengthening of berms.
10.Refilling earth using Box cut earth.
11. Carted earth of 1 km lead.
INVENTORY OF CD WORKS :

The existing and proposed culverts details are tabulated as Annexure 2

SUB ESTIMATES:
The following sub estimates are included in the main Estimate.
1. construction of cement concrete retaining wall in km 6/8, 16/2 of
singampunari v.pudur road
2. construction of Protective wall in km 17/10 of singampunari v.pudur
road
3. Reconstruction with single row rcc pipe culvert
km6/6,7/6,8/4,8/8,9/6,9/10,10/2,10/4,10/6,10/8,14/4,15/2,15/10,17/8,18/2 of
singampunari v.pudur road

4. Reconstruction with double row rcc pipe culvert at km 6/4,6/8,17/4 of


singampunari v.pudur road
5. Reconstruction with row rcc slab culvert at km 16/2 of singampunari
v.pudur road

6.providing and fixing of road furniture in km 6/0 to km 19/2 of


singampunari v.pudur road

The work will be carried out asper MORD, MORT & H ,SSRB and other relevant circular
issued by higher officials then and there.

Superintending Engineer,
(NH) Madurai.
SPECIAL CONDITIONS OF CONTRACT

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

I. TECHNICAL SPECIFICATION:
General
The entire works, as described in Scope of work (“General Conditions of contract) shall
be done in accordance with the specifications for road and bridge works Fourth revision-
2001 and the corrigendum published at New Delhi by Indian roads congress on behalf of
Government of India ministry of Road Transport and Highways and shall be deemed to be
bound into this document and becomes part and parcel of the agreement.

In the absence of any definite provisions on any particular issue in the aforesaid
specification, reference may be made to the latest IRC CODES of practice; IS specifications
and S.S.R.B. in that 0rder Whereever there are silent the construction and completion of the
works shall confirm to sound engineering practice and in case of any dispute arising out of
the interpretation of the above ‘the decision of the Engineer-in-charge shall be final and
binding on the contractor. These shall be deemed to be bound to this document and
becomes part and parcel of the agreement.

Part II - Supplementary Specifications


Part-II Shall comprise various substitute. Modified and Additional Clauses to the
"Specification for Road and Bridge Works" referred to in Part I (to cover specific aspects of
the particular works not covered by the same) and accordingly, the said specification so
amended shall form part of the contract.

A substitute clause as indicated by the suffix 'S' is an amendment of a clause in Part-I -


General Specification and supersedes the whole of that clause. Then any reference to the
superseded clause shall be deemed to refer to the substitute clause.
A modified clause as indicated by the Suffix 'M' shall be read as a partial amendment to the
cited clause in Part-I - General Specifications. Any provision in the said modified clause
conflicting with those of Part-I - General Specification shall be deemed to supersede the
relevant portion of Part-I - General Specification. Any other non-conflicting provisions shall
apply and NOT deemed as substitute.
An additional clause, as indicated by the suffix 'A' shall bear additional clause numbers
not cited in Part-I - General Specification and shall include provisions supplementing those
of Part-I - General Specification. In so far as any substitute, modified and additional clause
may conflict or be inconsistent with any of the provisions of Part-I - General Specification
under reference, the substitute, modified and additional clause shall always prevail. Words
like 'Contract', 'Contractor', 'Drawing', 'Works', 'Site', 'Provisional Sum' used in the above
mentioned specification shall be deemed to have the same meaning as under stood from the
definition of these terms in and as included in the General Conditions of Contract.

In the absence of any definite provisions on any particular issue in the aforesaid
specification, reference may be made to the latest IRC Codes of practice, I.S. Specifications
and SSRB, in that order. Where even these are silent, the construction and completion of
the works shall conform to sound engineering practice and, in case of any dispute arising out
of the interpretation of the above, the decision of the Engineer-in-charge shall be final and
binding on the contractor. These shall be deemed to be bound to this document and
becomes part and parcel of the agreement.

Supplementary Specifications for Structures

The following list shows the clauses of Part-I, which are either substituted or modified or
added:

Substituted clauses 112.1, 112.2, 112.3, 1006, 1009.3, 2901 to 2905,


2908 to 2911.

Modified clauses 112.4, 112.5, 112.6, 1009.3, 1010, 1209, 1716.2.5(a),


2005.1, 2005.2, 2602(c).

Added clauses 103, 109.8, 120.7, 304.3.7, 305.2.2.2, 305.3, 1012.1,


1507, 1710, 1712, 1714, 1716, 1802.1, 1802.2, 1807, 1809.5,
2005.1, 2501.2.3, 2600.

New clauses 1816, 2211, 2912.


COMMERCIAL CONDITIONS:

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

1.2 Steel conforming to standards and specifications shall be procured.

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

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

1.5 The quoted rate shall be inclusive of cost of steel and cement conveyance, handling
and storage charges and other requisites as contained in clause 103-04 of P.S. to
S.S.R.B.

