Value of work: Rs.19.20 Crores VOLUME

40
Tamil Nadu Road Infrastructure Development Corporation (TNRIDC) (A Government of TamilNadu Undertaking) Name of the Work: CONSTRUCTION OF GRADE SEPARATOR AT ORAGADAM JUNCTION AT KM 47/4 OF VANDALUR – WALAJABAD ROAD (SH-48) Value of work: Rs.19.20 Crores VOLUME – I PREQUALIFICATION DOCUMENT

Transcript of Value of work: Rs.19.20 Crores VOLUME

Tamil Nadu Road Infrastructure Development Corporation (TNRIDC)

(A Government of TamilNadu Undertaking)

Name of the Work:

CONSTRUCTION OF GRADE SEPARATOR AT ORAGADAM JUNCTION AT KM 47/4 OF VANDALUR – WALAJABAD ROAD (SH-48)

Value of work: Rs.19.20 Crores

VOLUME – I

PREQUALIFICATION DOCUMENT

Contents

Section Heading Page No

(i) Form 1.4 3

(ii) Tender Notice……………………………………… 4

(iii) Tender Document and Proforma

to be filled by the applicant…………………… 5

(iv) Invitation for Prequalification………………………. 9

1 Introduction……………………………………………………… 9

2 Instruction to applicant ………………………………………… 9

3 Check list for Information to be furnished……………………. 13

4 Annexure – I Major Items of Construction plants

16

5 Annexure- II Details of Key Personnel and administrative Personnel………………………………………………………… 18

6 Annexure- III Minimum requirement of qualified personnels 19

7 Letter of Application…………………………………………….. 20

8 Application Form (1) ……………………..............................................................

22

9 Application Form (1A) …………………….............................................................

23

10 Application Form (2) General Experience Record………… 26

11 Application Form (3)………………………………………………..…………….

27

12 Application Form (4)……………………………………………..…

28

13 Application Form (5)- Personal Capabilities………………………

29

14 Application Form (5-A)……………………………………………..

30

15 Application Form (6) Major Items of Construction

Plants and equipments proposed to be used

2

by the applicant on this contract……………………………..… 31

16 Application Form (7) - Financial Statement………………………

32

17 Application Form (8) – Litigation History……………………….…

34

18 Application Form (9)- Information regarding current Litigation,

35

Debarring/Expelling of tenderer or abandonment of work

19 Application Form (10) Affidavit…………………………………

36

20 Application Form (11) Details of Sub-contractors…………….…

37

21 Key Map…………………………………………………………….

39

(i) FORM – 1.4

TAMILNADU ROAD INFRASTRUCTURE DEVELOPMENT CORPORTAION

TENDER DOCUMENT

NAME OF WORK : CONSTRUCTION OF GRADE SEPARATOR @

ORAGADAM JUNCTION AT KM 47/4 OF

VANDALUR – WALAJABAD ROAD (SH-48)

SERIA NO :

NO. OF PAGES :

NO. OF DRAWINGS :3

ISSUED BY : Executive Director,

Tamilnadu Road Infrastructure

Development Corporation, Chennai –600 002

SOLD TO THIRU / Messrs/. :

DATED INITIAL OF OFFICER :

TAMIL NADU ROAD INFRASTRUCTURE DEVELOPMENT CORPORATION,CHENNAI – 2

Tender Notice No.3/ADE/TNRIDC/2009-10 dated 9.11.2009

Notice Inviting Tenders (Two Cover System)

1. For and on behalf of the TNRIDC Chennai – 2, Sealed schedule tenders (item wise) will be received by the

Executive Director, TNRIDC for the following work:

Sl.No

Name of work Approximate value of contract

(Rs in lakh)

EMD amount

(Rupees in lakh)

Period of completion

Place from where tender schedules can be obtained

1 Construction of Grade separator at Oragadam junction at Km 47/4 of Vandalur – Walajabad road (SH-48)

1920 9.70 18 months

TNRIDC, LLA Building,735, Anna Salai,Chennai-2

NOTE:1. The Tender Schedule can be downloaded free of cost from the website http//tenders.tn.gov.in/ and http://

www.tnhighways.org/ upto 14.12.2009 at 5.45 P.M

2. The tender schedules (including Pre-qualification and bid documents) will be issued by the Executive

Director, TNRIDC Chennai –2 during office hours upto 14.12.2009 on the remittance of Rs. 15,600

4

(Rs. 15,000+Rs.600) towards cost of tender document including VAT in form of Demand Draft drawn

in favour of Tamil Nadu Road Infrastructure Development Corporation payable at Chennai.

