Você está na página 1de 37

FORM-14 FRONT COVER PAGE TO TENDER DOCUMENTS TAMILNADU HIGHWAYS DEPARTMENT

TENDER DOCUMENT
NAME OF WORK : IMPROVEMENTS TO KM 132/6 - 133/8 OF DHARMAPURI STATE HIGHWAYS ROAD (OLD NATIONAL HIGHWAYS -7 (SHU- 129) 03

SERIAL NUMBER

NUMBER OF PAGES

43

NUMBER OF DRAWINGS

NIL

PRICE

9000+1134

ISSUED BY

DIVISIONAL ENGINEER HIGHWAYS ( C&M) DHARMAPURI

SOLD TO THIRU / M/S

DATED INITIAL OF

: SENIOR DRAUGHTING OFFICER Office of the Divisional Engineer Highways (C&M) Dharmapuri

TENDER
ISSUE TO THIRU :

To The Divisional Engineer Highways (C&M) Dharmapuri -705.

Sir,
l/We do here by tender and if this Tender be accepted undertake to execute the following work viz

IMPROVEMENTS TO KM

132/6 - 133/8 OF DHARMAPURI

STATE

HIGHWAYS ROAD (OLD NATIONAL HIGHWAYS -7 (SHU.129) as shown in the


drawings and described in the specifications attached with the bid documents with such variations by way of alterations or, additions to and omissions from the said works and methods of payment as are provided for in the conditions of contract at -----------------------% (--------------------------------------------------Percent ) above / below estimate rates indicated in Schedule -A.

I/we hereby agree that when works are executed by way of alterations of, addition or 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 here by distinctly and expressly declare and acknowledge that before the submission of my/our Tender, l/We have carefully followed the instructions in the Tender notice and have read standard specifications for the roads and bridges and preliminary specifications to standard specification for the roads and bridges, the specifications for the roads and bridge works of Ministry of Surface Transport and that l/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 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 l/We will not here after 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. l/We shall keep the rate of progress of work as stipulated in the tender notice.

Contractor

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:-------------------payment of sum of Rupees For the -----------------------------------------------------------------------------------------as

earnest money remitted at-------------------------------------------------------Treasury under revenue deposit .If my/our tender is accepted, the earnest money may be retained by the Department as security deposit for the due fulfillment of the contract by transferring the same to the credit of the Divisional Engineer Highways (C&M) Dharmapuri Division .If upon intimation being given to me/us by the Superintending Engineer (Highways) Salem of acceptance of my/our tender, fail to attend the said office on the date fixed therein, or if I /We fail to make further security deposit as may be intimated and enter in to the required agreement, then I/we agree to the foliature 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 melees and the Government shall be the foundation of the rights of both the parties and contract shall not be deemed to be complete until the agreement has first been signed by me/us and then by the proper officer authorized to enter into contract on behalf of Government. I/we professionally qualified and my lour qualifications are given below:
NAME QUALIFICATION

CONTRACTOR

I/we will employ the following technical staff for super vision 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/Me fail to employ the technical assistants.
NAME OF THE MEMBERS OF TECHNICAL STAFF PROPOSED TO BE EMPLOYED

QUALIFICATION

SIGNATURE OF THE CONTRACTOR

Station Date

: :

DIVISIONAL ENGINEER HIGHWAYS ( C&M) DHARMAPURI

TENDER NOTICE
1. For and on behalf of the Governor of Tamil Nadu , sealed tenders on percentage basis at estimate rates or above estimate rates or below estimate rates will be received by the Divisional Engineer(H) (C&M) Dharmapuri at his office upto 3.00 P.M (Office clock) on 30.11.2011 for the work of
IMPROVEMENTS TO KM 132/6 - 133/8 OF DHARMAPURI STATE HIGHWAYS

ROAD (OLD NATIONAL HIGHWAYS -7 (SHU.129)

2.

The tender should be in the prescribed form obtainable from the Divisional Engineer (H) Dharmapuri (H) (C&M) Division Upto 25.11.2011 on all working days during the office hours.

3.

The tenders will be opened by the Divisional Engineer (H) (C&M) at his office at 3.15 P.M as per the office clock, on the same day (ie) on 30.11.2011.

4.

The tenderers or their authorized 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 with out any question whatsoever.

5.

Tenders must be submitted in sealed covers and should be addressed to the Divisional Engineer (H) Dharmapuri .The name of the tenderer and the name of the work shall be noted on the cover.

6.

If the tenderer is made by an individual, it shall be designed with the full name and his address shall be given .If it is made by a firm, it shall be signed with the co-partner ship name, by a member of the firm who shall also shall sign his own name and the names and addresses of each member of the firm shall be given. If the tender is made by a corporation, it shall be signed by duly authorized officer who shall produce with his tender satisfactory evidence in support of his authorization .such tendering corporation may be required before the contract is executed, to furnish evidence of its corporate existence.

7.

The tenderers who have registered in the Highways Deportment under category 2nd Class

and above are eligible to tender for this work as already notified in the tender notice.

