Download as pdf or txt
Download as pdf or txt
You are on page 1of 44

FORM. 1.

FRONT COVER PAGE TO TENDER DOCUMENTS


TAMIL NADU HIGHWAYS DEPARTMENT

TENDER DOCUMENT

NAME OF WORK : Upgradation of Panchayat and Panchayat


Union Roads (4 Works) in Tiruppur (H)
NABARD and Rural Roads Sub-Division.
(Package-26)

Upgradation of Karuvalur - Thandukkarampalayam road to Asanalipalayam road


a)
via Asanallipalayam AD colony km 0/0 - 1/8

b) Upgradation of Velampalayam to Karukkupalayam Km 0/0-1/850

c) Upgradation of Sottamedu Bus Stop to Kandhampalayam Link road Km0/0- 1/6

Upgradation of Perumanallr - Nambiyur road to Thattankuttai link road (via)


d)
Kanthampalayam AD Colony Km 0/0-2/2

SERIAL NO. : 1

NO. OF PAGES :

NO. OF DRAWINGS : -

EMD : 2,71,000 /-

Superintending Engineer (H),


PUBLISHED BY :
NABARD & Rural Roads Circle, Salem.
TENDER
To
The Superintending Engineer (H), C&M,

Sir,
I/We do hereby tender, and if this Tender be accepted undertake, to execute the
following work (viz.) “Upgradation of Panchayat and Panchayat Union Roads
(4 Works) in Tiruppur (H) NABARD and Rural Roads Sub-Division.
(Package-26)” as shown in the drawings and described in the specifications attached
with the bid documents with such variations by way of alterations of, additions to and
omissions from the said works and methods of payment as are provided for in the
conditions of contract.

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

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

I/We enclose herewith the Demand Draft, Bankers Cheque, Fixed Deposit
Receipt , specified Small Savings Scripts in the prescribed form, for the payment of the
sum of Rs. 2,71,000 /- (Rupees Two Lakhs Seventy One Thousand Only) as Earnest
Money. 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) NABARD & Rural Roads,
Coimbatore Division. If upon intimation being given to me/us by the Competent
authority Salem (Highways) NABARD & Rural Roads Circle, on 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 in to the
required agreement, or I/We fail to achieve the progress as furnished in the agreement,
then I/We agree to the forfeiture of the Earnest Money Deposit / Security Deposit not
as a penalty but in payment of liquidated damages sustained as a result of such failure.

Address to which intimation / notice is to be sent.

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

I/We fully understand that when other things being equal, preference will be
given to a bidder who is himself professionally qualified or who undertakes to employ
technically qualified men, with experience of similar works to supervise the work to the
satisfaction of the Engineer. The bidder shall therefore furnish, while tendering, all the
information that may be necessary for the Department to give proper consideration to
this aspect. (103.15)
I/We are Professionaly qualified and my /our qualifications are given below:

Name Qualification

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

I / We will employ the following technical staff for supervision of the work
and will see that one or more of them is always present at works site personally
checking all items of works.

I / We here by undertake to employ the technical staff for supervise the work
as per the terms of the contract as below:

Number of Technical staff proposed


Qualification
to be employed

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

Station : Signature of the Bidder


Date :
TENDER NOTICE
(Online Tender Only)

1. For For and on behalf of the Governor of Tamil Nadu, Percentage Tenders
published through Online only under Two Cover System (Cover 1 containing
Pre-Qualification document with E.M.D and cover 2 containing Financial Bid
document) and will be received through online only up to 11.00 Hrs. (a.m)
(as per server system clock) on 20.07.2020 for the work of “Upgradation of
Panchayat and Panchayat Union Roads (4 Works) in Tiruppur (H)
NABARD and Rural Roads Sub-Division. (Package-26)”

2. The Bidders should be a Registered Class-I Contractor in Tamil Nadu Highways


Department with Digital Signature certificate (DSC) (103.14).

3. The Tender Documents will be available in the Government website


“https://tntenders.gov.in” and the tender documents can be downloaded at free
of cost up to 11.00 Hrs (a.m) (as per server system clock) on 20.07.2020.

4. The Last date for submission of tender through Online in


“https://tntenders.gov.in” is 20.07.2020 up to 11.00 Hrs. (a.m) (as per server
system clock).

5. Each Bidder must pay Earnest Money Deposit and upload the scanned copy of
the same as proof while uploading the tender. Otherwise, the tender will be
summarily rejected (103.09)

6. The Earnest Money Deposit shall be paid in the form of Demand Draft, Term
Deposit Receipt taken on any Nationalized / Scheduled Bank in favour of the
Divisional Engineer, Highways, Coimbatore Division.
payable at National Savings Certificate pledged in favour of the
Divisional Engineer (Highways), NABARD & Rural Roads Coimbatore Division
and not in favour of Governor etc., or Kisan Vikas Patras duly pledged in favour
of the Divisional Engineer (Highways), NABARD & Rural Roads Coimbatore
Division subject to the condition that the short term securities obtained shall be
kept valid for reasonable tenure till decision of tender is finalized. (103.09)

7. Each Bidder must upload all the pre qualifications documents duly attested and
Price bid documents as prescribed in the tender documents without fail.
Otherwise, the tender will be summarily rejected.
(due to online tender)
8. The original financial instruments such as Demand Draft or Bankers cheque or
Term Deposit or National Small Savings Certificate towards EMD and the
original / attested technical bid documents shall be received by the
Superintending Engineer (Highways), NABARD & Rural Roads Circle, Salem on
or before 20.07.2020 up to 11.00 Hrs (a.m) and failing which, the bid will be
summarily rejected.

9. The Technical cover containing prequalification documents as prescribed in the


tender documents and proof of scanned of EMD payment will be opened by the
Tender Opening / Scrutinizing Committee on 22.07.2020 at 10.30 Hrs (a.m) or on
next working day.

10. If the National Savings Scripts, Postal Scripts, Post Office Savings not pledged in
favour of the Divisional Engineer (Highways), NABARD & Rural Roads
Coimbatore Division are enclosed with pledge forms signed by the contractor
without actually pledging, the tender will be summarily rejected.

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

12. The tenderer exempted from payment of earnest money in individual cases shall
attach with the tender an attested copy of the letter exempting him from
payment of earnest money and shall produce the original for reference when
sought for.

13. The Financial cover containing Price Bid Documents of successful bidders in the
prequalification only will be opened as scheduled or on a later date with due
intimation to them.
(New addition).

14. The earnest money will be refunded to the unsuccessful bidder on or before the
expiration of the validity period specified in the tender or such extended period
whichever is later. This refund will be authorised by the Divisional Engineer
(Highways), NABARD & Rural Roads Coimbatore Division. The Earnest Money
of the successful bidder will be retained by the Department as part of the
security deposit for the due fulfillment of the contract. (104.03)
15. The Bidder must also upload either Annual Return or last quarter return
document for GST. Tenders received without the above GST document is liable
to be rejected.