3. A pre-bid meeting will be held at 11.00 A.M on 2.12.2009 in the office of TNRIDC, Chennai – 2

4. Tenders will be received upto 3.00 P.M on 17.12.2009 by the Executive Director, TNRIDC, Chennai

and the cover containing pre-qualification details and EMD will be opened at 3.15 P.M on the same day.

Price Bids of the pre-qualified bidders will be opened under intimation of the date to such bidders. The

price bid of the unqualified bidder (s) will be returned unopened.

5. Details regarding class of contractor, Qualification criteria, Tender specification, and other conditions

are available in the above web site.

6. Alternate design will be accepted.

for TN Road Infrastructure Development Corporation

Place: Chennai Executive Director Date: 9.11.2009

TENDER(iii) TENDER DOCUMENT AND PROFORMA

ISSUED TO:

To

Executive Director Tamilnadu Road Infrastructure Development Corporation 735, LLA Building, 4th floor, Anna Salai, Chennai –600 002

Sir,

I / We do hereby tender and if this Tender be accepted undertake to execute the work

of “CONSTRUCTION OF GRADE SEPARATOR @ ORAGADAM JUNCTION AT KM 47/4 OF VANDALUR – WALAJABAD ROAD” as shown in the drawings and described in the

specifications attached with the bid documents with such variations by way of alterations of

5

additions to and omissions from the said works and methods of payment as are provided for

in the conditions of contract at item wise rate as indicated in Schedule – A.

2) I / We, hereby agree that when works are executed by way of alterations or

additions or omissions and or any new items not contemplated in the bid document, rates for

these items derived are as laid down in clause 110-04 of P. S. to S.S.R.B.

3) I / We hereby distinctly and expressly declare and acknowledge that before the

submission of my/our Tender, I / We have carefully followed the instructions in the Tender

Notice and have read Standard Specifications for roads and bridges and preliminary

specifications to standard specification for roads and bridges, the specifications for roads and

bridge works of Ministry of Road Transport and Highways and that I / We have made such

examination of the contract documents and of the plans, specifications and quantities and of

the locations where the said work is to be done and such investigation of the work required to

be done and in regard to the materials required to be furnished as to enable me/us to

thoroughly understand the intention of the same and the requirement, covenants,

agreements, stipulations and restrictions contained in the contract and in the said plans and

specifications and distinctly agree that I/We will not hereafter make any claim or demand upon the TNRIDC 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.

4) I / We, being a registered contractor of the Highways Department/other equivalent

Engineering Department enclose the Sales Tax verification Certificate valid for the current

year.

5) I / We, enclose a Demand Draft/postal small savings script pledged in favour of

TNRIDC, Chennai No. _________________Dated: __________________ for the payment of

the sum of Rupees ___________________ as earnest money deposit.

6) If my/our tender is accepted, the earnest money may be retained by the TNRIDC as

security deposit for the due fulfillment of the contract by transferring the same to the credit of

6

the TNRIDC. If upon intimation being given to me/us by the Executive Director, of

acceptance of my/our tender, fail to attend the said office on the date fixed therein, or if I/We

fail to make the further security / additional security deposit as may be intimated and enter

into the required agreement, then I/We agree to the forfeiture of the earnest money deposit

not as a penalty but in payment of liquidated damages sustained as a result of such failure.

Address to which intimation / notice is to be sent.

7) I / We fully understand

that the written agreement to be entered into between me/us and the TNRIDC 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 TNRIDC.