Contractor

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 proprietor 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 deportment and if certificate for the current year had already produced during the calendar years 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 9.1

All tender received without certificate of Sales Tax Clearance are liable to be rejected. Each tenderer must pay as Earnest Money Deposit a sum of Rs.34000 (Rupees

Thirty four thousand only) In any form of a security such as (1) National Savings
Certificate pledged in favour of Divisional Engineer (H) Dharmapuri Division and not in favour of Governor etc., (2) Demand Draft from nationalized scheduled bank in favour of the Divisional Engineer (H) Dharmapuri 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. (for works with a value of above Rs.50 lakhs): 9.2.1 The E.M.D in the shape of bank guarantee issued by approved and scheduled banks will be accepted. (for works with a value up to Rs.50 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. 9.3 Tenders not accompanied with the notified earnest money deposit in the acceptable form shall be rejected. Contractor

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/Divisional Engineer on the date fixed by written information to him. He shall forthwith upon intimation being given to him by the Superintending Engineer /Divisional Engineer of acceptance of his tender, sign an agreement in the proper departmental form for the due fulfillment of the contract. A further security deposit of Rs. 62000 (Rupees

Sixty two thousand only) or such other sums as will be intimated to him shall be furnished
in the shape of small savings scripts. (4) Kisan Vikas Patras duly pledged in favor of Divisional Engineer (H) Dharmapuri Division subject to the condition that the short term securities obtained shall be kept valid for reasonable tenure till decision of tender is finalized .If the National Savings Scrips, postal scrips, post office savings not pledged in favor of the Divisional Engineer (H) (C&M) Dharmapuri Division are enclosed with pledged form 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 (H) Dharmapuri 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 nonscheduled bank. The successful tenderer should replace the E.M.D. (furnished in modes other than bank guarantee wherever provided for)in the form of small savings scrip/deposits accounts etc. duly pledged in favor of the Divisional Engineer. The tenders who furnish Earnest Money Deposit in the shape of Indra Vikas Patras should note their name in the back side of the Indra Vikas Patras and also they should enclose a letter along with their tender noting the Registration Number of the Indra Vikas Patras enclosed with the tender.

Contractor

This security deposit together with the Earnest Money Deposit and the amount withheld according to the clause110 of the Standard specification to SSRB shall be retained as security for the due fulfillment of this contract. If, upon intimation bring given to the successful Tenderer by the Superintending Engineer(H) Salem Circle/Divisional Engineer (H)Dharmapuri Division on 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 in to, 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 has been signed by the contractor and then by the proper officer authorized 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 in to by the contractor for execution of work for the Tamil Nadu Highways Deportment. 12. For items of works in buildings and structure not structure 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 TNSP and also the Standard preliminary specifications to SSRB contained there in before submitting his tender which shall be for finished work in site. He shall also carefully study the drawings and descriptive specification and supplementing Schedule -A and all documents which, form part of the agreement to be entered in to 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 pat of bid document and agrc3m8nt to be entered into. 14. The tenderer's attention. is directed to the requirements of materials under the clause "Materials and the Workmanship "in the preliminary specifications, Materials conforming to the British Standard Specification, or Bureau of Indian Standard and Indian Road Congress shall be used in the work and the Tenderer shall quote his tender percentage accordingly. Contractor

15.1.

Every tenderer is expected before quoting his tender percentage to inspect the site of the proposed work. He should also inspect the quarries and other sources of materials and satisfy himself about the name of quarries, Kilns etc., where from certain materials are to be obtained as given in the descriptive specification sheet.

15.2.

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

16

The Government will not however, after acceptance of the tender ,pay and extra 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 specification regarding payment of Seignior age, tools etc.,

17.

The tenderers particular attention is (drawn to the sections and clauses in the Standard Preliminary specifications dealing with: 1. Test inspection and rejection of defective materials of work,2. Carriage,3. Construction plants, 4. Water and lighting, 5. Clearing up during progress and for delivery, 6. Accidents, 7. Delays. 8. Particulars of payments.

17.1 18.

The tender should closely peruse all the specification clauses which govern the rates for which he is tendering. 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 of 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 (H) Dharmapuri Division or as set forth tender percentage, with reference to the departmental estimate rates indicated in Schedule-A.

Contractor

19.

The tenderer 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 condition of contract. The tender percentage shall be written legibly and free from erasures. Over writings or conversions of figures, corrections where unavoidable should be made by crossing out, initialing dating and rewriting.

20.

Tenders not submitted in proper form or with in due time will be rejected. Lump sum amount 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 condition of contract, the drawing ,specifications or quantities accompanying the same will be recognized if any such alterations are made, the tender will become invalid.

21.

The attention to the tenderers is dawn 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 90 days.
PROGRAMME FOR COMPLETION OF WORK:

SI.No

Period( cumulative from the date of handing over the site)

Milestone fixed for completion

Separate Sheet Enclosed

22.

No part of the contract shall be sublet without written permission of the Divisional Engineer (H) nor shall transfer be made.