16. In case of proprietary or partnership firm it will be necessary to upload the


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

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

18. Earnest Money Deposit will be retained in the case of successful tenderer
towards a part of the security deposit to be paid after the award of the work and
it will be dealt with as provided in the tender. (103.09)

19. The department is not liable to pay any interest on the earnest money, security
deposit, further security deposit, additional security deposit and withheld
amounts.

20. 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. (104.02) The
tenderer shall attend the Office of the Superintending Engineer (H) on the date
fixed by written information to him. (104.04)
He shall forthwith upon intimation being given to him by the Superintending
Engineer (H) 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.8,47,000/- (Rupees Eight lakhs Forty Seven thousand Only) or
such other sums as will be intimated to him shall be furnished in the shape of
small savings scripts / Deposit Receipts obtained from the Nationalised /
Scheduled Banks.
:
21. This Security deposit together with the Earnest Money Deposit and the amount
withheld according to the clause 110 of the Preliminary Specification to S.S.R.B.
shall be retained as security for the due fulfillment of the contract. (104.04)

If, upon intimation being given to the successful Tenderer by the Superintending
Engineer (Highways), NABARD & Rural Roads Salem Circle, of acceptance of
his tender, the tenderer fails to make the further security deposit and or
additional security deposit and to enter into the referred agreement, it will be
considered as just cause for the annulment of the award of contact and the
Earnest Money Deposit shall be forfeited, not as a penalty, but in payment of
liquidated damages sustained as a result of such failure. (104.05)

22. The written agreement which shall be entered into between the contractor and
Government shall be the foundation of all rights of both the parties and the
contract shall not be deemed to be complete until the agreement has been first
signed by the contractor and then by proper Departmental authority. (104.04)

23. The Preliminary Specifications to Standard Specifications to Roads and


Bridges shall form an inseparable condition of the contract in all agreements
entered into by the contractor for execution of work for the Tamil Nadu
Highways Department. (102.01)

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

25. The Tenderer shall examine closely the SSRB, MORT&H Revision-V and TNBP
and also the Preliminary Specifications to SSRB contained therein before
submitting his tender which shall be for finished work-in-situ. He shall also
carefully study the drawings and descriptive specifications supplementing
Schedule-A and all documents which form part of the agreement to be entered
into by the accepted Tenderer. It shall not be necessary to append these Standard
Specifications and codes with the bid documents and they shall be deemed to be
inseparable part of bid document and agreement to be entered into.

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

27. Every Tenderer is expected before quoting his tender percentage to inspect the
site of the proposed work. He should also inspect work site conditions, the
quarries and other sources of materials and satisfy himself about the quarries,
quality and quantity of materials available in the quarries, kilns etc., where from
certain materials are to be obtained as given in the descriptive specification sheet
(103.03).
28. The best class of materials is to be obtained from the quarries and other sources
designated shall be used on work. In every case, the materials must comply with
the relevant Standard Specifications. Samples of Materials as called for in the
Standard Specifications or in the tender notice or as required by the Divisional
Engineer (H) in any case shall be submitted for the Divisional Engineer’s
approval before the supply to the site of work is begun. (106.05).

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

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

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

32. A Schedule of quantities with estimate rates accompanies the tender document.
It shall be definitely understood that the Government does not accept any
responsibility for the correctness or completeness of quantities in the schedule A
and that this schedule of quantity is liable to alterations, Omissions, deductions,
additions at the discretion of the Divisional Engineer (Highways), Division or
as set forth in the condition of contract. The tenderer will however base his
overall tender percentage, with reference to the departmental estimate rates
indicated in Schedule-A.
33. The Tenderers, considering the Main work and Upkeeping works, shall quote in
the tenders the overall percentage with reference to the estimate value at which
he will undertake to do the whole work subject to the conditions of contract.

34. Tenders not submitted in proper form or within the due time will be rejected.
Lump sum amounts for items not called for shall not be included in the tender.
No alteration which is made by the tenderer in the tender or the conditions of
contract, the drawing, specifications or quantities accompanying the same will be
recognised and if any such alterations are made, the tender will become invalid.

35. The attention of the tenderers is drawn to the contract requirements, to the time
of commencement of work, the rate of progress and the dates for completion of
the whole work and the several activities shall be as indicated below. The date of
agreement 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 6 Months.
PROGRAMME FOR COMPLETION OF ENTIRE WORK

Period Milestone fixed for completion of


S. No. (Cumulative from the Construction of Main work, Defect
date of Agreement) Liability and Upkeeping works

MAIN WORK

As prescribed by the Superintending Engineer


or Tender Inviting Authority

COMPLETION CERTIFICATE FOR MAIN WORK BY SE (H)

DEFECT LIABILITY PERIOD (DLP) after completion of Main


work - 6 months for Road works only / Upkeeping period – 6 months

Preliminary and mobilization of


material and plants and Removal of
1 At the end of 1 st Month
Utilitie and obtaining job mix
Formula.

2 At the end of 2nd Month 20% of work should be completed.

3 At the end of 3 rd Month 40% of work should be completed

4 At the end of 4th Month 60% of work should be completed

5 At the end of 5th Month 80% of work should be completed

6 At the end of 6 th Month 100% of work should be completed


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

As per Tamil Nadu Transparency in Tender Rules 2000.


37. At any time after the publication of the tender documents and before the closing
of the tender, the Tender Inviting Authority may make any changes,
modifications or amendments to the tender documents and shall publish a
corrigendum in the Government website “https://tntenders.gov.in”.
(17.1 of TNTIT Rules 2000)

38. In case any tenderer needs for a clarification on the tender documents before 48
hours of the opening of the tender, the same shall be claimed through email. The
Tender Inviting Authority shall reply through mail and upload such clarification
in the designated website for the information of those who have downloaded the
tender documents from the website, without identifying the source of the query.
(17.2 of TNTIT Rules 2000)

39. The Tender Inviting or Accepting Authority reserves the right to reject any or all
tenders at any time without assigning any reasons therefor. (103.18).

40. The tenderer submitting a quotation which the tender accepting authority
considers excessive or indicate of insufficient knowledge of current prices or
definite attempt at profiteering, will render himself liable to be debarred as the
accepting authority may decide. The percentage should be based on the
controlled prices under the provision of clause 6 of the Hoardings and
Profiteering Preventive Ordinance 1943 as amended from time to time and
similar principle in regard to labour and supervision in the constructions.