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

Name Qualification

8) 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.) pile foundation

sub structure, Superstructure etc. in reinforced concrete. I/We also agree for the deduction of

the sums indicated in the special conditions, if I / we fail to employ the technical assistants.

7

Name of the members of Technical Staff proposed to be employed

Qualification

Signature of Contractor

PROFORMA TO BE FILLED BY THE CONTRACTOR

(Vide CHIEF ENGINEER’S (H), MEMO NO.67183/80/D2/89-2/DATED: 29.8.97)

1) Name of Contractor :

2) Details of works taken and in progress :

3) Schedule of work taken and in progress :

4) Present stage :

5) Value of contract :

6) Value of work done and the balance Value of work to be done :

8

7) Sales Tax Registration Certificate (TIN) No. :

Signature of Contractor

(iv) INVITATION FOR PREQUALIFICATION

1. INTRODUCTION

The TamilNadu Road Infrastructure Development Corporation (TNRIDC) hereinafter

termed “The Employer” wishes to receive Bids from eligible Bidders for as defined in

these Bidding Documents, herein after referred as “the work” “CONSTRUCTION OF GRADE SEPARATOR @ ORAGADAM JUNCTION AT KM 47/4 OF VANDALUR – WALAJABAD ROAD (SH – 48).”

2. INSTRUCTIONS TO APPLICANTS

2.1 Qualification CriteriaPre-qualification 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 bidders responses in the

forms attached to the letter of application. Sub-contractor’s experience and resources

shall not be taken into account in determining the bidders compliance with the

qualifying criteria.

9

2.2 General ExperienceThe applicant shall meet the following minimum criteria:

I The applicant as prime contractor should have achieved average annual

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

five years at 40% of the value of contract applied for (Rs. 768 Lakhs).

II The applicant as prime contractor should have successfully completed at least

one contract of at least 40% of the value of proposed contract within the last

five years.

Signature of ContractorIII This experience in similar nature of work should also include the

following minimum quantities of work executed in one work during the last five

years.

1. Earthwork – 10890 cum

2. GSB / Gravel - 448 cum

3. Wet Mix Macadam / WBM – 560 cum

4. DBM / BC / SDBC – 476 cum

5. PCC / RCC - 4920 cum

6. Bored cast - in - situ Pile - 600 R.M

7. Prestressed concrete - 375 Cum

The applicant will indicate the details of work executed project wise separately. He will

also produce Project Authority’s certificate for verification.

2.3 Evaluation Of BidderThe following rates of enhancement factor shall be used for evaluating the costs of

works executed by the bidder and the financial figures to a common base value for

works completed in India.

Period Multiplying factor Current Year 1 1.00

Year 2 1.10

10

Year 3 1.21Year 4 1.33Year 5 1.46

The applicant will indicate actual figure of costs and amounts with the year of

completion of work in the schedule without accounting 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.

Signature of Contractor

2.4 Personnel CapabilitiesThe 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 CapabilitiesThe applicant should own or should have assured ownership to the key items of

equipment (as per Annexure-1), in full working order, and; must demonstrate that

based on known commitment, they will be available for use in the proposed contract.

2.6 Financial PositionThe 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.192 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).

11

2.7 Litigation HistoryThe 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 CapacityThe applicant who meets 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. The available bid capacity will be calculated as under.

Signature of Contractor

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 18 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. 1½ years (18 months) in the present case.

Even though the applicants meet the above criteria, they are subject to be disqualified if they have:

Made misleading or false representation in the form, statements and attachment

submitted. and /or Records of poor performance such as abandoning the work,

rescinding of contract for which the reasons are attributable to the non performance of

12

the contractor, consistent history of litigation awarded against the applicant or financial

failure due to bankruptcy.

NOTE:1. Copies of the documentary evidences in support of the pre-Qualification requirements

should be submitted with due attestation by the competent authority.

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

evaluation to verify the copies of documentary evidences furnished along with the pre

qualification documents.