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

2.2 The contractor has to procure the bitumen of appropriate grade and emulsion as per
specification required for the items of work as per Standard Specification and use it
on the work.

2.3 The quoted rate shall be inclusive of cost of bitumen, bitumen emulsion conveyance
and handling and storage charges and other requisites as contained in Clause 103-
04 of PS to SSRB.

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

2.5 RCC pipes confirming to IS 458 has to be procured by the contractor and used on
the work. The quoted rates shall be inclusive of cost of pipes, conveyance handling
and storage charges and other requisites as contained in cl 103-04 of PS to S.S.R.B.

2.6 The contractor has to produce inspection and test certificate by the Director General
of Supplies and Disposals for the standard and quality of pipes. Otherwise, pipes will
be rejected.

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

4.1 The contractor shall be responsible to make good and remedy at his own cost any
defect which may develop or may be noticed and intimation of which has been sent
to the contractor by a letter sent by hand delivery or by registered post before the
expiry of a period of 36 (thirty six) months (hereinafter referred to as defects liability
period) from the completion of whole of the work, for major works like formation of
road including metalling and black topping.

4.2 In case of works like resurfacing of the existing roads and black topping, the defect
liability period shall be 6 (six) months.
4.3 In the event of the contractor failing to rectify the defect or damages within the period
specified by the Engineer-in-charge in his notice aforesaid, the Engineer-in-charge
may rectify or remove and re-execute the work and/or remove and replace with other
materials or articles complained of, as the case may be, by or other means at the risk
and expense of the contractor.

4.4.1 At the time of making final payment for major works like formation of road including
metalling and black topping 2 ½ % 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.

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

4.4.3. At the time of making final payment for minor/major Bridge works, 2 ½ % of the total
value of work done shall be retained by the department. This amount will be
refunded to the contractor on the expiry of two years reckoned from the date of
completion of work provided that the contractor execute an indemnity bond for a
further period of three years indemnifying the Government against any loss or
expenditure incurred to rectify any defect noticed due to faulty workmanship by the
noticed due to faulty workmanship by the contractor or substandard material used by
the contractor.

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

5. In case, when the departmental tools and plants are hired to the contractors in places
of work where the standard schedule of rates of Public Works Department allow extra
special tract percentage, the hire charges will be enhanced by the corresponding
extra percentage and recovered from the contractor.

6. Without limiting his obligations and responsibilities under the contract, the contractor
shall insure in the joint name of the Government and the contractor against all loss or
damage from whatever cause (other than the excepted risks) for which he is
responsible under the terms of contract and in such a manner that the Government
and the contractor are covered during the period of construction of the works and
defects liability period for

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

7. Any amount due from the contractor, which he has failed to remit after the notice
from the Engineer, shall be caused to be recovered under Tamil Nadu Revenue
Recovery Act as if it was an arrear of land revenue.

8. The tenderer who are themselves not professionally qualified shall undertake to
employ qualified Technical men at their cost to look after the work according to the
scale indicated below. In case, the tenderer is professionally qualified, he must
employ technical men to meet the norms besides himself. The tenderers should
state in clear terms whether they are professionally qualified or whether they under
take to employ Technical Assistants required by the department as specified in the
schedule below for the work. In case the selected tenderer is professionally qualified
or has undertaken to employ technically qualified personnel under him, he shall see
that one of the Technically qualified men is always present at the site of the work
while the work is in progress personally checking all the items of works and paying
extra attention to such works as may demand special attention (ie) bituminous
courses R.C.C. etc.

One B.E. Civil (or) equivalent Degree holder with three years
experience in Civil Engineering (or) not less than One Retired Sub-
Above Rs.5.00
Divisional Officer/Assistant Executive Engineer (or) Assistant
Lakhs Upto
Divisional Engineer.
Rs.10.00 Lakhs
One B.E. Civil Engineering with three years experience (or) One
Retired Sub-Divisional Officer plus One Diploma Holder in Civil
Above Rs.10.00
Engineering or two diploma holders in Civil Engineering with three and
Lakhs Upto
five years experience respectively.
Rs.25.00 Lakhs
One B.E. Civil (or) equivalent Degree holder with three years
experience or not less than One Retired Sub-Divisional
Officer/Assistant Executive Engineer plus two diploma holders in Civil
Engineering or two retired Junior Engineer.
Above Rs.25.00 (ALTERNATIVE)
Lakhs Upto One B.E. Civil (or) equivalent Degree holder with three years
Rs.50.00 Lakhs experience or not less than One Retired Sub-Divisional Officer and
one more B.E. (Civil) or equivalent degree holder

Four B.E. Civil or equivalent degree holder with three year experience
Above Rs.50.00 in Civil Engineering works or four retired Sub Divisional Officers
Lakhs (Assistant Executive Engineer or Assistant Divisional Engineers) from
Government service or any autonomous body.

