You are on page 1of 40

F

FORM.14
4

GOVERMEN
NT OF TAM
MILNADU

HIGH
HWAYS
S DEPA
ARTMEN
NT

TEN
NDER DOCU
UMEN
NT
Tenderr Notice No
o.

TN.N
No.10/2011--2012 / H.D
D.O/dt.24.11.2011

Date off Tender

15.12
2.2011

NAM
ME OF WORK
W

Forrming Bye
B pas
ss road in
Dharapur
ram Tow
wn at Tiruppu
T
ur
Dis
strict frrom Metttur Pallakkan
nuthu- O
Oddanc
chatram
mDharapur
ram - Tiirupur Km
K
P
hi - Dha
arapura
am
74//10 to Pollach
- Ka
arur ro
oad Km 58/2 Km
K 0/01/2
2. (Uppu
uthuraiipalaya
am,
Ma
adugam
mpalaya
am Piriv
vu)

Seria
al No.

No of Pages
s

1
41
1

Price

15000 + 75
50/- = 1575
50/Rs. 1

EMD

99,000/Rs. 9

ISSUED BY

Divissional Engineer (Highw


ways) Dharrapuram
Divission

Sold
d to Nam
me
and addres
ss of
Conttractor
DATED
D INITIAL OF
O

OFFICE
ER

DIVISIO
ION
CIRCL
LE

:
:

Dharrapuram
m (H)
Tiru
uppur (H
H)

j ehL muR
beLrhiy Jiw
U tl
xgj m
xgj m v. 10 / 2011- 2012/ jtm / eh: 24.11.2011
jehL MSeUfhf MSe mtf rhghf ffh
bghahs (be) fLkhd kW guhk, fj v 67, Fku rhiy, U - 641 601
mikJs ffh bghahs mYtyf xUizj rhiyf cflik
nkghL brj l 2011-2012- tU gF xgjf
tuntfgLwJ.
cnjr
kL

t.

g bga

bjhif
(%gh
yr)

K
it
bjhif
(%gh)

Xgj
got

xgj got

iy tf

ilF

cgl

(%gh)

jhuhu (be) f(k)g nfhl


U khtl jhuhu efUF
bk^ - gyf}J -xlrujhuhu - U rhiy .. 74/10
rhiy UJ bghsh-jhuhu
1

178.00

- f% rhiyia .. 58/2 -
izF tif wtrhiy

99,000

15,750

nfhlbgha
hs (be), f(k)g,
jhuhu

mikj .. 0/0 - 1/2.


(cJiwghisa Kj
kJfghisa )

F:
1.

xgj gotf http : // tenders.tn.gov.in and http://tnhighways.org. vD


izajs Kft ytrkhf gwf brJ rkfyh. xgj
gotf

12.12.2011 gf

5.45 tiu mYtyf neu nfhl bghahs (be)

jhuhu mYtyf xgj gotfSfhd bjhifid t tiuthf


brY bgW bfhsyh.
2. brj xgj gotf 15.12.2011 mW gf 3.00 k tiu bgwgL
mW gf 3.15 kas ffh bghahs (be) mtfsh wfgL.
Contractor

3. rhiygf ika RL fyit au kW ngt au gagL rhiy


mikF gfSfhd xgj gnfF xgjfhuf ika RL fyit
au kW ngt au brhjkhf itUf ntL. nkY xgjfhu
jF, xgj guf kW w Kiwf nghwit

nkFl iza

js FlgLsJ.
(x .bgarh)
ffh bghahs,
(be), f & g, U.

Contractor

For office use only

TENDER
To
The Superintending Engineer,
Highways
Tiruppur

N S Cs:
K V Ps :
DD
:
TP
:

SE (H)

Sir,
I / We do hereby tender and if this Tender be accepted undertake to execute the
following work viz Forming Bye pass road in Dharapuram Town at Tiruppur

District from Mettur - Palakkanuthu- Oddanchatram - Dharapuram - Tirupur


Km 74/10 to Pollachi - Dharapuram - Karur road Km 58/2 Km 0/0-1/2.
(Upputhuraipalayam, Madugampalayam Pirivu) as shown in the drawings and
described in the specifications attached with the bid documents with such variations by way of
alterations of, additions to and omissions from the said works and methods of payment as are
provided for in the conditions of contract at estimate rates / __________above estimate rates
/ _________ Below estimate rates indicated in Schedule-A.
I/We hereby agree that when works are executed by way of alterations of, additions to
omissions and or any new items not contemplated in the bid document, rates for these items
derived as laid down in clause 110-04 of P.S. to S.S.R.B. I/We hereby distinctly and expressly
declare and acknowledge that before the submission of my/our Tender, I/We have carefully
followed the instructions in the Tender Notice and have read Standard Specifications for roads
and bridges and preliminary specifications to standard specification for roads and bridges, the
specifications for roads and bridge works of Ministry of Surface Transport and that I/We have
made such examination of the contract documents and of the plans, specifications and
quantities and of the locations where the said work is to be done and such investigation of the
work required to be done and in regard to the materials required to be furnished as to enable
me/us to thoroughly understand the intention of the same and the requirement, covenants,
agreements, stipulations and restrictions contained in the contract and in the said plans and
specifications and distinctly agree that I/We will not hereafter make any claim or demand
For office use only
No. of corrections :
No of over writings :
SE (H)
HDO
Contractor

DSE
4

upon the Government of Tamil Nadu based upon or arising out of any alleged misunderstanding or
misconception or mistake on my/our part of the said requirement, covenants, agreements, stipulations
and restrictions and conditions in executing the work. I/We shall keep the rate of progress of work as
stipulated in the tender notice.
/We, being a registered contractor of the Highways Department enclose the certificate of
Income Tax Verification and Sales Tax Clearance Certificate valid for the current year.
I/We, enclose herewith a Chalan No._____________________ Dated: ___________ for the
payment of the sum of Rupees ___________________ as earnest money remitted at
__________________ Treasury under revenue deposit. If my/our tender is accepted, the earnest money
may be retained by the Department as security deposit for the due fulfillment of the contract by
transferring the same to the credit of the Divisional Engineer (Highways) Coimbatore Division. If upon
intimation being given to me/us by the Superintending Engineer of acceptance of my/our tender, fail
to attend the said office on the date fixed therein, or if I/We fall to make the further security /
additional security deposit as may be intimated and enter into the required agreement, then I/We agree
to the forfeiture of the earnest money not as a penalty but in payment of liquidated damages sustained
as a result of such failure.
Address to which intimation/notice is to be sent.
I/We fully understand that the written agreement to be entered into between me/us and the
Government shall be the foundation of the rights of both the parties and contract shall not be deemed to
be complete until the agreement has first been signed by me/us and then by the proper officer
authorised to enter into contract on behalf of Government.
I/We are professionally qualified and my/our qualifications are given below:Sl.No