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

tenderers should be properly endorsed by the auditors as “Verified with reference to

the particulars furnished by the individual and found to be correct”.

4. Joint ventures are not applicable

Signature of Contractor

3. CHECK LIST FOR INFORMATION TO BE FURNISHED

3.1 The documents submitted by the Bidders should be properly indexed. All pages shall

be numbered and an index sheet shall be 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 Form No 7, item no 9 of Performa given below. 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 Factor for IndexingCurrent Year 1 1.00

Year 2 1.10Year 3 1.21Year 4 1.33

13

Year 5 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.

5. A duly filled up check list shall be enclosed as per the Proforma given below. This

shall be added next to the index sheet.

Signature of Contractor

PROFORMA

Sl. No.

Name of DocumentWhether

Submitted Yes/No

If yes, Refer Page No.

If No Give Reason

1. Audited financial statements consisting of profit

and loss statements, balance sheets and details

about turnover form Civil Engineering works for

preceding Five years.

2. Extent of access to banke loans or credit

facilities with ceiling limits, if any, prescribed in

this regard and certified by the banker

themselves.

3. Details of current work in progress including

value of current outstanding payables, etc.

14

4. Certificate of competent authority

5. Provisional program for completion of various

activities

6. Application form (1) to (11)

7. Calculation for current bid capacity

9. Power of Attorney / Authorisation for

: Persons Signing the Tender

: For signing the Tender

: For Partner-in-charge

10. Summary of quantities of work executed project

wise.

Signature of Contractor

15

ANNEXURE-I

4. MAJOR ITEMS OF CONSTRUCTION PLANTS

Minimum requirement of plant and equipment for this work:

1. Piling rig with Bantonite pump 1 No.

2. Concrete Batching and mixing plant 30 cum per hour 1 No.

3. Transit Mixer 2 No.

4. Concrete pump of 30 cum per hour 1.No

5. Mobile Crane 1 No.

6. Tipper / Dumper 6 No.

7. Vibrator Roller 2 No

8. Power Roller 3 No.

9. Steel form work Sufficient Quantity

10. Central Hot Mix Plant-40-60 TPH 1 No.

11. Paver finisher with sensor control 1 No.

12. Mechanical sprayer 2 No.

13. Wet Mix Plant 1 No

16

Signature of Contractor

PLANTS AND EQUIPMENTS ON HAND WITH THE APPLICANT

Give details of plant and equipment owned by the applicant, which will be used on this work in the following proforma.

(Separate form for each type of equipment is to be given)

1. Name of equipment.

2. Number of Units (Give details whether New or Old)

3. Make of equipment.

4. Capacity

5. Normal life specified by the manufacturer in working hours (Age and condition of the equipment)

6. Number of actual working hours already put in by the machine.

7. Present Location.

8. Present Condition

9. Depreciated Cost

10. Remarks

17

Signature of Contractor

5.ANNEXURE-II

DETAILS OF KEY PERSONNEL AND ADMINISTRATIVE PERSONNEL

Details of Personnel proposed to be deployed by the applicant for this

package of works.

Sl.No.

Name of Person Qualification

Designation

No.of yearsof ExperienceIndividual

In the firm

Details of works carried out etc.,

A. Technical Personnel

1.

2.

3.

4.

5.

B. Administrative Personnel

1.

2.

3.

4.

5.

18

C. Skilled and other workers

1.

2.

3.

4.

Signature of Contractor

6.ANNEXURE - III

Minimum requirement of qualified personals

1. Project manager with B.E (civil) with 10 years experience - 1 No

2. Engineers with B.E (civil) qualification - 2 Nos

with 5 years experience

3. Engineers with D.C.E (civil) qualification - 3 Nos

with 5 years of experience

19

Signature of Contractor

7.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______________________________________________

______________________________________________

______________________________________________

(Name and Address of the employer)

Ref : Advertisement inviting bids from Contractors for the work of ________________________ ___________________________________Sir,

Being duly authorized to represent and act on behalf of __________________ ____________________________________________________

(Hereinafter “The applicant”), and having reviewed and fully understood all the pre

qualification information provided, the undersigned hereby 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 applicants legal status

b. The principal place of business and

20

c. The place of incorporation and the nationality of the owners (for applicants who are

partnerships or individually owned firms)

d. Authority letter(s) of signatory (ies)

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

inquiries or investigations to verify 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.