41. A statement giving brief particulars of equipment and resources should


accompany the tender as detailed below:

a Organisation 1. Technical
2. Unskilled

b Construction Methods that will be accepted to speed up the work for


the entire completion within the prescribed time

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

43. The tenderer shall also submit the detailed working drawings with sequence of
construction required for each stage of work regarding Foundation, Substructure
and Superstructures. The tenderer shall submit list of machineries required, the
source and availability.
45. a) The tenderer should upload the documents for possession of their own
CMP, Paver finishers, Vibratory Roller and Static roller as per MORT&H
Specification for the Road works and Concrete Mixer Machine and
Needle / Pin Vibrator for the Structure works. The tenders received
without such proof for the possession and good working condition of
their own CMP, Paver finishers, Vibratory Roller, Static roller,
Concrete Mixer Machine and Needle / Pin Vibrator certificate
obtained from the Divisional Engineer (Quality Control) Concerned
shall be rejected.

b) The Working Condition Certificate for the above Machineries


mentioning the name of work obtained after the date of Tender
Notice from the Divisional Engineer (Quality Control) concerned
should be uploaded as Original. The tender received without the
above certificate shall be rejected.

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

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

48. 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.

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

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

51. 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 department will not make any payment for this item. This
should be the responsibility of the contractor.

52. The validity of tender shall be for 90 days from the date of tender.
ANNEXURE – A

CERTIFICATE FOR DEFECT LIABILITY / UPKEEPING PERIOD

Package :

Name of Package :

Name of Work :

Half Year :

It is certified that NIL defects found in the work in the half year _____

as on this day of ______________

Divisional Engineer (H)


SCHEDULE ‘A’
SCHEDULE OF RATES AND APPROXIMATE QUANTITIES.

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

2. It is to be expressly understood that the measured work is to be taken net (not


withstanding any custom or practice to the contrary) according to the actual
executed quantities. When in places and finished according to the drawing, or as
may be ordered from time to time by the Divisional Engineer and the cost
calculated by measurement or weight at the respective prices, without any
additional charge for any necessary or contingent work connected herewith. The
rates quoted are for works in situ and complete in every respect.

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

Contractor No.of Corrections: Superintending Engineer (H)


No.of Overwriting: NABARD & Rural Roads Circle,
Salem-1
SCHEDULE ‘B’

1. List of Drawings :

SCHEDULE ‘C’.

1. Descriptive Specification Report.

2. Descriptive Source of Materials and lead Statement.


(for estimate purpose only)

3. Special Conditions of Contract

Contractor No.of Corrections: Superintending Engineer (H)


No.of Overwriting: NABARD & Rural Roads Circle,
Salem-1
LEAD PARTICULARS

Name of work : Upgradation of Panchayat and Panchayat Union Roads


(4 Works) in Tiruppur (H) NABARD and Rural Roads Sub-
Division. (Package-26)
(a) Upgradation of Karuvalur - Thandukkarampalayam road to Asanalipalayam road
via Asanallipalayam AD colony km 0/0 - 1/8.

Sl. Kind of Materials Source Approximate


No Lead in Km,

Quarry @ Km.CT 0.80 off


1. All Kind of IRC Metal Km.8/0 of Palladam - 12 Km
Avinashi - Puliyampatti road.

2. All Kind of ISS Metal Quarry @ Km.0/8 CT off


Km.8/0 of Palladam -
Avinashi-Puliyampatti road.
Km.0/0-1/0 28 Km
Km.1/0-1/8 27 Km

Quarry @ Km.0/8 CT off


Km.8/0 of Palladam -
3. M.Sand Avinashi-Puliyampatti road.
Km.0/0-1/0 28 Km
Km.1/0-1/8 27 Km

CMP @ Km . 1/2 of Kaniyampoondi - Rakkipalayam Road (Union Road)

Quarry @ Km.CT 0.80 off


4. All Kind of IRC Metal Km.8/0 of Palladam - 12 Km
Avinashi - Puliyampatti road.

Contractor No.of Corrections:


No.of Overwriting:
(b) Upgradation of Velampalayam to Karukkupalayam Km 0/0-1/850.

Sl. Kind of Materials Source Approximate


No Lead in Km,

Quarry @ Km.9/0 of Tiruppur -


1. All Kind of IRC Metal Vijayamangalam road. 12 Km

2. All Kind of ISS Metal Quarry @ Km.9/0 of Tiruppur -


Vijayamangalam road.
Km.0/0-1/0 21 Km
Km.1/0-1/850 20 Km

Quarry @ Km.9/0 of Tiruppur -


Vijayamangalam road.
3. M.Sand
Km.0/0-1/0 21 Km
Km.1/0-1/850 20 Km

CMP @ Km . 4/8 of Anupparpalayam - Paramasivampalayam Road

Quarry @ Km.9/0 of
Metal Tiruppur - Vijayamangalam 12 Km
4.
All kinds of materials IRC road.

Contractor No.of Corrections:


No.of Overwriting:
(c) Upgradation of Sottamedu Bus Stop to Kandhampalayam Link road Km0/0- 1/6.

Sl. Kind of Materials Source Approximate


No Lead in Km,

Quarry @ Km.9/0 of Tiruppur -


1. All Kind of IRC Metal Vijayamangalam road. 12 Km

2. All Kind of ISS Metal Quarry @ Km.9/0 of Tiruppur -


Vijayamangalam road.
Km.0/0-1/0 19 Km
Km.1/0-1/6 20 Km

Quarry @ Km.9/0 of Tiruppur -


Vijayamangalam road.
3. M.Sand
Km.0/0-1/0 19 Km
Km.1/0-1/6 20 Km

CMP @ Km . 4/8 of Anupparpalayam - Paramasivampalayam Road

Quarry @ Km.9/0 of
Metal Tiruppur - Vijayamangalam 12 Km
4.
All kinds of materials IRC road.

Contractor No.of Corrections:


No.of Overwriting:
(d) Upgradation of Perumanallr - Nambiyur road to Thattankuttai link road (via)
Kanthampalayam AD Colony Km 0/0-2/2.

Sl. Kind of Materials Source Approximate


No Lead in Km,

Quarry @ Km.9/0 of Tiruppur -


1. All Kind of IRC Metal Vijayamangalam road. 12 Km

2. All Kind of ISS Metal Quarry @ Km.9/0 of Tiruppur -


Vijayamangalam road.
Km.0/0-1/0 21 Km
Km.1/0-2/0 21 Km
Km.2/0-2/2 22 Km

Quarry @ Km.9/0 of Tiruppur -


Vijayamangalam road.
3. M.Sand
Km.0/0-1/0 21 Km
Km.1/0-2/0 21 Km

CMP @ Km . 4/8 of Anupparpalayam - Paramasivampalayam Road

Quarry @ Km.9/0 of
Metal Tiruppur - Vijayamangalam 12 Km
4.
All kinds of materials IRC road.

Contractor No.of Corrections: Superintending Engineer (H)


No.of Overwriting: NABARD & Rural Roads Circle,
Salem-1
DESCRIPTIVE SPECIFICATION REPORT

Name of work : Upgradation of Panchayat and Panchayat Union Roads


(4 Works) in Tiruppur (H) NABARD and Rural Roads Sub-
Division. (Package-26)
District : Tiruppur
Proposals The Following are the proposals for which provisions are given in
the estimate for the places wherever necessary.