Name

Qualification

I/We will employ the following technical staff for supervision of the work and will see that one of
them is always present at works site personally checking all items of works and paying extra attention
to such works which require special attention (e-g) Reinforced concrete work etc. I/We also agree for
the deduction of the sums indicated in the special conditions, if I/We fail to employ the technical
assistants.
Sl.No

Station:
Date :
Contractor

Name of the members of Technical staff


proposed to be employed

Qualification

SIGNATURE OF THE CONTRACTOR


5

INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS DOWNLOADED


FROM INTERNET
1.

Tender documents are to be down loaded from and print out is to be taken on A4 size

paper and details are to be entered by the tenderer at the various locations in the document. It
is advisable that the down loaded tender documents are to be printed through laser printer only.
Submission of Xerox or photocopy of tender documents is prohibited.
2.

This tender document (in full) downloaded along with the various documents required

to be submitted as per the tender conditions in a sealed cover duly subscribing with the name of
the work, tender notice no. and date, submission of tender downloaded from the internet etc,
and the same should be dropped in the tender box kept in the office of Superintending Engineer
(H) / Divisional Engineer (H) before the date and time stipulated in the tender document.
3.
Tender documents are available on http://tenders.tn.gov.in (or)
1
http:// www. tnhighways. org and the same can be downloaded and used as tender
document for submitting the offer.
4.
The earnest money deposit required for this work as stipulated in the tender document
has to be enclosed.
5.
The tenderers who prefer to download the documents from the reference should also
enclose the copies of evidence for registering their name in this department for the (copy of
registration) along with validity certificate for their registration. . Also the contractor should
furnish documents for possession of their own CMP, Paver finishers with calibration
certificate & Mini hot mix plant as per MORTH Specification, for the works involving CMP,
Paver finishers & Mini hot mix plant. The tenders received without such proof for the
possession of their own CMP, Paver finishers & Mini hot mix plant shall be rejected.
6.
Tenderers are advised to download tender documents well in advance and submit the
tender before the stipulated time. It is the responsibility of the tenderer to check any correction
or any modifications published subsequently in Web site and the Tenderer shall take a printout
of the Corrigendum (if any) and sign the same and should attach to the main tender document.
Tender Documents unaccompanied by the published corrigendum will be liable for rejection.
The Highways Department will not be responsible for any postal delays / delay in downloading
of tender document from the internet.
7.
Tenderers are free to download tender document at their own risk and cost, for the
purpose of perusal as well as for using the same as tender document for submitting the offer.
Master copy of the tender document is available in the office of Divisional Engineer (H)
Contractor

concerned. After award of work an agreement will be drawn up. The agreement will be
prepared based on the master copy available in the above mentioned office and not based on
the tender document submitted by the tenderer. In case, any discrepancy between the tender
documents downloaded from the internet and the master copy, the latter shall prevail and will
be binding on the tenderer. No claim on this account will be entertained.
8.
If any change / deletion is made by the Tenderer and the same is detected at any stage
even after the award of the tender, his full earnest money deposit will be forfeited. In addition,
the tenderer is liable to be prosecuted as per the law or banned from doing business with
Highways Department.
9.
I / We here by accept the above instructions and I / We will furnish a declaration for the
above with the Tender document.

DECLARATION

I / WE have download the tender form from the internet site

http:

// tenders.tn.gov.in (or) http:// www. tnhighways. org and I / WE have not tampered /
modified the tender forms in any manner. In case, if the same is found to be tampered / modified I
/ WE understand that my / our tender will be summarily rejected and full earnest money deposit
will be forfeited and I am / we are liable to be banned from doing business with Highways
Department and / or prosecuted.

Signature of Tenderer
Date
Address

Contractor

TENDER NOTICE
1. For and on behalf of the Governor of Tamil Nadu, sealed tenders on percentage basis at estimate
rates or above estimate rates or below estimate rates will be received by the Superintending
Engineer (Highways) Tiruppur at his Office upto 3.00 p.m. (Office Clock) on 15.12.2011 for
the work of Forming Bye pass road in Dharapuram Town at Tiruppur District

from Mettur - Palakkanuthu- Oddanchatram - Dharapuram - Tirupur Km 74/10


to Pollachi - Dharapuram - Karur road Km 58/2 Km 0/0-1/2.
(Upputhuraipalayam, Madugampalayam Pirivu)
2. The tender should be in the prescribed form obtainable from the Divisional Engineer
(Highways) Dharapuram Division up to 12.12.2011 on all working days during the office
hours.
2a.
The accessibility of tender documents on Government website will also be available in
addition to other forms of supply of tender documents in respect of procurement where the value
of procurements is Rupees Ten lakh and above
3. The tenders will be opened by the Superintending Engineer (H) Tiruppur at his office at 3.15
Pm as per the office clock on the same day (i.e) on 15.12.2011
4. The tenderers or their authorised agents are expected to be present at the time of opening of
tenders. The tender receiving officer will be opening each tender and initial all corrections in the
presence of the tenderers. The tenderers shall accept the corrections without any question
whatsoever.
5. Tenders must be submitted in sealed covers and should be addressed to the Superintending
Engineer (Highways) Tiruppur. The name of the tenderer and the name of the work shall be
noted on the cover.
6. If the tender is made by an individual, it shall be signed with the full name and his address shall
be given. If it is made by a firm, it shall be signed with the co-partnership name, by a member of
the firm, who shall also sign his own name and the names and addresses of each member of the
firm shall be given. If the tender is made by a corporation, it shall be signed by duly authorised
Officer who shall produce with his tender satisfactory evidence in support of his authorisation.
Such tendering corporation may be required before the contract is executed, to furnish evidence of
its corporate existence.
7. The tenderers who have registered in the Highways Department under category Class I and
above (after reclassification) are eligible to tender for this work as already notified in the tender
notice.
7. (a) Those who prefer to download the documents from the internet should enclose a copy of
their registration with the Highways Department including the proof for its validity on date. The
invitation of bids is also open to the eligible contractors of the appropriate class. The experience,
available manufacturing and construction capacity technical and other man power and financial
status shall be clearly stated while offering the bids.
Contractor