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(National Highways) the
employment of Technical Assistant / Assistant is not required for the due fulfillment of
the contract.
9. Income Tax at 2% of the bill amount will be recovered from all interim bills and final
bill of the contractor or at such rates which the Government may by notification fix
from time to time.

10. Recovery of Sales Tax of the rate of 2% of the total contract value of the Civil works
contract and 4% of the total contract value of works executed in all other works
contracts or at such rates which the government may by notification fix from time to
time.
Explanation: Civil works contract means civil works of construction of new building,
bridge, road, runway dam or canel including any lining, tiling, painting or decorating
which is an inherent part of the new construction, but shall not include any repair
maintenance, improvement or upgradation of such civil works by means of fixing and
laying of all kinds of Floor tiles, mosaic tiles, slabs, stones, marbles, glazed tiles,
painting, polishing, portion, wall paneling, interior decoration, false,ceiling, carpeting
and extra fittings, or any manner of improvement on an existing structure.

11 In case of any dispute or difference between the parties to the contract either during
the progress or after the completion of the work or after the determination /
abandonment of the contract or any matter arising there under and if the claims value
exceeds Rs.2.00 Lakhs (Rupees Two Lakhs only) the same shall be settled by filing
a civil suit before a Civil Court having jurisdiction for decision.
12. If the claims monetary value is less than Rs.2.00 Lakhs (Rupees Two Lakhs only) the
dispute shall be referred for arbitration to a sole Arbitrator. The Superintending
Engineer (National Highways) SALEM Circle or his successor in his office shall be
the Arbitrator for this purpose. The arbitration proceedings will be governed by
Arbitration and Conciliation Act 1996.

13. In the event of the work being transferred to any other Division or Circle. The
Divisional Engineer or Superintending Engineer who will be incharge of the Division/
Circle having jurisdiction over the work shall be competent to exercise all the powers
and privileges reserved in favour of the Government.

14. The contractor should execute the work by mobilizing sufficient number of
machineries and procuring the required materials so as to complete the work in time.

15. Mobilization advance (or) Machinery advance will not be granted for this work.

16. Price Adjustment will be applicable as per G.O. MS.No.101/ Public works (G2)
Department dated : 10.06.2009 for the works where the value of work put to tender
costing Rs.100 Lakhs and above.,
17. The sub grade soil / sub base and WBM blindage materials should be tested for its
sutiability in accoradance with clause 401 of MORT & H Revision IV from HRS or
any other reputed institute and get it approved by competent authority before
execution by the contractor at his cost. If there is any change in materials on
compostion, no extra cost will be paid.

18. Necessary mix design (Job mix formula) is required based on the quality of materials
proposed by the contractor to be used in the work for SDBC and DBM, Hence the
contractor is bound to get the Job Mix Formula from HRS (or) any other reputer
institute and get it approved by the competent authority before execution at his own
cost. If there is any change in the materials on composition, no extra cost will be
paid.
CONDITION FOR DAMAGES TO THE TELECOM DEPARTMENT CABLE

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

Contractor Superintending Engineer


(National Highways) Madurai.
ADDITIONAL SPECIAL CONDITIONS

1. The tender schedule will be issued only to the contractors who have registered and re-numbers obtained from
the Commercial Tax Department under Tamil Nadu value Added Tax Act 2006 and in producing of authorized
copy. Tender Schedules will be issued to the contractors who are producing Contractor Registration Renewal
Certificate valid for the current year. The cost of tender schedule will not be refunded on any account under
any circumstances.
2. The tender schedule will be received in this Office directly or through Courier or by Registered post before
3.00 P.M. on 03.03.2011 by the Superintending Engineer (NH) Madurai. Tenders received after the
stipulated time will not be considered at any circumstances and the same will be returned to them as
unopened. The department is not responsible for the postal delay (or) Courier delay (or) individual delay.
3.. For any reason if the date fixed for receiving the tender is declared as a holiday, the tender will be received
by the Superintending Engineer, National Highways, Madurai on the next working day, and opened at the
mentioned timings originally.
4. The tender schedule will be issued to the Registered Contractors of this Department with reclassified State
level Class I registration in the Highways department as per G.O. Ms No 251/Highways (HN1) department
dated 12.10.2007 who are having their own Central Hot Mix Plant, Hydrostatic Paver Finisher with Sensor
Control and Vibratory Road Roller conforming MORT&H specifications. The above plants should be
physically available with the contractors. The evidence on the purchase of plants such as vouchers, invoices
and other connected documents will not be accepted for the purchase of tender documents. The Divisional
Engineer, National Highways ) SIVAGANGAI Division will issue the documents to the contractors only
after satisfying himself on the ownership as well as the conformity of the specification. The plant should be in
working condition at the time of inspection.
5. The Contractors who have not participated in the tender for the past two years (or) after obtaining the tender
schedule for three times and failed to participate in the tender call, their registration of contractor ship will be
automatically getting cancelled.
6. The contractor those who are down loaded the document should also enclose the documentary evidence.
7. Quality control test required for this work will be conducted by the quality control staff and the test charges
should be borne by the contractor himself. The contractor should obtain the job mix formula only from the
Director of HRS at Chennai well in advance for bituminous work like DBM, SDBC and BC.
8. On evaluation of the tender it is found that if the overall quoted amount of the tender is less than 5% to 15%
of the estimate amount the contractor shall have to pay the additional security of 2% of the estimated value.
If the tender discount exceeds 15% the contractor shall pay an additional security of 50% of the difference
between the quoted amount and estimate value of contract. Failure to furnish the additional security and
execute the agreement shall entail cancellation of award of contract and forfeiture of EMD furnished in the
tender.
9. The Contractor should owned the required machinery in respect of culverts or bridge works as per the
MOSRT&H specifications. After the award of the work and on completion of the preliminary works of erecting
the plant and allied machinery the contractor should approach the concerned Divisional Engineer (NH)
SIVAGANGAI for getting his plant examined by the Technical Committee before commencement of work.
The Technical Committee will inspect the plant and accord clearance, for its utilization for the work in case
the plant needs any modification to meet the requisite specification the contractor should rectify the plant
within a specified time only on completion of rectification of the plant, the contractor will be allowed to start the
work.
10. BM, SDBC should be executed only using the Central Hot mix plant, Hydro paver finisher with sensor control
and Vibratory Road Roller.
11. Before the application of the tack coat the surface shall be swift clean with mechanical broom and air-jet. The
spraying of emulsion should be executed using mechanical sprayer (pressure distributor).
12. The salvaged items due to dismantlement (of existing structures should be stacked and accounted for as
departmental property and disposed of the same properly and the amount credited to the work.
Sd. XXXXXXX
Superintending Engineer
(National Highways) Madurai.
Condition for claims of Contractor in account of losses due to unprecedented floods
and other acts of God.