(a) Upgradation of Karuvalur - Thandukkarampalayam road to Asanalipalayam


road via Asanallipalayam AD colony km 0/0 - 1/8.
Sl. Descriptive of Items.
No
1. Clearing and Grubbing by Cutting Light Jungle.
2. Picking the existing BT surface.-100mm
3. Providing and laying granular sub-base.
4. Providing and laying, spreading and compacting graded stone aggregate to Wet mix
Macadam.
5. Providing and laying Prime Coat Over WMM surface using 7kg of Emulsion Bitumen
(SS1) per 10sqm
6. Providing and laying Tack Coat over WMM surface using 2.50kg of Emulsion
Bitumen (RS1) per 10sqm.
7. Providing and laying bituminous macadam 50m thick.
8. Providing and laying Bituminous Concrete 30mm thick.
9. Providing and laying earth for making up berms 5 Km lead.
10. Providing RCC M15 grade for KM Stones.
11. Providing RCC M15 grade for HM Stones.
12. Earthwork excavation in all classes of soil for Foundation of Retaining wall and Pipe
Culvert.
13. VCC of grade M20 for Foundation of Retaining wall and Body wall in Pipe Culvert.
14. VCC of grade M20 for Retaining wall and Stem of Body wall in Pipe Culvert.
15. Providing and fixing seepage pipes of 110mm dia for Retaining wall.
16. Supply of NP3 pipes 1000mm dia for Pipe Culvert.
17. Hoisting and fixing of NP3 1000mm dia for Pipe Culvert.
18. Refilling with excavated soil for Pipe Culvert.
19. Road marking with hot applied Thermoplastic compound.
20. Providing and fixing of reflective road studs
21. Providing and erecting of Retro Refectorised, mandatory and informatory sign
(without definition board) Type IV. 90cm Equilateral Triangle, 60x45cm Rectangular
22. Providing and erecting place identification Retro-Reflectorised sign board Type-IV.
For sign having area more than 0.90 sqm and For sign having area Less than 0.90 sqm
23. Supply and installation of delineator
24. Providing and fixing of Retro Refectorised Hazard Marker Traffic Sign Type IV
30x90cm Rectangular

Contractor No. of Corrections:


No.of Overwriting:
(b) Upgradation of Velampalayam to Karukkupalayam Km 0/0-1/850.

Sl. Descriptive of Items.


No
1. Clearing and Grubbing by Cutting Light Jungle.
2. Picking the existing BT surface.-100mm
3. Providing and laying granular sub-base.
4. Providing and laying, spreading and compacting graded stone aggregate to Wet mix
Macadam.
5. Providing and laying Prime Coat Over WMM surface using 7kg of Emulsion Bitumen
(SS1) per 10sqm
6. Providing and laying Tack Coat over WMM surface using 2.50kg of Emulsion
Bitumen (RS1) per 10sqm.
7. Providing and laying bituminous macadam 50m thick.
8. Providing and laying Bituminous Concrete 30mm thick.
9. Providing and laying earth for making up berms 5 Km lead.
10. Providing RCC M15 grade for KM Stones.
11. Providing RCC M15 grade for HM Stones.
12. Earthwork excavation in all classes of soil for Foundation of Retaining wall and Pipe
Culvert.
13. VCC of grade M20 for Foundation of Retaining wall and Body wall in Pipe Culvert.
14. VCC of grade M20 for Retaining wall and Stem of Body wall in Pipe Culvert.
15. Providing and fixing seepage pipes of 110mm dia for Retaining wall.
16. Supply of NP3 pipes 1000mm dia for Pipe Culvert.
17. Hoisting and fixing of NP3 1000mm dia for Pipe Culvert.
18. Refilling with excavated soil for Pipe Culvert.
19. Road marking with hot applied Thermoplastic compound.
20. Providing and fixing of reflective road studs
21. Providing and erecting of Retro Refectorised, mandatory and informatory sign
(without definition board) Type IV. 90cm Equilateral Triangle, 60x45cm Rectangular
22. Providing and erecting place identification Retro-Reflectorised sign board Type-IV.
For sign having area more than 0.90 sqm and For sign having area Less than 0.90 sqm
23. Supply and installation of delineator
24. Providing and fixing of Retro Refectorised Hazard Marker Traffic Sign Type IV
30x90cm Rectangular

Contractor No. of Corrections:


No.of Overwriting:
(c) Upgradation of Sottamedu Bus Stop to Kandhampalayam Link road
Km0/0- 1/6.

Sl. Descriptive of Items.


No
1. Clearing and Grubbing by Cutting Light Jungle.
2. Picking the existing BT surface.-100mm
3. Providing and laying granular sub-base.
4. Providing and laying, spreading and compacting graded stone aggregate to Wet mix
Macadam.
5. Providing and laying Prime Coat Over WMM surface using 7kg of Emulsion Bitumen
(SS1) per 10sqm
6. Providing and laying Tack Coat over WMM surface using 2.50kg of Emulsion
Bitumen (RS1) per 10sqm.
7. Providing and laying bituminous macadam 50m thick.
8. Providing and laying Bituminous Concrete 30mm thick.
9. Providing and laying earth for making up berms 5 Km lead.
10. Providing RCC M15 grade for KM Stones.
11. Providing RCC M15 grade for HM Stones.
12. Earthwork excavation in all classes of soil for Foundation of Retaining wall and Pipe
Culvert.
13. VCC of grade M20 for Foundation of Retaining wall and Body wall in Pipe Culvert.
14. VCC of grade M20 for Retaining wall and Stem of Body wall in Pipe Culvert.
15. Providing and fixing seepage pipes of 110mm dia for Retaining wall.
16. Supply of NP3 pipes 1000mm dia for Pipe Culvert.
17. Hoisting and fixing of NP3 1000mm dia for Pipe Culvert.
18. Refilling with excavated soil for Pipe Culvert.
19. Road marking with hot applied Thermoplastic compound.
20. Providing and fixing of reflective road studs
21. Providing and erecting place identification Retro-Reflectorised sign board Type-IV.
For sign having area more than 0.90 sqm and For sign having area Less than 0.90 sqm
22. Supply and installation of delineator
23. Providing and fixing of Retro Refectorised Hazard Marker Traffic Sign Type IV
30x90cm Rectangular

Contractor No. of Corrections:


No.of Overwriting:
(d) Upgradation of Perumanallr - Nambiyur road to Thattankuttai
link road (via) Kanthampalayam AD Colony Km 0/0-2/2.
Sl. Descriptive of Items.
No
1. Clearing and Grubbing by Cutting Light Jungle.
2. Picking the existing BT surface.-100mm
3. Providing and laying granular sub-base.
4. Providing and laying, spreading and compacting graded stone aggregate to Wet mix
Macadam.
5. Providing and laying Prime Coat Over WMM surface using 7kg of Emulsion Bitumen
(SS1) per 10sqm
6. Providing and laying Tack Coat over WMM surface using 2.50kg of Emulsion Bitumen
(RS1) per 10sqm.
7. Providing and laying bituminous macadam 50m thick.
8. Providing and laying Bituminous Concrete 30mm thick.
9. Providing and laying earth for making up berms 5 Km lead.
10. Providing RCC M15 grade for KM Stones.
11. Providing RCC M15 grade for HM Stones.
12. Earthwork excavation in all classes of soil for Foundation of Retaining wall and Pipe
Culvert.
13. VCC of grade M20 for Foundation of Retaining wall and Body wall in Pipe Culvert.
14. VCC of grade M20 for Retaining wall and Stem of Body wall in Pipe Culvert.
15. Providing and fixing seepage pipes of 110mm dia for Retaining wall.
16. Supply of NP3 pipes 1000mm dia for Pipe Culvert.
17. Hoisting and fixing of NP3 1000mm dia for Pipe Culvert.
18. Refilling with excavated soil for Pipe Culvert.
19. Road marking with hot applied Thermoplastic compound.
20. Providing and fixing of reflective road studs
21. Providing and erecting of Retro Refectorised, mandatory and informatory sign
(without definition board) Type IV. 90cm Equilateral Triangle, 60x45cm Rectangular
22. Providing and erecting place identification Retro-Reflectorised sign board Type-IV.
For sign having area more than 0.90 sqm and For sign having area Less than 0.90 sqm
23. Supply and installation of delineator
24. Providing and fixing of Retro Refectorised Hazard Marker Traffic Sign Type IV
30x90cm Rectangular
Rates
Current Schedule of rates of Tiruppur District for the year 2020-2021 of PWD
and Highway Department is adopted.

Specification
The work will be executed as per IRC MORTH and related standard specification
and as per the instructions of the Departmental Officers then and there

Contractor No.of Corrections: Superintending Engineer (H)


No.of Overwriting: NABARD & Rural Roads Circle,
Salem-1
SPECIAL CONDITIONS OF CONTRACT

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

I. TECHNICAL SPECIFICATION

General Specifications
[

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

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

In the absence of any definite provisions on any particular issue in the aforesaid
specification, reference may be made to the latest IRC Codes of practice, MORT&H
Specification, IS Specifications and SSRB. Where even these are silent, the construction
and completion of the works shall confirm to sound engineering practice and, in case of
any dispute arising out of the Interpretation of the above, the decision of the Engineer-
in-charge shall be final and binding on the contractor. These shall be deemed to be
bound to this document and becomes part and parcel of agreement.
II COMMERCIAL CONDITIONS:

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

1.2 All materials, confirming to relevant standards, specifications and guidelines, shall
be procured.

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

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

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

2.1 Bitumen and POL should be procured from BPCL / IOC / HPCL.

2.2 The contractor has to procure the bitumen of appropriate grade and emulsion as
per specification required for the items of work as per Standards and Specifications
and use it on the work as per the relevant Standards, Specifications and
Guidelines.

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

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

2.5 RCC pipes confirming to IS 458 has to be procured by the contractor and used on
the work. The quoted rate shall be inclusive of cost of pipes, conveyance handling
and storage charges and other requisites as contained in clause103-04 of PS to
SSRB.

2.6 The contractor has to produce inspection and test certificate by the Government
approved Institutions for the standard and quality of pipes, otherwise, the pipes
will be rejected.
3. All the provisions contained in Cl.106 & 107 of PS to SSRB in regard to quality of
materials and control of work shall be applicable and enforced.

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

4.1.2 The contractor shall be responsible to make good and remedy at his own cost any
defect which may develop or may be noticed and intimation of which has been
sent to the contractor by a letter sent by hand delivery or by registered post or by
email before the expiry of a period of 60 (sixty) months from the completion of
Minor, Major bridge, Culvert, Retaining Wall and Drain works or structure
involved road works.

4.1.3 During the Defect Liability Period / Upkeeping Period the Contractor is fully
responsible for any loss or expenditure incurred to rectify any defect noticed due
to faulty workmanship by the contractor or substandard materials used by the
contractor.

4.1.4 The defect liability for each work in the package, shall commence from the last
date of check measurement on completion of the main work of the particular
work and any defect noticed shall be repaired / restored at the cost of the
contractor within the time specified on a notice being issued by the Divisional
Engineer. If the contractor fails to comply with the notice, the Divisional
Engineer reserves the right to carry out the repairs / restoration by employing
other agencies and any expenditure incurred to rectify / restore, shall be set off
from the deposit and / or any monies due to the contractor as per clause 110-12
of PS to SSRB.

4.2 In case of Non Plan works, the defect liability period shall be 6 (six) months.

4.3 In the event of the contractor failing to rectify the defect or damages within the
period specified by the Divisional Engineer in his notice aforesaid, the
Divisional Engineer may rectify or remove and re-execute the work and/or
remove and replace with other materials or articles complained of, as the case
may be, by or other means at the risk and expense of the contractor and the same
will be reflected in the performance rating of the contractor. The Contractor
should rectify any Patchwork noticed within the Defect Liability Period,
otherwise he will not be allowed to execute the Upkeeping work.
4.4.1 The withheld amount (2.5%) will be released along with final bill on approval of
Completion Certificate for the Package by the Superintending Engineer (H) or by
the Competent Authority and the balance withheld amount of the package will
be released only after the completion of DLP period of the last work completed
in the package. The Sectional Completion Certificate shall be applicable only for
that individual work of the package to which it is issued.

The withheld amount (2.5%) will be retained for 6 months after date of
completion of work and released after expiry of the above 6months for Non Plan
works. In respect of Road works under Plan Scheme, it will be retained for 12
months after date of completion of work and after expiry of the above 12 months,
it may be released on receipt of Term Deposit Receipts from the contractor for a
further period of 24 months. In respect of structure involved works under Plan
Scheme, it will be retained for 24 months after date of completion of work and
after expiry of the above 24 months, it may be released on receipt of Term
Deposit Receipts from the contractor for a further period of 36 months.

The Security Deposits will be released on completion of the entire work and
production of overall completion certificate from the Superintending Engineer
(H) or by the Competent Authority including the completion of the main work,
maintenance in Defect Liability Period and Upkeeping works as stated above.

4.4.2 In case of Non Plan works, the defect liability period shall be 6 (six) months.

4.5 Making payment for the main work shall not discharge or release the contractor
from his responsibilities and liabilities under the contract.
5. In case, when the departmental tools and plants are hired to the contractors in places of
work where the standard schedule of rates of Public Works Department allow extra
special tract percentage, the hire charges will be enhanced by the corresponding
extra percentage and recovered from the contractor.