23.

If any further information is required the Divisional Engineer (H) Dharmapuri Division will furnish such information but .it must be clearly understood that tenders must be fully in order and according to instructions.

24.

The Divisional Engineer (Highways) or other competent authority reserves the right to reject any tender or all the tenders without assigning any reasons therefore.

Contractor

25.

The tenderer submitting the 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's and resources that will be but at the disposal in respect of the following classifications should accompany the tender. a. Equipment Transport for materials Lorries concrete mixers etc.

b. Organization 1.Technical, 2.Unskilled, 3. Skilled c. Methods that will be accepted to speed up the work for the entire completion with in 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, tools, insurance, contribution to labour welfare fund 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 the deportment .IF there are any change 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. The traffic will be allowed in the diversion road during execution if necessary and for which separate payment will not be made.

Contractor

32.1

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

32.2

The contractor should make his own arrangements to form and maintain the diversion or approach road for the conveyance of materials to the work spot at his cost and the deportment will not make any payment for this item. This should be the responsibility of the contractor.

33. 34.

The validity of tender should be for 90 days from the date of Tender.
THE TENDERER SHOULD QUOTE THEIR TENDER PERCENTAGE BOTH IN WORDS AND FIGURES CLEARLY IN THE TENDER FORM ON LY.

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

SCHEDULE 'A'
SCHEDULE OF RATES AND APPROXIMATE QUANTITIES

1.

The quantities here in given are there upon which the estimate cost of the work is based ,but they are subject to alteration s ,omissions ,deductions or addition as provided for in the conditions of this contract and do not necessarily show the actual quantities of work to be done. The units rates indicated will be modified after applying the tender percentage either above or below estimate rate 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 standards specifications for roads and bridges with the MOST specifications of this contract.

2.

It is to be expressly under stood that the measured work is to be taken net (not with standing any custom or practice to the contrary) according to the actual quantities. when in places and finished according to the drawing, or as may be ordered time to time by the Divisional Engineer and the cost calculated by measurement or weight at the respective prices, with out any additional charge for any necessary or contingent work connected here with .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 to be constructed as full specification .The quoted rate shall be for carrying out the item as per standards and specifications described in the relevant MOST specification .The contractor shall take no advantage of any apparent error or omission in the schedule-A description.

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

SCHEDULE 'B'
- NIL -

SCHEDULE 'C'

1. 2. 2. 3. 4.
5.

DESCRIPTIVE SOURCE OF MATERIALS AND LEAD STATEMENT. DESCRIPTIVE SPECIFICATION REPORT OF THE WORK CONDITION FOR RATE OF PROGRESS. SPECIAL CONDITION.
SPECIAL CONDITION FOR CENTRAL MIXING PLANT SITE SPECIAL CONDITION FOR CALIBRATION CENTRAL MIX PLANT
SPECIAL CONDITION FOR WORKS INVOLVING CENTRAL MIXING PLANT AND PAVER FINISHER

6.

7.

SPECIAL CONDITION FOR WET MIX MACADAM CONDITIONS FOR CLAIMS OF CONTRACTOR ON ACCOUNT OF LOSSES DUE TO UNPRECEDENTED FLOODS AND OTHER ACTS OF GOD

8. 9. 10. 11.

SPECIAL CONDITION OF CONTRACT. COMMERCIAL CONDITION. SCHEDULE - D

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

DESCRIPTIVE SPECIFICATIONS Sl. No Lead in KM

Description of materials

Name of Quarry

Reach in KM

All size of IRC & ISS Metal

Quarry at KM 16/8 of Nallampalli Papparapatti (Via) Indur Ganapatti road CMP Site at KM 133/2 of 132/6 133/8 Dharmapuri State Highways road ( Old National Highways road -7) Average lead 132/6 133/8

18.00

Gravel

5.00

Bitumen 60/70, 80/100 3 Bitumen emulsion

Manali, Chennai

132/6 133/8

319.00

Irunkattukottai, Chennai

132/6 133/8

270.00

RATE OF PROGRESS
Name of Work :

IMPROVEMENTS TO KM 132/6 - 133/8 OF DHARMAPURI STATE HIGHWAYS ROAD (OLD NATIONAL HIGHWAYS -7 (SHU.NO.129)

1st Month :

Preliminary works and advance patches using 45 mm IRC should be completed. Providing and laying tack coat over existing BT surface using 2.50 Kg / 10 M2 should be completed.

2nd Month :

Providing and laying Dense Bituminous Macadam should be completed. Tack coat over DBM surface using 2.00 Kgs / 10 M 2 should be completed.

3rd Month :

Providing and laying bituminous Concrete should be completed supply and filling gritty gravel for making up berms should be completed. All works should be completed in all respects.