Signature of Contractor

This letter of application will also serve as authorization to any individual or authorized

representative of any institution referred to in the supporting information to provide such

information deemed necessary and requested by yourself to verify statements and

information provided in this application or with regard to the resources, experience and

competence of the applicant.

Your agency and its authorized representatives may contact the following persons for further

information.

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

General and Managerial inquiries

Personal inquiries

Technical inquiries

Financial inquiries

The application is made in the full understanding that Bids by prequalified applicants will be

subject to verification of all information submitted for prequalification.

The under signed declare that the statements made and the information provided in the duly

completed application are complete, true and correct in every detail.

Signature _________________________________21

Name _________________________________

For and on behalf of (Name of Applicant) __________________________________

Signature of Contractor

8. APPLICATION FORM (1)

GENERAL INFORMATION

All individuals / firms applying for prequalification are requested to complete the

information in this form, Nationality information to be provided for all owners or applicants

who are partnerships or individually – owned firms.

Where the applicant proposes to use named sub-contractors for critical components of

the works, or for work contents in excess of 10 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 AddressTelex No.

22

4. Incorporation / Registration Details

Place of Incorporation / Registration Year of Incorporation / Registration

Signature of Contractor

9. APPLICATION FORM (1A)Structure and Organization

1. The Applicant is

a. An Individual Firm

b. A Proprietary Firm

c. A Firm in Partnership

d. A Limited Company or Corporation

e. A Public limited Company

2. Attach the organization Chart showing the structure of organization including the names of the Director and position of officers.

3. Number of years of Experience

a. As a Prime Contractor (Contractor Shouldering Major Responsibility)i. In Own Countryii. In other countries (Specify country (ies)

b. As Sub-Contractor (Specify Main Contractor)iii In Own Countryiv. In other Countries (Specify, Country (ies)

c. Power of attorney / Authorization persons signing the Tender

23

For signing the tenderFor partner in charge

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 (civil engineering) when your organization was established? c. Whether any new fields of (civil engineering) were added in your organization? d. And if so, when?

a._____________________________________________________________

b._____________________________________________________________

c.______________________________________________________________

d.______________________________________________________________

Signature of Contractor

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

a.

b.

6. Have you ever left the work awarded to your 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 your claim specialization and interest?

8) Give details of your experience in using heavy earthmoving equipment and

24

quality control in compaction of soils

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

Signature of Contractor

10. Give details of your experience in mechanised 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.

25

Signature of Contractor

10. APPLICATION FORM (2)

GENERAL EXPERIENCE RECORDName 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 amount billed to clients for

each year for work in progress or completed.

26

ANNUAL TURNOVER DATA (CONSTRUCTION WORK ONLY

SL.NO. YEAR TURNOVER (INDIAN RUPEES)

1.

2.

3.

4.

5.

Signature of Contractor

11. APPLICATION FORM (3)

1. Particular Experience Record: Details of Contracts of Similar Nature in Highways and other Departments

Name of Applicant:

Use a separate sheet for each contract

1 a. Number of Contractb. Name of Contractc. Country

2 Name of Employer3 Employers Address4 Contract Role

Sole ContractorSub-Contractor

5 Value of total contract (at completion, or at Date of award for current contract)

6 Date of Award (original and actual)

27

7 Date of completion (Years and Months) (Original / Actual)8 Contract Duration (Years and months) Years

Months9 Specify quantities of following Major

Items of workBridge length in metres.

10 Name and Professional Qualification of applicant’s Engineer-in-charge of the work

11 Were there any penalties / Fines / Stop Notice / Compensation, Liquidated DamagesImposed? (Yes or No)If Yes, give amount and Explanation?