8.1 Each tenderer must send a certificate of Income Tax Verification from the appropriate Income
Tax authority in the form prescribed there for. This certificate shall have validity for one year from
the date of issue for all tenders submitted during the period.
8.2 Each tenderer must also send a certificate of Sales Tax Verification issued during current year
from the appropriate authority.
8.3 In case of proprietory or partnership firm it will be necessary to produce the certificate for the
proprietor or proprietors and for each of the partners as the case may be.
8.4 If the tenderer is a registered contractor in the department and if certificate for the current year
had already been produced during the calendar year in which the tender is made, it will be
sufficient if the particulars regarding the previous occasion in which the certificate was produced
are given. However a Xerox copy of the certificates shall be furnished.
8.5 All tenders received without certificate of Income Tax Clearance and Sales Tax Clearance is
liable to be rejected.
9.1 Tenderer must pay as Earnest Money Deposit a sum of Rs. 99,000/- (Rupees Ninety nine
thousand Only) In any form of a security such as (1) National Savings Certificate pledged in
favour of Divisional Engineer(Highways) Dharapuram Division and not in favour of Governor
etc., (2) Demand Draft from Nationalised scheduled Bank in favour of the Divisional
Engineer(Highways) Dharapuram Division (3) Kisan Vikas Patras duly pledged in favour of the
Divisional Engineer (Highways) Dharapuram Division subject to the condition that the short term
securities obtained shall be kept valid for reasonable tenure till decision of tender is finalised. If
the National Savings Scrips, Postal Scrips, Post Office Savings not pledged in favour of Divisional
Engineer (Highways) Dharapuram Division are enclosed with pledge forms signed by the
contractor without actually pledging, the tender will be summarily rejected. The Earnest Money
Deposit will be refunded to the unsuccessful tenderers on application after the decision on the
tender is taken or at the expiration of 120 days from the date of tender whichever is earlier. This
refund will be authorised by the Divisional Engineer (Highways) Dharapuram Division. The
Earnest Money Deposit will not be received in cash or currency notes or cheques or bank
guarantee or Prize Bonds or IPOS or Bank Drafts from non-scheduled bank. The successful
tenderer should replace the E.M.D. in the form of small savings scrip/ deposits accounts etc. duly
pledged in favour of the Divisional Engineer. The tenders who furnish Earnest Money Deposit in
the shape of Indra Vikas Patras should note their name in the backside of the Indra Vikas Patras
and also they should enclose a letter along with their tender noting the Registration Number of the
Indra Vikas Patras enclosed with the tender.
9.2 The E.M.D. will not be accepted in the shape of bank guarantee. Tender with EMD in the
shape of bank guarantee shall be rejected.
9.3 Tenders not accompanied with the notified Earnest Money Deposit in the acceptable
form shall be rejected.
9.4 Earnest Money Deposit will be retained in the case of successful tenderer and will not carry
any interest. It will be dealt with as provided in the tender.
Contractor

10.1 The successful tenderer will be notified by a letter sent by registered post to the address
shown on his tender that his tender has been accepted. The tenderer shall attend the Office of the
Superintending Engineer (H) Tiruppur on the date fixed by written information to him. He
shall, forthwith upon intimation being given to him by the Superintending Engineer (H)
Tiruppur 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. 2,57,000/- (Rupees Two lakh
Fifty seven thousand Only) or such other sums as will be intimated to him shall be furnished in
the shape of small savings scripts.
This security deposit together with the Earnest Money Deposit and the amount withheld according
to the clause 110 of the Standard Specification to S.S.R.B. shall be retained as security for the due
fulfillment of this contract. If, upon intimation being given to the successful Tenderer by the
Superintending Engineer (Highways) Tiruppur of acceptance of his tender, the tenderer fails to
make the further security deposit and or additional security deposit and to enter into the referred
agreement, it will be considered as just cause for the annulment of the award of contract and the
said earnest money referred in clause 9.1 of the tender notice shall be forfeited, not as a penalty but
in payment of liquidated damages sustained as a result of such failure.
10.2 The written agreement to be entered into, between the contractor and Government shall be the
foundation of all rights of both the parties and the contract shall not deemed to be complete until
the agreement has first been signed by the contractor and then by the proper Officer authorised to
enter into contracts on behalf of the Government of Tamil Nadu.
11. The Preliminary specifications to the Standard Specifications for Roads and Bridges
construction shall form an inseparable condition of the contract in all agreements entered into by
the contractor for execution of work for the Tamil Nadu Highways Department.
12. For items of works in buildings and structure not covered by the specifications, relevant items
from Tamil Nadu Building Practice, National Building Code as amended from time to time shall
apply. A copy of the set of contract can be had on production of Chalan for Rs.15,750/- (Fifteen
thousand seven hundred fifty only inclusive of Sales Tax per set, which is not refundable at any
circumstances.
12. (a) Tender documents are also available on http://tenders.tn.gov.in (or)
http:// www.tnhighways.org and the same can be down loaded free of cost and used as tender
documents for submitting offer.
13. The tenderer shall examine closely the SSRB, MORTH and TNBP and also the Standard
Preliminary Specifications to SSRB contained therein before submitting his tender which shall be
for finished work in situ. He shall also carefully study the drawings and descriptive specifications
supplementing Schedule-A and all documents which form part of the agreement to be entered into
by the accepted Tenderer. It shall not be necessary to append these Standard Specifications and
codes with the bid documents and they shall be deemed to be inseparable part of bid document and
agreement to be entered into.
14. The tenderer's attention is directed to the requirements of materials under the clause "Materials
and the Workmanship" in the Preliminary Specifications, Materials confirming to the British
Contractor