The contractor should arrange to insure the work as risk insurance of their cost against
any losses due to damage of nature calamities like unprecedented floods, cyclone, fire,
lighting, earth quakes, volcanic 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.

From commencement to completion and upto the expiry of observation period, the
work shall be under the charge and care of the contractor and the contractor shall take full
responsibility for the care thereof and for taking precautions to prevent loss or damage and
shall be liable for any damage or loss that may happen to the works or any part including the
departmental tools and plant thereof from any cause whatsoever and shall at his own cost
repair and make good the same so that at completion and expiry of observation period, the
work shall be in good condition and in conformity in every respect with the requirements of
the contract and instructions of Engineer.

(G.O.Ms. No. 620/TD Dt 27/07/1978 and amendment issued to G.O. Ms. No 742/TD
Dt 27/06/1983).

Contractor Superintending Engineer


(National Highways) Madurai.
SCHEDULE-D

Applicable to all cases of works where a minimum of fifty workers are employed.

Rules for the provisions of health and sanitary arrangements for workers.

The contractor's special attention is invited to clause 108-11 of the P.S. to S.S.R.B. and he is
requested to provide at his own expenses the following amenities to the satisfaction of
Divisional Engineer.

1. FIRST AID:

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

2. DRINKING WATER:

A. Water of Good quality fit for drinking purposes shall be provided for the
workers on the scale of not less than 3 gallons per head per day.
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
atleast once a month.

3. WASHING AND BATHING PLACES:

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

4. LATRINES AND URINALS:

There shall be provided within the premises of every worksite, latrines and urinals in
accessible places and the accommodation separately for each of them shall be on
the following scale or on the scale directed by the Divisional Engineer in any
particular case.

A. Where the No. of persons employed does not : 2 seats


Exceed 50.
B. Where the No. of persons employed exceed : 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. Except in worksite provided with water
flushed latrines connected with a water borne sewage system, all latrines shall be
provided with receptacle on dry earth system which shall be cleaned atleast four
times daily and atleast twice during working hours and kept in a strictly Sanitary
condition, the excreta from the latrines shall be disposed off at the contractor's
expenses in out work pits approved by the local public Health authority. The
contractor shall also employ adequate number of scavengers and conservancy staff
to keep the latrines and urinals in a clean condition.

5. SHELTERS DURING REST:

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

At every worksite at which 50 or more women workers are ordinarily employed there
shall be provided two huts of suitable size for the use of children under the age of five
years belonging to each women (one hut shall be used for infants, games and play
and the other as their bed room). The huts shall not be constructed on a standard
not lower than the following.

i) 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.

6. CANTEENS:

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

7. SHEDS FOR WORKERS:

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

Contractor Superintending Engineer


(National Highways) Madurai.
NATIONAL HIGHWAYS
SIVAGANGAI (NH) Division.