6. Without limiting his obligations and responsibilities under the contract, the
contractor shall insure in the joint name of the Government and the contractor
against all loss or damage from whatever cause (other than the excepted risks)
for which he is responsible under the terms of contract and in such a manner that
the Government and the contractor are covered during the period of construction
of the works, defects liability period and Upkeeping period for. (101.18).

i) The works and temporary works to the full value of such works executed
from time to time.
ii) The materials, constructional plant and other things brought to site by the
contractor to the full value of such material, constructional plants and
other things
7. Any amount due from the contractor which he has failed to remit after the notice
from the Engineer-in-charge shall be caused to be recovered from the dues to be
paid by the department to the contractor in other divisions or other wings of the
department or Under Tamil Nadu Revenue Recovery Act as if it was an arrear of
land revenue.

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

One B.E Degree Holder (or)


Up to Rs. 200.00
One Diploma Holder in Civil Engineering with Five year experience
Lakhs
in similar works

One B.E Degree Holder in Civil Engineering with one-year


Above Rs. 200.00
experience in similar works and
Lakhs Up to Rs.
One Diploma Holder in Civil Engineering with five years’
1000.00 Lakhs
experience in similar works

Above One B.E Degree Holder in Civil Engineering with one year
Rs. 1000.00 experience in similar works and
Lakhs to Two Diploma Holder in Civil Engineering with five years’
Rs.5000.00 Lakhs experience in similar works
Above
Two B.E Degree Holder in Civil Engineering with one year
Rs. 5000.00
experience in similar works and
Lakhs to
Four Diploma Holder in Civil Engineering with five years’
Rs.10000.00
experience in similar works
Lakhs
Above
Three B.E Degree Holder in Civil Engineering with one year
Rs. 10000.00
experience in similar works and
Lakhs to
Six Diploma Holder in Civil Engineering with five years’ experience
Rs.20000.00
in similar works
Lakhs

Four B.E Degree Holder in Civil Engineering with one year


Above
experience in similar works and
Rs. 20000.00
Eight Diploma Holder in Civil Engineering with five years’
Lakhs
experience in similar works
If the tenderer fails to employ the Technical men as indicated above for the works,
penalty shall be levied during the period of such non-employment of technical men.

A Penalty of Rs. 5000/- per month for Diploma holder and Rs. 10,000/- per month for
degree holder be levied in case of default on the part of the contractor in following the
norms mentioned above.

Notes;-

In case, the contractor who is professionally qualified is not in a position to


remain always at the site of the work for checking of all items of work, and paying extra
attention to such works as may demand extra special attention (i.e.) bituminous
courses, reinforced concrete work etc., he should employ technically qualified men (as
prescribed) for the work.

It will not be incumbent on the part of the contractor to employ Technical


Assistant / Assistants when the work is kept in abeyance due to valid reasons and if
during such period in the opinion of the Divisional Engineer (H) the employment of
Technical Assistant / Assistants is not required for the due fulfillment of the contract.
Income Tax shall be recovered from all interim bills and final bill of the contractor
at such rates which the Government may by notification fix from time to time.

12(a) SETTLEMENT OF DISPUTES / CLAIMS BY A CIVIL COURT

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

12(b) The above unsettled claims between the parties to the contract either during the
progress or on the completion of the work or after the determination /
abandonment of the contract or any matter arising there under and if the
monetary value of the disputed claims exceeds Rs.2.00 Lakhs (Rupees Two
Lakhs only), the same can be claimed by filing a Civil Suit under Code of Civil
Procedure before a Civil Court having Jurisdiction for recovery of the amount
claimed.

12(c) SETTLEMENT OF CLAIMS BY THE ARBITRATOR

If the monetary value of the unsettled claim is less than Rs. 2.00 Lakhs (Rupees
Two Lakhs Only), the unsettled claim shall be referred for arbitration to a sole
Arbitrator. The Superintending Engineer (Highways) NABARD & Rural Roads,
Tirunelveli circle or his successor in his office shall be the Arbitrator for this
purpose. The arbitration proceedings will be governed by Arbitration and
Conciliation Act 1996.
13. In the event of the work being transferred to any other Division or Circle, the
Divisional Engineer or Superintending Engineer who will be in charge of the
Division / Circle having jurisdiction over the work shall be the Competent to
exercise all the powers and privileges reserved in favour of the Government.

14. The Contractor should not engage child labour (below the age of 16 Years) in the
execution of works. If the contractor engaged child labour, the work contract
assigned to him shall be cancelled and such contractor shall be black listed for 3
years.

15. Sub Grade Soil / Granular Sub Base and WMM materials should be tested for its
suitability in accordance with Clause 400 of MORT&H Rev. V from HRS only
before execution by the contractor at his cost. If there is any change in materials
on composition, no extra cost will be paid.

16. The job mix formula for Dense graded Bituminous Macadam and Bituminous Concrete
shall be got designed and approved by the Highways Research Station before
commencement of the work at the cost of the contractor. The variance in actual
percentage of bitumen used has to be borne by the contractor. The design mix formula
for Concrete works shall also be got designed and approved by the Highways Research
Station before the commencement of the work at the cost of the contractor and the
Contractor shall quote his tender percentage / item rate accordingly.

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

17.1 Condition for claims of Contractor in account of losses due to unprecedented


floods and other acts of God.

The contractor should arrange to insure the work as risk insurance at his cost
against any losses due to damage of nature calamities like unprecedented
floods, cyclone, fire, lightning, earth quakes, volcanic eruption and other
convulsion of nature.

The Government will not be responsible for such losses and the Government
is not liable to pay any compensation towards such losses sustained by the
contractor.
17.2 During the period of contract, from commencement to completion and up to the
Upkeeping period, the work and work site shall be under the charge and care of
the contractor and the contractor shall take full responsibility for the care thereof
and for taking precautions to ensure safety to the road users and to prevent
accidents or loss or damage and shall be liable for any accidents or damage or
loss that may happen to the works or in work site or due to work or any part
including the departmental tools and plant thereof from any cause whatsoever
and shall at his own cost take remedial action or repair and make good the same
so that at completion and expiry of observation period, the work shall be in good
condition and in conformity in every respect with the requirements of the
contract and instructions of Engineer.

18. Special Conditions for Risk Insurance for Labour and Materials

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

19. Condition for protection of Telecom Cables & EB cables

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

20. Condition for Damages to Drinking Water Pipe Lines (or) other Government
Property caused by the contractors

When the Contractor executing the Department work, cause any damage to the
drinking water pipe lines (or) Other Government Property, the Contractors have
to restore the same at their own cost immediately or within a week’s time / (vide
the Government Letter No. 6675 /HS-2/2001-1, Dated 18.4.2001 communicated
in the Chief Engineer (General) Highways, Chennai-5. Memo No. 19690 / Salai-
1 / 2001, Dated 07.07.2001.