10

Standard Specification, or Bureau of Indian Standard and Indian Road Congress shall be used in
the work and the Tenderer shall quote his tender percentage accordingly.
15.1 Every tenderer is expected before quoting his tender percentage to inspect the site of the
proposed work. He should also inspect the quarries and other sources of materials and satisfy
himself about the name of quarries, Kilns etc., where from certain materials are to be obtained as
given in the descriptive specification sheet.
15.2 The best class of materials to be obtained from 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.
16. The Government will not however, after acceptance of the tender, pay and extra for lead or for
any other reasons in case the contractor is found later on to have misjudged the quality or quantity
of materials available. Attention of the contractor is directed to the Standard Preliminary
Specifications regarding payment of seigniorage, tolls etc.,
17.1 The Tenderer's particular attention is drawn to the sections and clauses in the Standard
Preliminary Specifications dealing with:
1. Test inspection and rejection of defective materials of work.
2. Carriage.
3. Construction plants.
4. Water and lighting.
5. Clearing up during progress and for delivery.
6. Accidents.
7. Delays.
8. Particulars of payment.
17.2 The Tenderer should closely peruse all the specification clauses which govern the rates for
which he is tendering.
18. A schedule of quantities with estimate rates accompanies the tender document. It shall be
definitely understood that the Government does not accept any responsibility for the correctness or
completeness of quantities in the schedule and that this schedule of quantity is liable to alterations,
omissions, deductions, additions at the discretion of the Superintending Engineer (Highways)
Tiruppur or as set forth tender percentage, with reference to the departmental estimate rates
indicated in Schedule-A.
19. The tenderers shall quote in the tenders the over all percentage with reference to the estimate
value at which he will undertake to do the whole work subject to the conditions of contract. The
tender percentage shall be written legibly and free from erasures. Over writings or conversions of
figures, or corrections, where unavoidable should be made by crossing out, initialing dating and
rewriting.

Contractor

11

20. Tenders not submitted in proper form or within the due time will be rejected. Lumpsum
amounts for items not called for shall not be included in the tender. No alteration which is made by
the tenderer in the tender or the conditions of contract, the drawing, specifications or quantities
accompanying the same will be recognised and if any such alterations are made, the tender will
become invalid.
21. The attention of the tenderers is drawn to the contract requirements as to the time of
commencement of work. The rate of progress and the dates for completion of the whole work and
the several activities shall be as indicated below. The date of commencement of this programme
will be the date on which the site (Premises) is handed over to the contractor. The time fixed for
completion of the entire work shall be Ten Months . (as per percent programme of work
enclosed)
PROGRAMME FOR COMPLETION OF WORK:
Period (Cumulative from the date
of handing over the site)
Within 10
Months
st
End of 1 Month :

Milestone fixed for Completion.


100% of works to be completed in all respects
5% of work should be completed.

End of IInd Month :

10% of work should be completed.

rd

20% of work should be completed.

th

End of IV Month :

30% of work should be completed.

th

40% of work should be completed.

th

50% of work should be completed.

th

60% of work should be completed.

th

70% of work should be completed.

End of III Month :


End of V Month :
End of VI Month :
End of VII Month :
End of VIII Month :
th

End of IX Month :
End of Xth Month :

90% of work should be completed.


100% Entire work should be completed in all respects.

Note: The contractor should furnish a mile stone wise detailed program of construction justifying the
capability of execution and completion of the work as per technical specification within the stipulated
period of completion

22.
No part of the contract shall be sublet without written permission of the Superintending
Engineer (Highways) Tiruppur nor shall transfer be made.
23. If any further information is required the Superintending Engineer (Highways) Tiruppur
will furnish such information but it must be clearly understood that tenders must be fully in order
and according to instructions.
24. The Superintending Engineer (Highways) Tiruppur or other competent authority reserve
the right to reject any tender or all the tenders without assigning any reasons there for.
25. The tenderer submitting a quotation which the tender accepting authority considers excessive
or indicate of insufficient knowledge of current prices or definite attempt at profiteering, will
render himself liable to be debarred as the accepting authority may decide. The percentage should
be based on the controlled prices under the provision of clause 6 of the Hoardings and Profiteering
Contractor

12

Preventive Ordinance 1943 as amended from time to time and similar principle in regard to labour
and supervision in the constructions.
26. A statement giving brief particulars of equipment and resources that will be but at the disposals
in respect of the following classifications should accompany the tender.
a. Equipment Transport for materials Lorries concrete mixers etc.
b. Organisation
1. Technical
2. Unskilled
c. Methods that will be accepted to speed up the work for the entire completion within the
prescribed time.
27. No foreign exchange would be released by the Government for the purchase of plant and
machinery for the work.
28. The tenderer shall also submit the detailed working drawings with sequence of construction
required for each stage of work regarding foundation, Substructure and superstructures. The
tenderer shall submit list of machineries, required, the source and availability.
28. (a) The tenderers who prefer to download the documents should also enclose the copies of
evidence for the possession of their own CMP & Paver finishers as per MORTH Specification, for
the works involving CMP and paver finishers. The tenders received without such proof for the
possession of their own CMP and paver finishers shall be rejected.
29. The contractor's quoted tender percentage shall be inclusive of all taxes duties, fees, tolls,
insurance and others if any which he has to pay to the Government and other bodies as the
concerned laws would require.
30. The levels furnished in the plan are based upon the investigation done by this department. If
there are any changes in levels, water levels etc. during actual execution, the contractors, are
bound to accept them and they are not eligible for any extra claim for such change in levels etc.
31. The tenderer must submit a detailed specification of materials and the tests to be conducted to
ensure the quality of materials proposed to be used in the construction.
32.2 The contractor should make traffic barricading providing danger lights and other such
arrangements for the safety of the traffic during execution at his cost.
32.3 The contractor should make his own arrangements to form and maintain the diversion or
approach road for the conveyance of materials to the work spot at his cost and the department will
not make any payment for this item. This should be the responsibility of the contractor.
33. The validity of tender should be for 90 days from the date of Tender.
34. THE TENDERER SHOULD QUOTE THEIR TENDER PERCENTAGE BOTH IN
WORDS AND FIGURES CLEARLY IN THE TENDER FORM ONLY.

Superintending Engineer (H),


C&M Circle,Tiruppur
Contractor

13

SHEDULE A

SCHEDULE OF RATES AND APPROXIMATE QUANTITIES

1.

The quantities herein given are there upon which the estimate cost of the works 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 of below estimate rates and shall govern payment for extras of
deductions for omissions according to the conditions of the contract, as set forth in the
preliminary specifications of the standard specifications for roads and bridges with the
M.O.R.T.H. specifications and other condition of specifications of this contract.

2.

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


(notwithstanding any custom or practice of the contrary) according to the actual
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 site 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 MORTH specification.

The

contractor shall take no advantage of any apparent error or omission in the Schedule A
description.