BIDDING DOCUMENTS

NAME OF WORK

“Widening From Single Lane to Intermediate Lane in Km 6/2 to 19/2 &


Improvements in Selected Stretches Km 6/0-10/0, 13/6-14/0, 15/2-17/0 & 18/0-19/2
of Singampunari V.Pudur road”

Date of Tender :- 03.03.2011

Prequalification Documents and


Documents to be furnished by the Bidder
INVITATION FOR PREQUALIFICATION

1. INTRODUCTION

The Superintending Engineer, (National Highways) Madurai , circle hereinafter


termed “the Employer” wishes to receive Bids from eligible Bidders for as defined in
these Bidding Documents, hereinafter referred to as the Work “Widening From
Single Lane to Intermediate Lane in Km 6/2 to 19/2 & Improvements in Selected
Stretches Km 6/0-10/0, 13/6-14/0, 15/2-17/0 & 18/0-19/2 of Singampunari V.Pudur
road” The invitation for bids is open to the eligible domestic contractors.

2. INSTRUCTIONS TO APPLICANTS

2.1 Qualification Criteria


2.2 Prequalification will be based on meeting all the following minimum criteria
regarding the applicant’s general and particular experience, personnel and equipment
capabilities, and financial position, as demonstrated by the applicant’s responses in the
forms attached to the letter of application. Subcontractor’s e responses in the forms
attached to the letter of application. Subcontractor’s experience and resources shall not
be taken into account in determining the applicant’s compliance with the qualifying
criteria. Joint Venture for this work is also not entertained.

General Experience

The applicant shall meet the following minimum criteria:


I. The applicant in the same name and style should have achieved average annual
turnover (defined as billing for works in progress and completed) over the last five
years of 40% of the value of contract applied for.Rs. 261.63 lakhs.
II. The applicant in the same name and style, as rime contractor should have
successfully completed at least one contract (Highway road and/or Bridge
works/Airport contract) of at least 40% of the value of proposed contract with in the
last five years ie.Rs.261.63 lakhs..
III. This experience in similar nature of work should also include the following minimum
quantities of work at least in one work during the last five years.

1. WMM 2279.00 cum


2. BM 1945.00 Cum
3. SDBC 21712.00 Sqm
4. VCC & VRCC 664.00 Cum

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

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

The application will indicate actual figures of costs and amounts in the schedule
without accounting for the above mentioned factors.
Note: Current year means the year corresponding to the date, month and year in
which notice inviting tenders for pre-qualification is published.

2.4 PERSONNEL CAPABILITIES

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

2.5 EQUIPMENT CAPABILITIES

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

2.6 FINANCIAL POSITION

The applicant should demonstrate that he has access to, or has available liquid
assets (working capital, cash in hand) and/or credit facilities of not less than 10% of
the contract applied for the construction cash-flow may be taken as 10% of the
estimated value of contract/contracts. Rs. 65.41 Lakhs
2.6.1 The audited balance sheet for the last five years should be submitted which
must demonstrate the soundness of the applicant’s financial position, showing long-
term profitability including an estimated financial projection for the next two years.
Where necessary, the Employer will make inquiries with the applicant’s bankers.

2.7 LITIGATION HISTORY

The applicant should provide accurate information on any litigation or arbitration


resulting from contracts completed or under execution by him over the last five years.
2.8 BID CAPACITY

The applicant who meet the minimum qualification criteria will be qualified only if their
available bid capacity at the accepted time of bidding is more than the total estimated
cost of the works ie., Rs. 709.68 Lakhs. The available bid capacity will be calculated
as under:
Assessed available bid capacity = (A X N X 2-B)
Where

A is Maximum value of construction works executed in any one year during the last
five years (updated to the current price level) rate of inflation may be taken as 10%
per year which will take into account the completed as well as works in progress.

B is Value at current price level of the existing commitments and ongoing works to be
completed during the next 12 Months (period of completion of works for which bids
are invited), and

N is Number of years prescribed for completion of the works for which the bids are
invited, i.e., 12 Months in the present case.

Even though the Applicants meet the above Criteria, They are subject to be
disqualified if they have:
• Made misleading or false representation in the form, statements and attachment
submitted, and/or
• Records of poor performance such as abandoning the work, rescinding of contract
for which the reasons are attributable to the non-performance of the contractor,
consistent history of litigation awarded against the applicant or financial failure due to
bankruptcy.

CHECK LIST FOR INFORMATION TO BE FURNISHED

3.1 The documents submitted by Bidders should be properly indexed. All pages shall be
numbered and an index sheet added in the beginning of Bidding documents.

3.2 Current bid capacity should be worked out by the Bidder in accordance with para 2.8
above and furnished in Application Form (7). All documents in support of the figures
used in working out the Bid capacity should be attached along with the five year period
to be used in working out bid capacity and the factors for indexing shall be as below:

Period Period for Indexing


Current Year 1.00
1 Year before 1.10
2 Year before 1.21
3 Year before 1.33
4 Year before 1.46

Note: Current year means the year corresponding to the date month and year in which
notice inviting tenders for pre-qualification is published.
3.3. A duly filled up checklist shall be enclosed as per the Proforma given below. This
shall be added to the index sheet.