21. The above works should be executed by using Sensor Paver Finisher up to 9.00
metre width (wherever necessary), Static Roller, Vibratory Roller, Pneumatic
Tyre Roller, Earth Compactor (wherever necessary) and Concrete Mixer machine
and Needle Vibrator – wherever applicable.
22. Mobilization Advance shall be paid in the case of construction or supply and
installation contracts of a large and complex nature for the plan works for a
value exceeding Rs.5.00 Crores provided that such Mobilization Advance shall
not ordinarily exceed 10% (Ten percent only) of the value of contract, shall be
secured against irrevocable bank guarantee and shall be recovered in the
subsequent bills payable along with 18% interest or as fixed by the Government
from time to time. In case of mobilization advances for plant, machinery and
equipments they are hypothecated to the Governor of Tamil Nadu in addition to
the other requirements.

23. CONDITION FOR SHIFTING OF E.B. POLES AND TRANSFORMERS

Whenever shifting of E.B. poles and transformers involved, it is the


responsibility of the Contractor to shift the E.B. poles and transformers without
affecting the progress of work as per agreement, under the supervision of E.B.
authorities, as per G.O. Ms. No. 26, Highways and Minor Ports (HF-1) Dept,
Dated 9.02.2011.

Payment will be made to the contractors for shifting of E.B. poles based on the
estimate sanctioned by the E.B. authorities, and subsequent Demand notice from
them.

24. SPECIAL CONDITION FOR ADDITIONAL SECURITY DEPOSIT :

On evaluation of the Tender if it is found that the overall quoted amount of the
Tender under consideration is less by 5 to 15% of the Estimated amount the
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 while
executing agreement shall entail cancellation of award of Contract and forfeiture
of E.M.D.

25. Additional Special Condition.

The Contractors and Sub-Contractors hired by main contractors shall engage


construction workers registered with the Construction Workers Welfare Board as
required under the Building and Other Construction Workers (Regulation of
Employment and Conditions of Service) Act, 1996 (Central Act 27 of 1996).
(G.O.Ms.No.309, Finance (Salaries), 17 th October 2017)
(vide Tamil Nadu Government Gazette No.332, 17th October 2017)

Superintending Engineer (H)


NABARD & Rural Roads Circle,
Salem-1
SPECIAL CONDITIONS FOR GST

a. The Government of Tamil Nadu has notified vide G.O. Ms. No. 264, Finance
(Salaries) Department, dated 15.09.2017 that the Goods and Services Tax on
Works Contract for any Government work (whether Civil or Electrical work) is
fixed at 12% (CGST at 6% + SGST at 6%).

b. Tender evaluation should be done as per Government of Tamilnadu Finance


(Salaries) Department Letter No. 330/Secy.(Expr)/2017, dated 13.09.2017.

c. As per Notification No.31/2017-Central Tax (Rate) dated 13.10.2017, the


concessional rate of GST at 12% (CGST at 6% + SGST at 6%) is leviable for any
Government Contract, whether Civil or Electrical, irrespective of the GST rate
applicable on purchase of goods used in the execution of Government Contract.
The contractor is eligible to get refund of excess tax paid over or liable to pay tax
as per Notification No. 20/2017, Central tax (Rate) dated 22.08.2017, Notification
No. 24/2017, Central Tax (Rate) dated 21.09.2017 and Notification No. 31/2017,
Central Tax (Rate) dated 13.10.2017.

d. Further, for Works Contract services involving predominantly earth works (that
is, constituting more than 75% of the value of the works contract), supplied to
the Central Government, State Governments, Local Authority, Governmental
Authority for Government Entity, shall be taxed at 5% as per Notification No.
31/2017, Central Tax (Rate) dated 13.10.2017. Therefore, for such contract the
amount of GST is to be calculated at 5% (CGST at 2.5% + SGST at 2.5%) over and
above the Basic rate.

e. The Contract Value will include Non-GST taxes, which remain embedded in the
input prices, such as taxes on petroleum products as per Government of
Tamilnadu G.O.Ms. No.296/Finance (Salaries) Department, Dated 09.10.2017.

f. The bidder whose Bid has been accepted and the work order will be issued to the
contractor including 12% GST as prescribed by the Contract.

g. The GST will be operated for the works as per Government order in force during
execution and other Circular instructions issued from time to time.

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

Superintending Engineer (H)


NABARD & Rural Roads Circle,
Salem-1
PRICE VARIATION CLAUSE FOR WORKS

The contract price shall be adjusted during the execution subject to the
terms and conditions for contracts of 12 Months and below only as per GO (Ms) No. 60,
Public Works (G2) Department, dated 14.03.2008 and GO (Ms) No. 101, Public Works
(G2) Department, dated 10.06.2009.

CONTRACTS OF 12 MONTHS AND BELOW

1. Price adjustment clause will be applicable for Main work and Upkeeping work.

2. In respect of contracts of 12 months and below, price adjustment shall be


applicable in respect of cement, steel, bitumen and petroleum, oil and lubricants
(POL) only.

3. Price adjustment clause will be applicable for all works where value of work put
to tender costing Rs.100 lakhs and above.

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

5. The price adjustment shall be calculated only on the departmental estimated cost
of the work. For Bitumen and POL, Price Adjustment will be calculated on
“pass through” basis taking sanctioned estimate rates for Bitumen & POL as
base rate.

6. In respect of bitumen and POL, it may be considered on ‘Pass through’ basis


with the payment of actual rate/price at the rates charged by Indian Oil
Corporation.

7. Price variation/escalation will be applicable for those quantities ‘actually’ used


by the contractor including additional quantities, if any used or achieved ahead
of the timeline. However, if the contractor does a certain quantity of the work in
the third quarter which ought to have been done in earlier quarter, price
variation/escalation will still be applicable on that quantity at the rates
applicable in the relevant quarter as per timeline or period of actual use
whichever is less in the case of escalation.

8. Liquidated damages will be imposed on the contractor for the lapses/shortfall in


achieving the rate of progress as per existing schedule.
9. The price adjustment mechanism will cease to operate for value of work
executed beyond the agreement period. But agreement period shall include the
‘actual period’ for which the work was “suspended officially” and extension of
time permitted for any valid reasons such as, war, natural calamities, like flood,
earthquake and other risks arising out of acts of god during the agreement
period; work delayed due to the land acquisition process; change in design,
change in scope of work etc., which is given in writing by the Tender calling
officer of the respective works.

10. Price variation will be calculated once in a quarter (i) in respect of cement and
steel for the works with contract period up to 12 months as per the specified
formula from the last date of submission of bid up to the end of agreement
period based on wholesale price indexes of RBI. The quarter would be reckoned
with reference to the quarter of the calendar year in which the last date on bid
submission is fixed.

11. For Bitumen and POL, Price Adjustment will be calculated on “pass through”
basis taking sanctioned estimate rates for Bitumen & POL as base rate.