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

SPECIFICATION REPORT TO THE ACCOMPANY THE ESTIMATE FOR THE WORK OF IMPROVEMENTS TO KM 132/6-133/8 OF DHARMAPURI STATE HIGHWAYS (OLD NH-7) (SHU-129)
Estimate Amount: Rs.50.00 Lakhs Name of Work : Improvements to Km 132/6-133/8 of Dharmapuri State Highways (Old NH-7) Scheme and Authority: Administrative sanction for this work has been accorded for Rs. 50.00 Lakhs under Comprehensive Road Infrastructure Development Programme 2011-12 scheme vide Go.Ms.No. 119 Highways and Minor Ports (HN2) Department Dated Location and Classification: Dharmapuri State Highways is a State Highways . This road starts at Km. 132/300-148/150. The total length of the road is 15.85 KM . This road is maintained by Dharmapuri Highways Sub Division of Dharmapuri (H) Division. Importance and Necessity: Proposed stretches are passing through built up area and all the incoming and outgoing vehicles to Dharmapuri town use only this road. Many central and state government offices, Medical college and Medical college Hospital, many Private hospitals and nursing homes, government and private schools, two TNSTC bus depots, TNSTC regional office, marketing centers, fourteen commercial banks, automobile show rooms and workshops, hotels and lodges, fuel stations and many cinema and marriage halls are located on either side of the this road. Details of Last Renewal: The stretch from Km 132/6-133/8 was last renewed during 2005-06 under Special Repairs. Need for Improvements In the proposed stretch from Km. 132/6-133/8 the surface is worn out in many places. Many patches, pot holes and sunken portions are developed in this stretch and affect the smooth flow of traffic. Therefore it is necessary to improve this stretch to restore free flow of traffic. 24.10.2011.

The existing riding surface shows distressed sign such as raveling, formation of ruts, cracks, deep pot holes & stray patches etc. So the road users felt uncomfortable journey in this stretches. Also vehicle operating cost becomes very high. In view of the above said reasons it is necessary to renew the surface with the provision of 50mm DBM for 210m & 40mm BC for entire stretches as per the guidelines. The existing carriage way was renewed during 2005-06 Existing condition of the road : The wearing course of the existing BT surface is BM & SBC. The existing carriageway has a width of 10.00. and formation width is 18.00M. At KM 132/6-133/8 Stretch Existing Lane width 10.00 Gravel WBM Bituminous Surface Soil type Formation Width

132/6-133/8

0.15

0.15

75 mm

Gravelly soil

18.00

TRAFFIC CENSUS Census Point 137/2 Stretches Influenced 132/6-133/8 Year of census 2010-11 Commercial vehicle per day 3450 Period of census Peak PCU 50804

FOR IMPROVEMENTS PORTION DESIGN The wearing course of the existing Bt surface is Bituminous Concrete and therefore it is proposed to provide 40 mm BC with 50 mm DBM as the surface is distressed with sunken portions, ruts, cracks and patches to improve the riding quality of surface. As the percentage of cracks is between 10% and 20% and existing pavement thickness is above 300 mm, 50 mm DBM (Equivalent to 75 mm BM) and BC are proposed vide MORTH guidelines for improvements to riding quality vide circular No. RW/NH 33044/10/2000 SGR Dt. 26.09.2002. The existing riding surface has the roughness index (RI) Value 7300 mm, mm / Km. As the

Crust Thickness is more than 300 mm and the roughness Index Value (RI) value of the existing riding surface is more than 3500 mm / Km. From the above Condition the following provisions are made for the improvement of Riding Surface. The existing riding surface crust thickness is 375mm, cracks are less then 10% and undulation is around 7300 mm/km.

PROPOSAL FOR IMPROVEMENTS It is proposed to make up the damaged portions and port holes are rectified with advance patches. Then DBM is provided for damaged portion of 210m and BC will be provided for the entire width and length of the road. For easing DBM portion on either side of the road, DBM for 60cm has been provided. IN Km 135/4-138/4 of three stretchers is improved with DBM & BC of 50mm & 40mm thick of the same road. Hence DBM is provided in damaged portion is BC to provided for entire portion (stretch). The gritty gravel has been provided on both sides from 5 km lead because the entire road runs through block cotton soil area and fertile land. The entire roads lies in the centre of the town and the gravel is to be conveyed from minimum lead of 5 Km only Sl.No 1. Provisions Following Provisions are made in this estimate. 1. 2. 3. 4. 5. 6. Rates: Current schedule of rates for PWD and Highways Department for the Year 2011-12 has been adopted for preparing the Estimate. Providing Advance patches work for making up the undulation in existing BT surface Providing tack coat using 2.5 Kg of emulsion bitumen as per 502.3.2 of MORT & H I revision 1978 Providing Dense Bituminous Macadam 50mm thick using 60/70 grade bitumen as per cl.507 of MORT & H IV revision Providing tack coat over DBM surface using 2 Kg of emulsion bitumen as per 502.3.2 of MORT & H I revision 1978 Providing Bituminous Concrete of 40mm thick using 60/70 grade bitumen as per Cl.508 of MORT&H IV revision. Supply and filling of Gritty Gravel with an average 1Km lead Strech Km 132/6-133//8 Binder DBM 50mm (210m) Wearing course BC 40mm