Whether If yes, If No,


SI.
Name of Document submitte Refer Give
No
d Y/N Page No. Reasons.
Audited financial statements consisting of profit and loss
1. statements, balance sheets and details about turnover from
Civil Engineering works for Preceding five years.
Extent of access to bank loans or credit facilities with coiling
2. limits, if any, prescribed in this regard and certified by the
banker themselves.
Details of current work in progress including value of current
3.
outstanding payables, etc.
4. Certificates from Competent authority.
5. Provisional program for completion of various activities.
6. Application form (1) to (11)
7. Calculation for current bid capacity
8. Latest Income Tax Clearance Certificates.
Power of Attorney/Authorisation for
Persons Signing the Tender
9.
For Signing the Tender
Partner-in-Charge
10. Summary of quantities of work executed project wise.

ANNEXURE –I

2.5 MAJOR ITEMS OF CONSTRUCTIONAL PLANT


MINIMUM REQUIREMENT OF PLANT AND EQUIPMENT FOR THE WORK

Equipments
Equipments Equipments
proposed
Sl. Description of owned by proposed
Requirements to be
No. Equipment the to be
leased
applicant purchased
(Rent end)
Tipper Trucks (5 - 7 Years) 5
1.

2. Front end loader (5 Years) 2


Smooth wheeled Roller
3. 1
(5 Years)

4 Vibratory Roller (5 Years) 1


Hot Mix Plant with Electronic
5 controls (Minimum 1
80-100 TPH Capacity) (5 Years)
Paver finisher with electronic 1
6
sensor (5 Years)
7 Water Tanker (5 Years) 2

8 Bitumen sprayer (5 -7 Years) 1

9 Tandem Roller (5 Years) 1


ANNEXURE –II

2.4 MINIMUM NUMBER OF TECHNICAL PERSONNEL REQUIRED FOR THE WORK

Sl.
KEY PERSONNEL
No.

1. Civil Engineering Graduate with three years experience – 5 Nos.

2. Diploma holders in Civil Engineering with three years experience – 5 nos.

LETTER OF APPLICATION

(Letterhead paper of the applicant, including full postal address, telephone No., Fax No.,
Telex No, email address and cable address)
Date :
To,
The Superintending Engineer,
National Highways
Madurai – 20.

(Name and address for the employer)


Ref : Advertisement inviting bids from Contractors for “Widening From Single
Lane to Intermediate Lane in Km 6/2 to 19/2 & Improvements in Selected
Stretches Km 6/0-10/0, 13/6-14/0, 15/2-17/0 & 18/0-19/2 of Singampunari V.Pudur
road” Being dully authorized to represent and act on behalf of (hereinafter “the
applicant”), and having reviewed and fully understood all the qualification information
provided, the undersigned here by apply to be prequalified by yourselves as a bidder
for the above work.

Attached to this letter are copies of original documents defining.


a) The applicant’s legal status
b) The principal place of business and
c) The place of incorporation (for applicants who are corporations) or the place or
registration and the nationality of the owners (for applicant who are partnerships or
individually owned firms)
d) Authority letter(s) for signatory(ies)
Yours agency and its authorized representatives are hereby authorized to conduct any
inquires or investigations to verity the statements, documents and information submitted in
connection with this application, and to seek clarification from our bankers and client
regarding any financial and technical aspects. This letter of application will also serve as
authorization to any individual or authorized representative of any institution refereed to in
the supporting information , to provide such information deemed necessary and requested
by yourselves to verity statements and information provided in this application, or with regard
to the resources, experience, and competence of the applicant.

Your Agency and its Authorised Representative may contact the following persons for
the further information.

Name of Inquiry Name, Telephone, Fax and E-mail Address


General and Managerial Inquiries

Personal Inquires

Technical Inquires

Financial Inquiries

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

The undersigned declare that the statements made and the information provided in the
duly completed application are completed, true and correct in every detail.

Signature ________________________
Name ___________________________
For and on behalf of (Name of Applicant)________________
APPLICATION FORM (1)

GENERAL INFORMATION

All individual/firms applying for pre-qualification are requested to complete the


information in this form. Nationality information to be provided for all Owners of
Applicants who are partnerships or individually – owned firms.

Where the applicant proposes to use named sub-contractors for critical components of
the works, or for work contents in excess of 10 percent of the value of the whole works the
following information should also be supplied for the specialist sub-contractor(s).

1. Name of Firm:

2. Head office address :

3. Contact No.

Telephone No. Fax No.

E-mail Address Telex No.

4. Incorporation / Registration details

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

APPLICATION FORM (1A)

Structure and Organisation


1. The Applicant is

a) An individual Firm

b) A proprietary Firm

c) A firm in Partnership

d) A Limited Company or Corporation

2. Attach the Organisation chart showing the structure of organization, including the
names of the Director and position of officers.
3. Number of Years of Experience:

a) As a Prime Contractor (Contractor shouldering


major responsibility)
i) in own country

ii) in other countries (specify, country (ies)

b. As sub-contractor (specify Main contractor)

iii) in own country

iv) in other countries (specify, country (ies)

4. a) For how many years has your organization been in the business of similar work
under its present name? b) What were your fields when your organization was
established? c) Whether any new fields were added in your organisation? d) And
if so, when?

a.
b.
c.
d.
e.
f.
g.