Contractor

14

Schedule - A to accompany the tender for the work of Forming Bye pass road in Dharapuram Town at Tiruppur District
from Mettur - Palakkanuthu- Oddanchatram - Dharapuram - Tirupur Km 74/10 to Pollachi - Dharapuram - Karur road Km
58/2 Km 0/0-1/2. (Upputhuraipalayam, Madugampalayam Pirivu)

Sl.
No.

Probable
quantity

5,029.00

Cubic
metre

Description of work
Excavation
including
removal and satisfactory
disposal of all materials
necessary
for
the
construction
of roadway
and
side
drains
in
accordance
with
the
specifications and
the
lines, grades and cross
sections shown in the
drawings or as indicated by
the Engineer. FOR Cutting

No. of corrections:

Contractor

Specification
Number
M.O.R.T & H

111
112
301
302
305
900

Rates in
Words

Figures.

Rupees Thirty
four and paise
Seventy five Only

34.75

Unit in
words.

One
Cubic
metre

Amount

1,74,757.75

15

Sl.
No.

Probable
quantity

5,029.00

Cubic
metre

Description of work
Excavation
including
removal and satisfactory
disposal of all materials
necessary
for
the
construction
of roadway
and
side
drains
in
accordance
with
the
specifications and
the
lines, grades and cross
sections shown in the
drawings or as indicated by
the Engineer. Filling using
surplus earth obtained from
cutting
Spreading
and
Compaction only

No. of corrections:

Contractor

Specification
Number
M.O.R.T & H

111
112
301
305
900

Rates in
Words

Figures.

Rupees Nine and


paise Forty Only

9.40

Unit in
words.

One
Cubic
metre

Amount

47,272.60

16

Sl.
No.

Probable
quantity

9,088.00

Cubic
metre

Description of work

Specification
Number
M.O.R.T & H

Excavation
including
removal and satisfactory
disposal of all materials
necessary
for
the
construction
of roadway
and
side
drains
in
accordance
with
the
specifications and
the
lines, grades and cross
sections shown in the
drawings or as indicated by
the Engineer for sub grade
filling with earth having
CBR not less than 10 with
an average lead of 10Km
97% compaction

111
112
301
305
900

No. of corrections:

Contractor

Rates in
Words

Figures.

Rupees One
Hundred Seven
and paise Thirty
two Only

107.32

Unit in
words.

One
Cubic
metre

Amount

9,75,324.16

17

Sl.
No.

Probable
quantity

Cubic
12,609.00
metre

Description of work

Specification
Number
M.O.R.T & H

Excavation
including
removal and satisfactory
disposal of all materials
necessary
for
the
construction
of roadway
and
side
drains
in
accordance
with
the
specifications and
the
lines, grades and cross
sections shown in the
drawings or as indicated by
the Engineer for sub grade
filling with earth having
CBR not less than 10 with
an average lead of 15Km
100% compaction

111
112
301
305
900

No. of corrections:

Contractor

Rates in
Words

Figures.

Rupees One
Hundred Thirty
five and paise
Sixty five Only

135.65

Unit in
words.

One
Cubic
metre

Amount

17,10,410.85

18

Sl.
No.

Probable
quantity

1,752.00

Cubic
metre

2,190.00

Cubic
metre

Description of work
Providing
GSB
using
materials as per clause
401.2.1
viz.,
sand,
moorum, gravel, crushed
stone,
individuals
or
combination thereof which
satisfies the grading I as
per
table
400.1 and
satisfies
the
physical
standards given in clause
401.2.2 and gives the 30
CBR including cost and
conveyance of earth all
materials and hire and
machinery charges of Tools
and plants employed and
all other incidental charges
as per MORTH revision IV
Providing, laying, spreading
and compacting wet mix
macadam
with
clean,
crushed,
graded
aggregates and granular
material and finished in
accordance
with
the
requirements
of
the
specifications
and
thickness as per approved
plans or as directed by the
Engineer.
No. of corrections:

Contractor

Specification
Number
M.O.R.T & H

Rates in

Unit in
words.

Amount

Words

Figures.

111
112
401
900

Rupees Seven
Hundred Fifty
four and paise
Sixty five Only

754.65

One
Cubic
metre

13,22,146.80

111
112
406
900

Rupees One
thousand
Seventy one and
paise Eighty six
Only

1,071.86

One
Cubic
metre

23,47,373.40

19

Sl.
No.

Probable
quantity

8,760.00

Square
metre

8,760.00

Square
metre

Description of work
Providing and laying of
prime coat using emulsion
bitumen at the rate of 6 kg
per 10sqm over the WMM
surface
preparatory
to
another construction over
it.
Providing and laying of tack
coat
using
emulsion
bitumen at the rate of 2.5kg
per 10sqm over the WMM
primed surface preparatory
to another construction
over it.

No. of corrections:

Contractor

Specification
Number
M.O.R.T & H

Rates in

Unit in
words.

Amount

Words

Figures.

111
112
501
502
900

Rupees Thirty six


and paise Eight
Only

36.08

One
Square
metre

3,16,060.80

111
112
501
503
900

Rupees Twelve
and paise Ninety
two Only

12.92

One
Square
metre

1,13,179.20

20

Sl.
No.

Probable
quantity

968.00

Cubic
metre

10

352.00

Cubic
metre

Description of work
Bituminous macadam of 50
mm thickness which work
shall
consist
of
construction, in a single
course,
of
compacted
crushed
aggregates
premixed with bituminous
binder 60/70 grade at the
rate of 3.5 percent by
weight of the total mix, to
serve as base/ binder
course, in accordance with
the requirement of the
specifications
and
in
conformity with the drawing
or as directed by the
Engineer using CMP and
Paver finisher
Providing and laying 40
mm
thick
compacted
Bituminous concrete which
shall consist of construction
of a single course /
Wearing
course
on
previously
prepared
bituminous base to the
requirements
of
the
specification using 60/70
grade bitumen with CMP &
Paver.
No. of corrections:

Contractor

Specification
Number
M.O.R.T & H

Rates in

Unit in
words.

Amount

Words

Figures.

111
112
501
504
900

Rupees Seven
thousand Four
Hundred Ninety
nine and paise
Ninety seven
Only

7,499.97

One
Cubic
metre

72,59,970.96

111
112
501
509
900

Rupees Eight
thousand One
Hundred Sixty
seven and paise
Seventy five Only

8,167.75

One
Cubic
metre

28,75,048.00

21

Sl.
No.