Contractor

Divisional Engineer Highways (C&M) Dharmapuri

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

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

SPECIAL CONDITIONS
1. The quoted percentage implies and inclusive of the rates for all item including cost and
conveyance of all materials, labour charges, hire charges for all tools and plants etc. Payment of duties and taxes leviable, insurance and any incidental service extra. 2. The work should be carried over as per SSRB and MORT&H and other specification issued from time to time by the higher authorities. 3. Quality control should be maintained during execution of work at every stage. The contractor should afford necessary facilities to the departmental Officer to Conduct necessary test at the site during execution, all expenses connected there with shall also be borne by the contractor. 4. The sub base material should be tested for its suitability in accordance with C.L 401 of MORTH revision IV from Highways Research Station or any other reputed institute and get it approved by the component authority before executed by the contractor at his cost. 5. If there is any change in material or composition no extra will be paid. The contractor has to get the design mix approved to give designated CBR without any extra cost.

6.

All the contemplated in the tender or for the work to be carried out as per MORTH IV revision. Specifications only for semi dense Bituminous concrete the work has to be done as per clause 508 of MORTH specification and the said the specification require necessary mix design based on the quality of materials proposed by the contractor to be used for the work. Therefore necessary job mix formula is to be obtained by the contractor from the competent authority of Highways research Station / Indian Institute of Technology / Regional Laborites / Government Engineering colleges / Aided Engineering Colleges / Research institutions.

7.

The Contractor is bound to get the job mix formula from H.R.S at their cost and to do the work based on the test results as given by the Highways research station as directed by the Engineer in charge. The tenderer final amount included expensed towards the above said mix formula and no fluctuation or variation from the quoted rate is admissible for doing this item of works as per job mix formula.

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

CONDITIONS
1. Attention of the contractor is directed to the standard preliminary specification regarding payment seighnorage tools etc., 2. The contractor should take risk insurance at their cost against losses due to un presented flood and other acts of God (G.O.Ms.No.620/PWD/ Dated : 22.07.1978) 3. Income tax will be recovered from the contractors bill as per rates in force 4. For the works Executive Engineer PWD and MDSS wherever occurring this agreement should be read s Divisional Engineer, Highways and SSRB respectively
5.

Not with standing the failure of the contractor to comply with the notice served on him under PS 109.05 (a) herein, the Engineer shall permit the contractor to proceed with the work in conformity with the contract. Such permission shall carry with it the forfeiture of a sum money as penalty. Calculated at 5 % of shortfall of that particular mile stone (G.O.Ms.No.281 Highways & Minor ports Department (HF-1) Dated : 13.09.2010)

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

SPECIAL CONDITION FOR CALIBRATION CENTRAL MIX PLANT


Before commencing the item of bituminous work, the contractor should obtain the CALIBRATION CERTIFICATE regarding the quality and outturn capacity of the CMP unit from a reputed company for the good status of CMP (Calibration of Central Mix plant) unit and other plants like paver, etc, which are using in site during the progress of Bituminous work and furnish the same of the quality control unit officials for record the fact in the Register maintained in the work site for confirmation . The special condition included in the tender document as per the instruction of THE DIRECTOR GENERAL, HIGHWAYS, CHENNAI in Memo No.4684/DG/Quality control/2011-4/ Dated : 07.04.2011.

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

SPECIAL CONDITION OF CONTRACT

The special conditions here in under shall have the meaning and indent out lined in clause 107 05 of P.S. to S.S.R.B the contractors quoted rate shall be inclusive of all the elements and costs required to comply with them. the special conditions comprise of two parts viz.1) technical specification and II ) Commercial conditions.

1. TECHNICAL SPECIFICATION General The entire works as described in scope of work ( General conditions of contracts ) shall be done in accordance with the specifications for the road bridge works. fourth revision - 2001 and the corrigendum published at new by Indian Roads congress on behalf of Government of India Ministry of road Transport and Highways and shall be deemed to be bound in to this document and becomes part and parcel of the agreement.

in the absence of any definite provisions on any particulars issue in the aforesaid specification, reference may be to the latest IRC codes of Practice, is specifications and SSRB in the order, where even these are silent. the construction and completion of the works shall conform to mound engineering practice and in case of any dispute arising out of the interpretation of the above. the decision of the Engineer in 0 charge shall be final and binding on the contractor. These shall be deemed to be bound to this document and becomes part and

Part I

General Specifications
Part I shall comprise the Specifications for road Bridge works IV Revision 1995 and the

corrigendum publish at New Delhi by Indian Road Congress on behalf of Government of India, Ministry of surface transport (Road Wing) and shall be deemed to be bound into 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 specifications

for road and Bridge Works referred in Part I (to cover aspects of the particular works not covered by the same ) and accordingly the said specification so amended shall form part of the contract.