Notes:Incase of contracts in foreign currency, the value of contract converted to Indian

currency (exchange value shall as at the end of the project) should be stated.A certificate of completion from the Employer / Engineer must be enclosed.

Signature of Contractor

28

12.APPLICATION FORM (4)CURRENT CONTRACT COMMITMENTS/WORKS IN PROGRESS

NAME OF THE FIRM:

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

i. Certificates from the employers should be attached ii. Non-disclosure of any information in the schedule will result in disqualification of the firm

Signature of Contractor

Empl-oyer

Coun-selling Engineer Respo-nsible for Supe-rvision

Location and Desc-ription of the Work

Value of Contract in Rs

Value Completed and Certified in Indian, Rs

Original date of Comme-ncement of Work

Original Target date of Completion of work

Actual Date of Start of Work

Revised Target Date of Completion of Work

Present Progress

Reason for Slow Progress if any

29

13.APPLICATION FORM (5)

PERSONNEL CAPABILITIESName of Applicant

For specific position essential to contract implementation, Applicants should provide the

names at least two candidates qualified to meet the specified requirements stated for each

position. The data on their experience should be supplied in separate sheet using one Form

(5A) for each candidate.

1 Title of Position

Name of Prime candidate

Name of Alternate candidate

2 Title of Position

Name of Prime candidate

Name of Alternate candidate

3 Title of Position

Name of Prime candidate

Name of Alternate candidate

4 Title of Position

Name of Prime candidate

Name of Alternate candidate

Signature of Contractor

30

14.APPLICATION FORM (5A)

CANDIDATE SUMMARYName of Applicant :

Position Candidates

Prime AlternateInformation about Candidate

1. Name of Candidate 2. Date of Birth3. Professional Qualification

Present Employment

4. Name and Address of Employer :

Telephone No. Contact (Manager /Personnel / Officer)

Fax No. Tele No. :

Job title of candidate Years with present employer

Summarize professional experience over the last 10 years. IN reverse chronological order. Indicate particular technical and managerial experience relevant to the project

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

Signature of Contractor

31

15.APPLICATION FORM (6)MAJOR ITEMS OF CONSTRUCTION PLANT AND EQUIPMENT PROPOSED TO BE USED BY THE APPLICANT ON THIS

CONTRACT

Signature of Contractor

Description Manufacturer and Model Type/Make

No. of each equipment /Plant

Year of Manufacturer and Present Condition

New or used

Total No of hour of operation since dateof manufacturer

Owner (O),Leased(L) or to be purchased

Estimated CIF Value in Indian Rs

Power Rating

Capacity t/hr

Present Location

General

Earthwork

Granular construction

WMM Construction

Bituminous Construction

Structures (Pile)Workshop Equipments

32

16. APPLICATION FORM (7)

FINANCIAL STATEMENT

The applicants should provide financial information to demonstrate that they meet the requirements stated in the instructions to applicants if necessary, use separate sheets to provide complete banker information. A copy of the audited balance sheets should be attached.1. Name of Applicant

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

Firms owned by individuals and partnerships may submit their balance sheets certified by a registered accountant and supported by copies of tax returns, if audits are not required.

Financial Information in Indian Rupees Actual: Previous five years Projected: Next

two yearsFinancial YearTotal AssetsCurrent AssetsCash temporary investments and current receivableTotal liabilitiesCurrent liabilitiesAuthorized capitalCapital issued and paid up

3.Annual value of construction works, under taken for each of the last five years and projected for current year.

Current Year 1

2 Years before

3 Years before

4 Years before

5 Years before

HomeAbroad

Signature of Contractor

33

4. Net profit before and after Tax:a. Current Period

During the last financial yearDuring each of the four previous financial yearsProjected for the next 2 years

The profit and loss statements have been certified through _____________________________by _______________________________

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

Sl.No. Source of Financing Amount in Indian Rupees

6. Credit facilitiesa. Name / Address of bank providing credit line.

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

7. a. Approximate value of works in handb. Value of existing commitment of construction works (ongoing) to be completed during the next 18 months.