Probable
quantity

11

132.20

Cubic
metre

23.30

Cubic
metre

12

Description of work
Earth work excavation in all
classes of soils except hard
rock requiring blasting and
depositing on bank with
initial lead and lifts and all
other incidental charges
such as shoring, strutting,
baling out water, forming
protective bunds, coffer
dam wherever necessary
for dressing the bed below
sill level etc., complete for
foundation of culverts at km
0/2,0/4,0/8 &1/2
Vibrated Cement Concrete
1:3:6 mix using 40 mm
ISS HBG metal including
cost and conveyance of all
materials
to
site,
Complying to the required
standard and specifications
including
labour
for
formwork, laying watering,
curing and compacting
vibrator charges and all
other incidental charges
etc., complete
FOR
FOUNDATION
OF
CULVERT
at
km
0/2,0/4,0/8 &1/2
No. of corrections:

Contractor

Specification
Number
M.O.R.T & H

Rates in
Words

2903

Rupees Sixty
nine and paise
Fifty Only

1000
1500
1700
2908

Rupees Two
thousand Five
Hundred Four
Only

Figures.

Unit in
words.

Amount

69.50

One
Cubic
metre

9,187.90

2,504.00

One
Cubic
metre

58,343.20

22

Sl.
No.

Probable
quantity

13

122.90

Cubic
metre

26.00

Numbers

14

Description of work
Vibrated Cement Concrete
1:2:4 mix using 40 mm ISS
HBG metal including cost
and conveyance of all
materials
to
site,
Complying to the required
standard and specifications
including
labour
for
formwork, laying watering,
curing and compacting
vibrator charges and all
other incidental charges
etc., complete for body wall
below sill level & above sill
level at km 0/2,0/4,0/8 &1/2
Supply of NP 3 class RCC
1000 mm dia hume pipes
of 2.50 m length confirming
to IS 458 / 1989 cost of
pipe
including all other
incidental charges , testing
charges including Loading
and Unloading transport
and delivery in good
condition at work site as
directed
by
the
departmental
officers
etc.,Complete
for
pipe
culvert at km 0/2,0/4,0/8
&1/2
No. of corrections:

Contractor

Specification
Number
M.O.R.T & H

Rates in

Unit in
words.

Amount

Words

Figures.

1000
1500
1700
2908

Rupees Three
thousand One
Hundred Fifty
nine Only

3,159.00

One
Cubic
metre

3,88,241.10

1013
2900
2911

Rupees Six
thousand Five
Hundred Only

6,500.00

Each

1,69,000.00

23

Sl.
No.

Probable
quantity

15

26.00

Running
Meter

Description of work

Specification
Number
M.O.R.T & H

Hoisting and
Fixing of
1000 mm dia pipes
to
proper gradient including all
Labour charges and all
other incidental charges
etc., Complete for pipe
culvert at km 0/2,0/4,0/8
&1/2

2905
2906

Rates in
Words

Figures.

Rupees Forty five


and paise Thirty
five Only

45.35

Unit in
words.

One
Running
metre

TOTAL Rs.
(or)
Rupees One crore Seventy seven lakh Sixty seven thousand Four Hundred Ninety six Only

Amount

1,179.10

1,77,67,495.82
1,77,67,496.00

Superintending Engineer (H),


C&M Circle,Tiruppur

No. of corrections:

Contractor

24

PROGRAM OF WORK
Name of Work : Forming Bye pass road in Dharapuram Town at Tiruppur
District from Mettur - Palakkanuthu- Oddanchatram - Dharapuram Tirupur Km 74/10 to Pollachi - Dharapuram - Karur road Km 58/2 Km 0/01/2. (Upputhuraipalayam, Madugampalayam Pirivu)
Period (Cumulative from the date
of handing over the site)
Within 10
Months
st

End of 1 Month :

Milestone fixed for Completion.


100% of works to be completed in all respects
5% of work should be completed.

End of IInd Month :

10% of work should be completed.

rd

20% of work should be completed.

th

End of IV Month :

30% of work should be completed.

th

End of V Month :

40% of work should be completed.

End of VIth Month :

50% of work should be completed.

End of III Month :

th

60% of work should be completed.

th

70% of work should be completed.

End of VII Month :


End of VIII Month :
th

End of IX Month :
End of Xth Month :

90% of work should be completed.


100% Entire work should be completed in all respects.

Note: The contractor should furnish a mile stone wise detailed program of construction justifying the
capability of execution and completion of the work as per technical specification within the stipulated
period of completion

Superintending Engineer (H),


C&M Circle,Tiruppur

No. of corrections:

Contractor

25

SHEDULE B
-

SHEDULE C
1.

Descriptive Specification Report.

2.

Descriptive source of materials and lead Statement.

3.

Special Conditions of Contract.

Superintending Engineer (H),


C&M Circle,Tiruppur

No. of corrections:

Contractor

26

DESCRIPTIVE SPECIFICATION
Name of work:-Forming Bye pass road in Dharapuram Town at Tiruppur
District from Mettur - Palakkanuthu- Oddanchatram - Dharapuram - Tirupur
Km 74/10 to Pollachi - Dharapuram - Karur road Km 58/2 Km 0/0-1/2.
(Upputhuraipalayam to ,Madugampalayam Pirivu)
Location: This road lies in Dharapuram(H) C&M Division Dharapuram(H) C&M sub
Division in TirupurDistrict.
Proposals: The following are the proposals for which provisions are given in the
estimate for the places wherever necessary.

Sl.No
Descriptive of Items
1
Excavation including removal FOR Cutting
2
Excavation including removal - Filling using surplus earth obtained from
cutting Spreading and Compaction only
3
Excavation including removal and satisfactory disposal of all materials for sub
grade filling with earth having CBR not less than 10 with an average lead of
10Km
97% compaction
4
Excavation including removal and satisfactory disposal of all materials for sub
grade filling with earth having CBR not less than 10 with an average lead of
15Km 100% compaction
5
Providing GSB using materials as per clause 401.2.1 grading I
6
Providing, laying, spreading and compacting wet mix macadam
7

Providing and laying of prime coat using emulsion bitumen at the rate of 6 kg
per 10sqm over the WMM surface
Providing and laying of tack coat using emulsion bitumen at the rate of 2.5kg
per 10sqm over the WMM
Bituminous macadam of 50 mm thickness

10

Providing and laying 40 mm thick compacted Bituminous concrete

11

Earth work excavation in all classes of soils except hard rock requiring
blasting for foundation of culverts at km 0/2,0/4,0/8 &1/2
Vibrated Cement Concrete 1:3:6 mix using 40 mm ISS HBG metal vibrator
charges FOR FOUNDATION OF CULVERT at km 0/2,0/4,0/8 &1/2

12

13

Vibrated Cement Concrete 1:2:4 mix using 40 mm ISS HBG metal vibrator
charges for body wall below sill level & above sill level at km 0/2,0/4,0/8 &1/2

14
15

Supply of NP 3 class RCC 1000 mm dia hume pipes


Hoisting and Fixing of 1000 mm dia pipe

No. of corrections:

Contractor

27

Rates
Current schedule of Rates for the year 2011-12 of PWD & HIGHWAY
Department is adopted.
Specification
The work will be executed as per IRC, MORTH and related standard
specifications and as per the instructions of the Departmental Officers.