Contractor

A substitute clauses as indicated by the suffix S is an amendment of a clause in part I General specification and supersedes the whole of the clause . then any reference to the superseded clauses shall be deemed to refer to the substitute clauses. In so far as any substitute, modified and additional clause may conflict or be inconsistent wit the any of the provisions of part 1 General Specifications under reference, the substitute, and 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 understood from the definition of these terms in and as included in the General condition of contract. In the absence of any definite provisions on any particulars issue in the afore - said

specification, reference may be made to the latest IRC codes of practice, I.S. Specifications and SSRB, in that order where in 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 -1 which are either which substituted or modified or added Substituted clauses Modified clauses 112.1, 112.2, 112.3, 1006, 1009.3, 2901 to 2905 2908 to 2911. 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 1818, 2211, 2912

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

SPECIAL CONDITION FOR CENTRAL MIXING PLANT SITE


1. The Central Hot Mix Plant (20 /30 TPH & above ) and its accessories Including paver finisher should satisfy as laid in MORTH specification for road bridge work (Fourth Revision). 2. No foreign exchange will be made available to the contractor for the purchase of Tools and Plant for the work. 3. The Central Hot Mix Plant site should be located within the radius of workable distance from the work site. 4. Necessary arrangements should be provided by the contractor to conduct necessary quality control test for the materials to be used on the work at contractors expenses and the rate quoted are inclusive of all such expenses etc., 5. 6. The Central Mixing Plant site should not be change until all the works are completed. The Power consumption charge and land taxes etc., and other related expenses in respect of Central Mixing Plant site should be borns by the Contractor himself and no separate rates will paid for. 7. Necessary risk insurance should be taken up by the contractors for his expenses before commencement of work. The copy of the risk insurance policy should be produced to the Engineer-in-charge. 8. The contractor should allow the departmental Engineers and also their subordinates and to tender necessary assistance at Central Mixing Plant site for carrying out their legitimate duties at any time 9. Traffic Rules and Regulations should be strictly and adhered while transporting the mixer to the work spot by the Contractor and his employee. 10. Necessary cautionary board and sign board should be displayed by the Contractor at the appropriate places in respect of Central Mixing Plant site and also at worksite. 11. If any unforeseen incidental charges in respect of Central Mixing Plant site or to his materials, this department will not responsible in any way for the same.

CONTRACTOR

SPECIAL CONDITION FOR WORKS INVOLVING CENTRAL MIXING PLANT AND PAVER FINISHER 1. The Bituminous Macadam and semi dense concrete work is to be Executed using Central Mixing Plant, Paver Finisher Vibratory Road Roller confirming to the MORTH specifications for road and bridge works (IV-Revision) with all added and corrigenda thereto. 2. The tenders of the Contractors who are having own Central Mixing Plant and Paver Finisher alone will be considered. 3. The tenders shall produce satisfactory eceidence regarding the ownership of the of the Central Mixing Plant and Paver Finisher and furnish copies of purchase documents along with their tender. 4. The tender of such of those tenderes who do not posses Central Mixing Plant and Paver Finisher and who do not produced necessary documents evidence in support there of will not be considered and shall be summarily rejected. 5. The tender inviting authority reserves the right to assess the capacity of the tenderer and also past performance and reject the tender, if otherwise not satisfactory.

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

SPECIAL CONDITION FOR WET MIX MACADAM


The Wet Mix Macadam (WMM) work should be executed with the Tools and Plants as specified in the MORTH specification

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

COMMERCIAL CONDITIONS
1.1 Steel and cement will not be supplied by the department. This contractors have to procure the same and use it on the work. 1.2 1.3 steel conforming to standards and specifications shall be procured. The cement should be procured in lot of from the authorized Dealers and should not be purchased locally in placement. 1.4 The contractors have to produce the test Certificate conforming to is and other accepted codes and standards on support of the quality procured. if the materials are found to be sub standard or not conforming 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 , handing and storage charges and other requisites as contained in clause 1033 04 OR Ps to SSRB

II.1

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

II.2

The contract 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

II.3

The quoted rate shall be inclusive of cost of bitumen, bitumen emulsion conveyance, handling and storage charges and other requisites as contained in clause 103 04 Or Ps to SSRB

II.4

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

3.

The contractor shall be responsible to make good and remedy at his own coat and 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 if by registered post before the expiry of period of 36 (Thirty Six) Months hereinafter referred to as defects liability period ) from the completion of whole of the work, for major like formation of road including metalling ands black topping.

Contractor

4.2

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

4.3

In the event of 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 s the case may be, by or other means at the risk and expenses of the contractor

4.4.1 At the time of making final payment for Major works like formation of road including metalling

and block topping 2 % of the total value of work done shall be retained by the department. This amount will be refunded to the contractors on the expiry of the 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 faculty workmanship by the contractor of substandard materials used by the contractor. 4.4.2 In case of works like resurfacing of the existing roads and block topping the amount will be refunded to the contractor on the expiry of six months from the date of completion of work. 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 tolls and plants are hired to the contractor 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 expected risks) for which he is responsible under the terms of contracts and in such a manner that the Government and the contractor are covered during the period of constriction of the works and defects liability period for

Contractor

i). ii)

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

7.