12. Price variation will be operated by the respective Divisional Engineer.

PRICE VARIATION FORMULA

(a) ADJUSTMENT IN THE COST OF CEMENT:


C w2 – C w1
V2 = 0.85 x P o x K 2 x ------------------
C w1
Where,
V2 = the amount of price adjustment in Rupees
Po = the value of work in Rupees executed during the period under
Consideration
K2 = a factor representing the percentage of cement component for the
work.
C w1 = Price of cement fixed by whole sale price index of Reserve Bank of
India on the operative date

C w2 = Price of cement fixed by whole sale price index of Reserve Bank of


India during the period under consideration.
(b) ADJUSTMENT IN THE COST OF STEEL

S w2 –S w1
V3 = 0.85 x P o x K 3 x ------------------
S w1
Where,

V3 = the amount of price adjustment in Rupees

Po = the value of work in Rupees executed during the period under


Consideration

K3 = a factor representing the percentage of steel component for the


work.

S w1 = Price of steel fixed by whole sale price index of Reserve Bank of


India on the operative date.

S w2 = Price of steel fixed by whole sale price index of Reserve Bank of


India during the period under consideration.

(c) ADJUSTMENT IN THE COST OF LABOUR (only for ONTRACTS ABOVE 12


MONTHS).

Lc2 – Lc1
V3 = Po x 0.85 x K3 x ------------------
Lc1
Where,
V3 = the amount of price adjustment in Rupees
Po = Value of work in Rupees executed during the period under
Consideration
K3 = Factor representing the percentage of steel component for the
work.
Lc1 = Consumer Price index for Industrial workers on the
operative date.

Lc2 = Consumer price index for Industrial workers during


the period under consideration.
BONUS FOR ADVANCE COMPLETION OF WORK

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

SPECIAL CONDITION

The time fixed for completion of the entire work (Main work and Upkeeping
work) shall be decided by the Superintending Engineer (H), NABARD and Rural Roads
Circle, Salem and Divisional Engineer (H) NABARD and Rural Roads concerned. The
successful tenderer should make arrangements for speedy execution of the work and he
should execute the work with sufficient men, materials and machinery in as many
numbers are required to carry out all the work simultaneously. The machinery
requirement should satisfy all the technical specifications as per MORT&H
Specifications and machineries used on the works shall be of sufficient capacity and to
ensure the production of sufficient materials to carry out the work for completion.

Superintending Engineer (H)


NABARD & Rural Roads Circle,
Salem-1
SPECIAL CONDITION FOR CMP.

1. The central mixing plant of appropriate capacity conforming to the guidelines in


IRC:90-1985 shall be erected, calibrated and trial run should be made before the
date indicated by the Superintending Engineer in the letter of acceptance.

2. The CMP and Paver finisher, Vibratory Road Roller shall be as per MORTH
approved Standards.

3. No extra cost shall be made for the tests and sample materials for test.

4. The contractor shall allow this department Engineer and subordinates to CMP
site for conducting tests and inspections at any time without making any
objections.

5. If any dispute regarding the working condition of the CMP and the
infrastructure at the CMP site arises the decision of the Superintending Engineer
(H) shall be the final and binding all the parties.

6. It shall be the primary responsibility of the Contractor to ensure quality of the


mix produced conforming to the standards and specifications and maintain all
the records and registers as to the tests conducted to ensure quality and the
registers, records and other relevant infrastructure shall be open for inspection of
the Engineer and or the officers duly authorized by the department in respect of
quality assurance. The decision of the Engineer as to the quality and
conformance to specifications shall be final and binding on the contractor as per
clause 107.03 of P.S to S.S.R.B.

Superintending Engineer (H)


NABARD & Rural Roads Circle,
Salem-1
Special Condition for Registering the work with the Directorate of
Industrial Safety and Health, under Building and other Construction
workers (Regulation of the employment and conditions of service) Act
1996 and TamilNadu Rules – 2006.

The Contractor Should obtain the certificate of Registration from the

concerned registering officer mentioned below immediately after getting the

work order and well before commencement of the work at his own risk and

cost.

Registering Officer

The Deputy Director,


Building and other Construction workers,
Industrial Safety and Health,
Coimbatore-12.

Superintending Engineer (H)


NABARD & Rural Roads Circle,
Salem-1
SCHEDULE – D

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


employed.

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

The Contractor’s special attention is invited to clause 108-11 of the P.S. to


S.S.R.B and he is requested to provide at his own expenses the following amenities to
the satisfaction of Divisional Engineer (H).

1. FIRST AID

At the worksite, there shall be maintained at an accessible place first aid


appliances and medicines including adequate supply of sterilized dressing and
sterilized cotton wool. The appliances shall be kept in good order. They shall be placed
under the charge of responsible person who shall be readily available during working
hours.

2. DRINKING WATER

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

B. Where drinking water is obtained from an intermittent public water each work
site shall be provided with storage tank where such drinking water shall be
stored.

C. Every water supply storage shall be at a distance of not less than 50m from any
latrine drain or other sources of pollutions where water has to be drawn from
an existing well, which is within such proximity of any latrine drain or other
sources of pollutions. The well shall be property chlorinated before water is
drawn from it for drinking. All such wells shall be entirely closed and
provided with a trap door which shall be dust and water proof.

D. A reliable pump shall be fitted to each inner well. The trap door shall be kept
locked and opened duly for inspection and cleaning which shall be done at
least once a month.
3. WASHING AND BATHING PLACES

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

4. LATRINES AND URINALS

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

A. Where the No. of persons employed does not Exceed 50. : 2 seats

B. Where the No. of persons employed exceed : 3 seats


50 but does not exceed 100.

C. For every additional hundred : 3 seats

If women are employed separately, latrine and urinals screened from those
for man shall be provided on the same scales. Except in worksite provided with water
flushed latrines connected with a water borne sewage system, all latrines shall be
provided with receptacle on dry earth system which shall be cleaned 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 of at the contractor’s expenses in work
pits approved by the local public Health authority. The contractor shall also employ
adequate number of scavengers and conservancy staff to keep the latrines and urinals
in a clean condition.

5. SHELTERS DURING REST

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

At every worksite at which 50 or more women workers are ordinary


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

i) Thatched roofs, (ii) Mud floors and walls, (iii) planks spread over the mud
floor and covered with matting. The use of the huts shall be restricted to children
their attendants and mothers of the children.

7. CANTEENS

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

8. SHEDS FOR WORKERS

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

I am / we are aware of the amendment, clarifications, corrigendum etc.,


issued if any in connection with the above said tender and I/We fully subscribe to the
same and will not plead ignorance in any manner whatsoever. Further, I / We certify
that I / We have not been banned by any departments of any State Governments /
Central Government / Government subsidiaries.

Station : Signature of the Bidder


Date :

You might also like