Superintending Engineer (H),


C&M Circle,Tiruppur

No. of corrections:

Contractor

28

DESCRIPTIVE LEAD STATEMENT


Name of work:-Forming Bye pass road in Dharapuram Town at Tiruppur
District from Mettur - Palakkanuthu- Oddanchatram - Dharapuram - Tirupur Km
74/10 to Pollachi - Dharapuram - Karur road Km 58/2 Km 0/0-1/2.
(Upputhuraipalayam, Madugampalayam Pirivu)

Sl.No

Descriptive of
Materials

1
All size of IRC &
ISS metal

2
3

Gravel
Sand

Name of Quarry
Quarry at 0.20Km off
Km 58/4 of Erode
Dharapuram road
CMP site at0.40Km
CT off Km 60/6 of
MPODT road
Local
Quarry at Km 106/0
of PDK road Km
106/0 of PDK road

Reach

Lead in Km
CMP

Quarry

0/0-1/0

15

1/0-1/2

15

16/0-18/6
0/0-1/0

59

50

1/0-1/2

59

50

Superintending Engineer (H),


C&M Circle,Tiruppur

No. of corrections:

Contractor

29

SPECIAL CONDITIONS OF CONTRACT:


The special conditions described hereunder shall have the meaning and intent out
lined in clause 107-05 of P.S. to S.S.R.B. The contractor's quoted rate shall be
inclusive of all the elements and costs required to comply with them. The special
conditions comprise of two parts viz. I) Technical specification and (II) Commercial
conditions.
I. TECHNICAL SPECIFICATION:
General
The entire works, as described in Scope of Work ("General Conditions of Contracts")
shall be done in accordance with the Technical specifications. These technical
specifications shall comprise the following.
Part I - General Specifications
Part-I Shall comprise the "Specification for Road and Bridge Works' Third Revision 1995 and the corrigendum published at New Delhi by Indian Roads Congress on
behalf of Government of India, Ministry of Surface Transport (Road Wing), and shall
be deemed to be bound into this document and becomes part and parcel of the
agreement.
Part II - Supplementary Specifications
Part-II Shall comprises various substitutes. Modified and Additional Clauses to the
"Specification for Road and Bridge Works" referred to in Part I (to cover specific
aspects of the particular works not covered by the same) and accordingly, the said
specification so amended shall form part of the contract.
A substitute clause as indicated by the suffix 'S' is an amendment of a clause in PartI - General Specification and supersedes the whole of that clause. Then any
reference to the superseded clause shall be deemed to refer to the substitute clause.
A modified clause as indicated by the Suffix 'M' shall be read as a partial amendment
to the cited clause in Part-I - General Specifications. Any provision in the said
modified clause conflicting with those of Part-I - General Specification shall be
deemed to supersede the relevant portion of Part-I - General Specification. Any
other non-conflicting provisions shall apply and NOT deemed as substitute.
An additional clause, as indicated by the suffix 'A' shall bear additional clause
numbers not cited in Part-I - General Specification and shall include provisions
supplementing those of Part-I - General Specification.
In so far as any substitute, modified and additional clause may conflict or be
inconsistent with any of the provisions of Part-I - General Specification under
reference, the substitute, modified and additional clause shall always prevail.
]
Words like 'Contract', 'Contractor', 'Drawing', 'Works', 'Site', 'Provisional Sum' used in
the above mentioned specification shall be deemed to have the same meaning as
under stood from the definition of these terms in and as included in the General
No. of corrections:

Contractor

30

Conditions of Contract. In the absence of any definite provisions on any particular


issue in the aforesaid specification, reference may be made to the latest IRC Codes
of practice, I.S. Specifications and SSRB, in that order. Where even these are silent,
the construction and completion of the works shall conform to sound engineering
practice and, in case of any dispute arising out of the interpretation of the above, the
decision of the Engineer-in-charge shall be final and binding on the contractor.
These shall be deemed to be bound to this document and becomes part and parcel
of the agreement.
Supplementary Specifications for Structures
The following list shows the clauses of Part-I which are either substituted or modified
or added:
Substituted clauses

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


2908 to 2911.

Modified clauses

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


2005.1, 2005.2, 2602(c).

Added clauses

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


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

New clauses

1816, 2211, 2912.

The sub base material should be tested for its suitability in accordance with Cl
401 of MORTH Rev IV from Highways Research station or any other reputed
institute and get it approved by the competent authority before execution by the
contractor at his cost

If there is any change in the material or composition no extra cost will be paid.

No. of corrections:

Contractor

31

II.

COMMERCIAL CONDITIONS:

1.1 Steel and Cement will not be supplied by the department. The contractors
have to procure the same and use it on the work.
1.2

Steel conforming to standards and specifications shall be procured.

1.3 The Cement should be procured in lot from the authorised Dealers and should
not be purchased locally in piecemeal.
1.4 The contractors have to produce the Test Certificate confirming to I.S. and
other accepted Codes and standards in support of the quality of materials procured.
If the materials are found to be substandard or not confirming to the prescribed test
standards, the same will be rejected without any claim for damages whatever.
1.5 The quoted rate shall be inclusive of cost of steel and cement conveyance,
handling and storage charges and other requisites as contained in clause 103-04 of
P.S. to S.S.R.B.
II.1 The bitumen and bitumen emulsion required for use in the work will not be
supplied by the department.
II.2 The contractor has to procure the bitumen of appropriate grade and emulsion
as per specification required for the items of work as per Standard Specification and
use it on the work.
II.3 The quoted rate shall be inclusive of cost of bitumen, bitumen emulsion
conveyance and handling and storage charges and other requisites as contained in
Clause 103-04 of PS to SSRB.
II.4 All the requisite tests to ensure quality of bitumen have to be carried out
before acceptance and certified.
3.