Any amount due from the contractor which 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 area 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 included below, incase, 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 the under take to employ technical assistants required by the department as specified in the schedule below for the work, In the case of 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 work while the work is in progress personally checking all the items of works and paying extra attention to such work as may demand special attention. (ie) bituminous courses RC etc. One B.E Civil (or) equivalent Degree holder with three years experience in civil Engineering Above Rs.5.00 Lakhs upto Rs.10.00 lakhs (or) not less than one retired Sub Divisional Officer / Assistant Executive Engineer (or) Assistant Divisional Engineer. One B.E Civil Engineering with three years experience (or) One Retired Sub Divisional Above Rs. 10.00 Lakhs :upto Rs.25.00 Lakhs Officer plus One diploma holder in Civil Engineering or two Diploma holders in civil Engineering with three and five years experience respectively

Contractor

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 Above Rs. 25.00 Lakhs upto Rs.50.00 Lakhs engineering or two retired Junior Engineer. (ALTERNATIVE) One B.E Civil (or) equivalent degree with three years experience (or)not less than One retired Sub Divisional Officer and one more B.E (Civil) or equivalent degree holder. Two B.E., (Civil) or equivalent degree holder with three years experience not less than tow retired sub Above Rs.50.00 Lakhs Divisional Officer / A.E.E plus four Diploma holders in Civil Engineering or Four retired Engineers. If the tenderer fails to employ technical men as indicated above for the works, penalty shall be Levied during the period of such non employment of the technical men. A Penalty of Rs. 5000/- per month for Diploma holder and rs.10000/- per month for degree holder be levied in case of default on the part of the contractor is following norms mentioned above. Notes : In case, the contractor who is professionally qualified is not in a position to remain always at the site of work for checking of all the items of work and paying extra attention to such works as may demand extra special attention (ie) bituminous courses, reinforced concrete work etc. he should employ the technically qualified men (as) prescribed foe the work. It will not be incumbent on the par to the contractor to employ technical Assistant / Assistants when the work is kept. in absence due to valid reasons and if during such period ion the opinion of the Divisional Engineer (H) the employment of Technical Assistants 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 such rates which the government may be notification fix from time to time. Contractor Junior

10. 11. 12.

VAT Tax 4% of the bill amount will be recovered from all interim bills final of the contractor or such rates which the Government may by notification fix from time to time. The Contractor will have to pay penalty to the Telecom Department if damaged is caused by hi, to the loss incurred by the Telecom Department for the said damage. Recovery at 0.30 % of the estimated value of the contract will be made from the contractors bill or at such rates. The Government may be notification fix from time to time towards TamilNadu Manual workers welfare reference to the Tamil Nadu Manual workers ( Regulation of employment and condition of work) Act 1962.

13.

In case of any dispute of difference between the parties to the contractor either during the progress or after the completion of 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 will be settled by filing a Civil suit before a civil court having jurisdiction for decision. if any the claims monetary value is less than Rs.2.00 (Rupees two Lakhs only) the dispute shall be referred foe arbitration to a sole Arbitrator. The Superintending Engineer (NH) Thiruunelveli 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.

14.

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

15.

The Contractor should engage child labour (Below the age of 16 years ) in the execution of works. If the contractor engage child labour the work contract assigned to him shall be black listed for 3 years.

16.

PROTECTION AND RESTORATION OF PROPERTY As per clause 108 08 of PS to S.S.R.B the contractor has to resolve a property such as wires, cables, water pipes, meters and accessories conducts, etc., damaged during execution at his expense within 48 Hours from the notice given in writing and the Engineer any proceed as may be deemed necessary protecting the interests of the Department.

17.

SAND GRAVEL MIX WORK For the involves sand Gravel Mix, the mix ratio sand, Gravel aggregate or quarry fines, the mix has to be got designed from H.R.S (or) any other reputed institution at contarctor`s cost and approved by the competent authority before proceeding with the work. If there is any chance in the materials in higher side no extra amount will be paid.

Contractor

CONDITIONS FOR CLAIMS OF CONTRACTOR ON ACCOUNT OF LOSSES DUE TO UNPRECEDENTED FLOODS AND OTHER ACTS OF GOD The contractor should arrange to insure the work as risk insurance 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 nor 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 be take full responsibility for the care thereof and 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 any 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 pf Engineer. (G.O.Ms.No. 620/TD/ dated 27.7.1978 and amendment issued in G.O.Ms.No. 742/TD/dated 27.06/1983)

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

SCHEDULE - D
Applicable to all cases of works other than those relating to roads, channels and canals 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 to the satisfaction of Divisional Engineer. 1. FIRST AID At the work site, there shall be maintained at an accessible place first aid appliances and medicines including adequate supply of sterilized dressing and sterilized cotton wool. The appliances shall be kept in good order. They shall be placed under the charge if responsible person who shall be readily available during working hours. 2. DRINKING WATER A. B. C. D. Water of good quality fit for drinking purposes shall be provided for the workers on the scale of not less than 3 gallons per head per day. Where drinking water is obtained from intermittent public water each work site shall be provided with storage tank where such drinking water shall be stored. Every water supply storage shall be at a distance of not less than Sum from any latrine drain or other sources of pollutants Where water as to be drawn from an existing well, which is within such proximity of any latrine drain or other sources of pollutants .The well shall be properly chlorinated before water is drawn from it for drinking .AII such wells shall be entirely closed and provided with a trap door which shall be dust and water proof. A reliable pump shall be fitted to each inner well. The trap door shall be kept locked and opened duly for inspection and cleaning which shall be done at least once a month.