5. (a) Were you ever required to suspend construction for a period of more than six
months continuously after you started ? (b) If so, give name of project and give
reasons thereof.

a.
b.

6. (a) Have your ever left the work awarded to you incomplete? (b) If so, give name of
the project and reasons for not completing work.

a.
b.

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


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

9. Give details of your Soil and Material Testing Laboratory if any:

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

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

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

13. Give details of your experience in construction of Bridge works in open


Foundations.
APPLICATION FORM (2)

GENERAL EXPERIENCE RECORD

Name of Applicant

The Applicants are requested to complete the information in this form. The information
supplied should be annual turnover of the Applicant in terms of the amounts billed to
clients for each year for work in progress or completed.

Annual Turnover Data (Construction Works Only)

Turnover (Indian Rupees)


Sl.No Year
1.

2.

3.
4.

5.
APPLICAITION FORM (3)

1. Particular Experience Record: details of contracts of similar nature

(Highways and Airfields)

Name of Applicant

2. Use a separate sheet for each contract

1. a) Number of contract
b) Name of contract
c) Country
2. Name of Employer
3. Employers Address
4. Contractor Role
Sole contractor
Sub-contractor
5. Value of the total contract (at completion, or
at date award for current contract).
6. Date of award (Original and actual)
7. Date of completion (Original and actual)
8. Contract duration (Years and Months) Years
Months
9. Specify quantities of following major items
of work
a) Earthwork in embankment. Cum
b) WMM/WBM. Cum
c) Bituminous work (DBM/BC). Cum
d) Bridge length m.
10. Name and professional qualification of
applicant’s Engineer-in-charge of the work.
11. Were there any Penalties / Fines/ Stop-
notice/ Compensation/ Liquidated damages
imposed? (Yes or No)
If yes, give amount and explanation.

Notes: In case of contractors in foreign currency, the value of the contract converted to
Indian currency(exchange value of the contract converted to Indian currency (exchange
value shall be as t the end of the project) should be stated.

A certificate of completion from the employer / Engineer must be enclosed.


APPLICATION FORM (5)

Personal Capabilities

Name of Applicant

For specific position essential to contract implementation, Applicants should provide the
names of at least two candidates qualified to meet the specified requirements sated for each
position. The data pm their experience should be supplied in separate sheet using one
Form (5A) for each candidate.

1. Title of position

Name of Prime candidate

Name of Alternate candidate

2. Title of position

Name of Prime candidate

Name of Alternate candidate

3. Title of position

Name of Prime candidate

Name of Alternate candidate

4. Title of position

Name of Prime candidate

Name of Alternate candidate


APPLICATION FORM 5(A)

Candidate Summary

Name of Applicant

Position Candidate

Prime Alternate

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


candidate
3. Professional qualification:

Present Employment 4. Name and Address of employer:

Telephone No. Contact(Manager/Personal


Officer):

Fax No. Tele No.

Job title of candidate: Years with present employer

Summarise professional experience over the last 10 years. In reverse chronological order.
Indicate particular technical and managerial experience relevant to the project:

From To Company /Project/Position/Relevant


Technical & Managerial Experience
APPLICATION FORM (7)

FINANCIAL STATEMENT

The applications should provide financial information to demonstrate that they meet the
requirements stated in the instructions to applicants. If necessary, use separate sheets to
provide complete banker information. A copy of the audited balance sheets should be
attached.

1. Name of applicant

2. Summary of assets and liabilities on the basis of the audited financial statements of
the last five financial years. (Attach copies of the audited financial statements of the
last five financial years. Based upon known commitments, Summarise projected
assets and liabilities in India Rupees for the next two years.

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

3. Annual value construction works, undertaken for each of the last five years and
projected for current year:
Details Current year 1 year 2 year 3 year 4 year
before before before before
Home
Abroad

Note1: Current years means the assessments years (i.e) the completed year
immediately preceding the date, month and year in which notice inviting tenders
for prequalification is published.

Note 2: The projected figure for the current year shall be arrived at by applying the
indexing factor as noted in clause 3.2.
3. Annual construction works, undertaken for each of the last five years and projected
for current year:

Details Current year 2 year 3 year 4 year 5 year


1 before before before before
Home

Abroad

4. Net profit before and after tax:

a) Current period
During the last financial year
During each of the four previous financial
years
Projected for the next 2 years

The profit and loss statements have been certified through ____________________
_______________________________________ by _________________________

5. Specify proposed sources of financing to meet the cash flow demands of the project,
net of current commitments.

Sl.No Source financing Amount in Indian Rupees


1.
2.
3.
4.

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

a) Total amount of credit line (attach latest certificate from the bank obtained
after the tender notice publication).