8. Value of anticipated orders for next financial year :Home

__________________________________________________________________________________________________________________________________________________________________________________________

Abroad______________________________________________________________

9. Bid capacity computation (give supportive documents)

Signature of Contractor

17.APPLICATION FORM (8)

34

Litigation HistoryName of Applicant

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

contracts completed or under execution in the last five years.

YearAward for or

AGAINST applicant

Name of client, Cause of

Litigation and matter in dispute

Disputed amount (Current value in

India Rs.)

Actual awarded amount in Indian Rs.

Signature of Contractor

18.APPLICATION FORM (9)

35

Information Regarding Current Litigation, Debarring, Expelling Of Tenderer Or Abandonment Of Work By Tenderer1. a. Has the applicant or its constituent partners history of litigation awarded against him ?

b. If Yes, give details

2.. a. Has the applicant or its constituent partners been debarred / expelled by any agency in India, during the last five years, excepting on account of reasons other than non-performance.

b. If Yes, give details

2. a. Has the applicant or its constituent partners abandoned any contract work in India, during last five years?

b. If Yes, give details,

3. a. Has the applicant or its constituent partners has been declared bankrupt during last five years?

b. If Yes, give details including present status.

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

Signature of Contractor

19. APPLICATION FORM (10)

YES NO

YES NO

YES NO

YES NO

36

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 our firm M/s. _________________________________________________________ have neither abandoned any work nor any contract awarded to us for such works have been rescinded for which the reasons were attributable to the non performance of our firm or any of its constituent partners 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 Authorized Officer of the Firm)

_______________________________________________Title of Officer

_______________________________________________Name of Firm

_______________________________________________Date

Signature of Contractor

20.APPLICATION FORM (11) 37

DETAILS OF SUB-CONTRACTORS

The Bidder shall enter in this schedule a list of the sections and approximate value of the

work for which he proposes to use sub-contractors. Together with the names and addresses

of the proposed sub-contractors, providing alternatives in any case where he has not made a

final decision on a particular sub-contract at the time of bid submission.

Signature of Contractor

Item Element of work

Approximate value

Name and address of Sub-

Contractor

Statement of similar works

38

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.

Signature of Contractor

39

Sriperumpudur

Singaperumal Koil

Nokia

R ajiv Gandhi Memorial

Mathur

Vallakottai

Vallam

BonthurBonthur Bypass

Oragadam Junction

Oragadam

Vadakkupattu Appur

Kolathur

Kattupakkam

Erivakkma

Madambakkam

Guduvanchery

Vandalur Walajabad Road (S H - 48)

Km 45/00Ford India Ltd.

Km 48/000

GST R

oad N

H - 4

5

Perungalathur

Thambaram

To Chen

nai

NH - 4

5

NH -

45

Pallavaram

Chropet

Padappai

Karumbakkam

S embakkma

Chembarambakkam Tank

Hundai

Kottarampakkam

To Walajabad

To Bangagalore NH - 4

S aint Gobian Factory

To Chennai

Nollamvakkam

Kannivakkam

VembaduNellikuppam

Chengalpattu

To Tr

ichy

Tamil Nadu Road Infrastructure TNRIDC Development Corporation

(Government of Tamil Nadu Undertaking)

CONSULTANT:

SAI Consulting Engineers Pvt.LtdGVK. Building Ground Floor, No.19/33, 10th Avenue, Ashok Nagar, Chennai - 83

Ph: 044-24719792, fax: 044-24718438 e-mail [email protected], web: www.saiindia.com

Legend

S tate HighwayNational HighwayR ailway Line

Forest

Water Body

Major Town

Km 47/4

Km 9/100

CLIENT:

KE Y M AP(S howing Location Of Project S ite - Oragadam junction)

Vandalur

walajabad Km 63/8

SST

Road

Km 30/4

TITLE:

sdDE (TNRIDC)

sdED (TNRIDC)

sdFor SAI Consulting Engineers (p) Ltd.,

Chief Highway Engineer

40