E.

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 promises of every work site ,latrines and urinals in accessible places and the accommodation separately for each of them shall be on the following scale or on the scale directed by the Divisional Engineer in any particular case. A. Where the No. of persons employed does not Exceed 50 Where the No. of persons employed exceeds 50 but does not exceed 100. C. For every additional hundred 3 seats 3 seats 2 seats

B.

If women are employed separately, latrine and urinals screened from those for man shall be provided on the same scales .Except in work site provided. Contractor

with water flushed latrines connected with a water borne sewage system all latrines shall be provided with receptacle on dry earth system which shall be cleaned at least four times daily and at least twice during working hours and kept in a strictly sanitary condition, the excreta from the latrines shall be disposed off at the contractor's expenses in out work pits approved by the local public health authority. The contractor shall also employ adequate number of scavengers and conservancy staff to keep the latrines and urinals in a clean condition.
5. SHELTERS DURING REST

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

At every work site at which 50 or more women workers are ordinarily employed there shall be provide 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 be room).The huts shall not be constructed on a standard not lower than the following. 1. 2. 3. Thatched roof Mud floors and walls Planks spread over the mud floor and covered with matting.

The use of the huts shall be restricted to children their attendants and mother of the children.
7. CANTEENS A cooked food canteen on moderate scale shall be provided for the benefit of workers if it is

considered expedient.
8. SHEDS FOR WORKERS

The contractor shall provide at his own expenses sheds for hosing the workers. The shed shall be on a standard not lass than cheap shelter type to live in which the workers in the locality are accustomed .A floor area of about 6'x5' for two person shall be provided. The sheds are to be in a row with 5' clear space between sheds and 50' clear space between rows if conditions 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 and remove the same at his cost and no labour or huts allowed to continue

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS DOWNLOADED FROM INTERNET


1. Tender documents are to be down loaded form and printout is to be taken of A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded tender document to be printed through laser printer only. Submission of Xerox or photocopy of tender document is prohibited. This tender document (in full) downloaded along with the various documents required be submitted as per the tender conditions in a sealed cover duly subscribing with the name of the work, tender notice no and date, submission of tender downloaded from the Internet etc, and the same should be dropped in the tender box kept in the office of Special Chief Engineer (H) / Divisional Engineer (H) before the date and time stipulated in the tender document. The earnest money deposit required for this work as stipulated in the tender document also to be submitted separately. Tenderers are advised to downloaded tender documents well in advance and submit the tender before the stipulated time. It is the responsibility of the tenderer to check and correction or any modifications published subsequently in Website and the Tenderer shall take a printout of the Corrigendum (if any) and sign the same and should attach to the main tender document. Tender documents unaccompanied by the published corrigendum will be liable for rejection. The Highways will not be responsible for any postal delays/delay in downloading of tender document from the internet. Tenderers are free do download tender document at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting the offer. Master copy of the tender document is available in the office of Divisional Engineer (H) concerned. After award of work an agreement will be drawn up. The agreement will be prepared based on the master copy available in the above mentioned office and not based on the tender document submitted by the tenderer. In case, any discrepancy between the tender document downloaded from the internet and the master copy, the latter shall prevail and will be bindingon the tenderer. No claim on this amount will be entertained. If any change / deletion is made by the Tenderer and the same is detected at any stage even after the award of the tender, his full earnest money deposit will be forfeited. In addition, the tenderer is liable to be prosecuted as per the law or banned from doing business with Highways Department. I / We here by accept the above instructions and I / We will furnish a declaration for the above with the Tender document. Any clarifications required and any further details or drawings required for this work please contact Concerned Divisional Engineers (H).

2.

3. 4.

5.

6.

7. 8.

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

Declaration
a) I / We have download the tender form the internet site http://tender.gov.in and I / We have not tampered / modified the tender forms in any manner. In case. If the same is found to be tampered/modified I / We understand that my / our tender will be summarily rejected and full earnest money deposit will be forfeited and I / We am / are liable to be banned from doing business with Highways Department and / or prosecuted b) An extract of performance Pass Book of the Contractor should be attached along with thee-Tender. List of all works carried out should be furnished without any omission. A certificate should be furnished along with the Tender as stated below.

Certified that all works taken up by the Contractor in all the wings of this Department are furnished along with Tender correctly without any omission

Contractor

DIVISIONAL ENGINEER HIGHWAYS (C&M) DHARMAPURI

Você também pode gostar