7. (a) Approximate value of works in hand:

(b) Value of existing commitment of construction works (on going) to be completed


during the next _____ months.
8. Value of anticipated orders for next financial year:

Home

Abroad

9. Bid capacity computation )Give supportive documents).


APPLICATION FORM (8)

LITIGATION HISTORY

Name of Applicant:

The applicant should provide information on history of litigation or arbitration resulting


from contracts completed contracts completed or under execution in the last five years.

Year Award for or Name of Client. Cause of Disputed amount Actual awarded
AGAINST Litigation and Matter in (Current value in amount in Indian
applicant dispute. Indian Rs.) Rs.
1. (a) Has the Applicant’s history of litigation awarded against him ?

YES NO
(b) If yes, give details,

2. (a) Has the Applicant been debarred/ expelled by any Agency in India, during the
last 5 years, excepting on account of reasons, other than non-performance.

YES NO
(b) If yes, give details,

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

YES NO
(b) If yes, give details,

4. (a) Has the Applicant has been declared bankrupt during the last 5 years ?

YES NO
(b) If yes, give details,

Note : If any information in this schedule is found to be incorrect or concealed,


application will be summarily rejected.
APPLICATION FORM (10)

AFFIDAVIT

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

The undersigned also hereby certifies that firm M/s.______________________________


have neither abandoned for which the reasons were attributable to the non performance of
our firm during last five years to the date of this bid.

The undersigned hereby authorize(s) and request(s) any bank person, firm or corporation to
furnish pertinent information deemed necessary and request by the department to verify this
statement or regarding my (our) competence and general reputation.

The undersigned understand and agree that further qualifying information may be requested
and agrees to furnish any such information at the request of the department.

____________________________________
(Signed by an Authorised Officer of the Firm)

____________________________________
Title of Officer

____________________________________
Name of Firm

_____________________________________
Date
APPLICATION FORM (11)

DETAILS OF SUB-CONTRACTORS

Item Element of Approximate value Name and address Statement of


work of Sub-contractor similar works

The Bidder shall enter in this schedule a list of the sections and approximate value of
the work for which he proposes to use sub-contractors. Together with the names and
address of the proposed sub-contractors, providing alternatives in any case where he has
not made a final decision on a particular sub-contractor at the time of bid submission. The
bidder shall also enter a statement of similar works previously executed by the proposed
sub-contractor, including description, location and value of work, year of completion, and
name and address of the Employer/ Engineer. Not withstanding such information the
bidder, if awarded the contract, shall remain entirely and solely responsible for the
satisfactory completion of the works.
76

APPLICATION FORM (6)

MAJOR ITEMS OF CONSTRUCTION PLANT AND EQUIPMENT


PROPOSED TO BE USED BY THE APPLICAT ON THIS CONTRACT

Description Manufacture Number of Year of New Total No of Owned (O) Estimated Power Capacity Present
r & Model each Manufactu or hours Leased (L) CIF value in Rating t/hr. etc Location
Type/Make Equipment/ re Used of operation Or to be Indian Rs.
Plant And since purchased
present date of (P)
Condition manufacture
General

Earthwork

Granular
Construction

Bituminous
Construction

Structures

Workshop
Equipment

The Bidder shall enter in this schedule (adding additional pages as necessary) all items of Construction Plant and Equipment
which he proposes to bring on to the site, either owned, leased (rented), to be purchased and shall indicate the proposed port of
entry. Annexure 1 may be referred for the list of essential plant and equipment for the work.
77

APPLICATION FORM (4)

CURRENT CONTACT COMMITMENT WORKS IN PROGRESS

Name of Firm

The application should provide information on their current commitments on all contractors that have been awarded, or for
which a letter of intent of acceptance has been received, or for contracts approaching completion, but for which an unqualified, full
completion certificate has yet to be issued.

Employer Counseling Location Value of Value Original Original Actual Revised Present Reason
Engineer and contract completed date of target date of target progress for slow
Responsible Description in Indian and commenc date of start work date of (%) progress
for of the work Rs. certified in ement of completi completio if any
Supervision Indian Rs. work on of n of work
work
78

LETTER OF APPLICATION

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

Dated:_____________________________

To,
_____________________________
_____________________________
_____________________________

_____________________________
(Name of and address for the employer)
Ref: Advertisement inviting bids from Contractors for_______________________
________________________________________________________________
Sir
Being duly authorized to represent and act on behalf of ____________________
(Hereinafter "the applicant"), and having reviewed and fully understood all the qualification
information provided, the undersigned here by apply to be prequalified by yourselves as a
bidder for the above work. Etched to this letter are copies of original documents defining.

a) The applicant's legal status.


b) The principal place of business and
c) The place of incorporation {for applicants who are corporations) or the place of
registration and the nationality of the owners (for applicant who are partnerships or individually
owned firms)
d) Authority letter(s) for signatory (ies)

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

Potrebbero piacerti anche