All the provisions contained in Cl.106-107 of P.S. to S.S.R.B. in regard to


quality of materials and control of work shall be applicable and enforced.

4.1

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

4.2

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

4.3

In the event of the contractor failing to rectify the defect or damages within the
period specified by the Engineer-in-charge in his notice aforesaid, the
Engineer-in-charge may rectify or remove and re-execute the work and/or
No. of corrections:

Contractor

32

remove and replace with other materials or articles complained of, as the case
may be, by or other means at the risk and expense of the contractor.
4.4.1 At the time of making final payment for major works like formation of road
including metalling and black topping 2 % of the total value of work done shall be
retained by the department. This amount will be refunded to the contractor on the
expiry of one year reckoned from the date of completion of work provided that the
contractor execute an indemnity bond for a further period of two years indemnifying
the Government against any loss or expenditure incurred to rectify any defect
noticed due to faulty workmanship by the contractor or substandard materials used
by the contractor.
4.4.2 In case of works like resurfacing of the existing roads and black topping, the
amount will be refunded to the contractor on the expiry of six months from the date of
completion of work.
4.4.3 At the time of making final payment for Minor / Major Bridge works, 2 % of
the total value of work done shall be retained by the Department. This amount
will be refunded to the Contractor on the expiry of two years reckoned from
the date of completion of work provided that the contractor execute an
indemnity bond for a further period of three years indemnifying the
government against any loss or expenditure incurred to rectify any defect
noticed due to faulty workmanship by the contractor or substandard materials
used by the Contractor.
4.5

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

5.

In case, when the departmental tools and plants are hired to the contractors in
places of work where the standard schedule of rates of Public Works
Department allow extra special tract percentage, the hire charges will be
enhanced by the corresponding extra percentage and recovered from the
contractor.
Without limiting his obligations and responsibilities under the contract, the
contractor shall insure in the joint name of the Government and the contractor
against all loss or damage from whatever cause (other than the excepted
risks) for which he is responsible under the terms of contract and in such a
manner that the Government and the contractor are covered during the period
of construction of the works and defects liability period for

6.

i)
the works and temporary works to the full value of such works executed
from time to time,

7.

ii)
the materials, constructional plant and other things brought to site by
the contractor to the full value of such materials, constructional plants and
other things.
Any amount due from the contractor which he has failed to remit after the
notice from the Engineer shall be caused to be recovered under Tamil Nadu
Revenue Recovery Act as if it was an arrear of land revenue.
No. of corrections:

Contractor

33

8.
The tenderer who are themselves not professionally qualified shall undertak to
employ qualified Technical men at their cost to look after the work according to the
scale indicated below. In case, the tenderer is professionally qualified, he must
employ technical men to meet the norms besides himself. The tenderers should
state in clear terms whether they are professionally qualified or whether they under
take to employ Technical Assistants required by the department as specified in the
schedule below for the work. In case the selected tenderer is professionally qualified
or has undertaken to employ technically qualified personnel under him, he shall see
that one of the Technically qualified men is always present at the site of the work
while the work is in progress personally checking all the items of works and paying
extra attention to such works as may demand special attention (ie) bituminous
courses R.C.C. etc.
Above Rs.5.00 Lakhs
Upto
Rs.10.00 Lakhs

Above Rs.10.00 Lakhs


Upto
Rs.25.00 Lakhs

Above Rs.25.00 Lakhs


Upto
Rs.50.00 Lakhs

Above Rs.50.00
Lakhs

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

Two B.E. Civil (or) equivalent Degree holder with three years
experience or two Retired Sub-Divisional Officer (Assistant
Executive Engineer or Assistant Divisional Engineer) plus Two
Diploma holders in Civil Engineering or Retired Junior Engineer.

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
No. of corrections:

Contractor

34

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 / Assistant is not required for the due
fulfillment of the contract.
9.

Income Tax at 2% of the bill amount will be recovered from all interim bills and
final bill of the contractor or at such rates which the Government may by
notification fix from time to time.

10.

Sales Tax at 2% of the bill amount will be recovered from all interim bills and
final bill of the contractor or at such rates which the Government may by
notification fix from time to time.

11.

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

12.

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 competent to
exercise all the powers and privileges reserved in favour of the Government.

No. of corrections:

Contractor

35

DAMAGE TO LONG DISTANCE COMMUNICATION CABLE OF TELECOM


DEPARTMENT CAUSED BY PRIVATE CONTRACTOR.
When the Contractor executing the Department work cause any damage to
Telecom cable the contractor have to pay penalty to the Telecom Department for the
losss incurred by the Telecom Department. (Vide Lr. No. 73341 / Salaries / 99-6 /
Dated 12.3.2000 from the Deputy Secretary to the Government, Finance (Salaries)
Deparment, Chennai-9.)
CONDITION FOR DAMAGES TO DRINKING WATER PIPE LINE (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 with in a weeks time. / (vide
the Government Lr. No. 6675 / HS-2/ 2001-1 / Dated 18/.4.2001 communicated in
the Chief Engineer (G) Highways, Chennai-5. Memo No. 19690 / Salai-1 / 2001 /
Dated 7.7.2001
CONDITION FOR ELIMINATION OF CHILD LABOUR AS PER G.O. MS. No. 53,
LABOUR AND EMPLOYMENT (U2) DEPARMENT DATED 12.5.2003.
The Contractor should not engage child labour (below the age of 16
years) in the execution of works. If the contractors engage child labour who have
not completed 16 years of age, the work contract assigned to him shall be cancelled
and such contractor shall be block listed for 3 years.
MOBILISATION ADVANCE CLAUSE
Mobilisation 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 Mobilisation advance shall not
ordinary exceed 10% (Ten percent only) of the value of contract, shall be secured
against irrevocable bank guarantee and shall be recovered in the subsequent bills
payable along with interest as fixed from time to time. In case of Mobilisation
advance for plant, machinery and equipments they are hypothecated to the
Governor of Tamilnadu in addition to the other requirement.

No. of corrections:

Contractor

36

CONDITION FOR CLAIMS OF CONTRACTOR IN ACCOUNT OF LOSSES DUE


TO UNPRECEDENTED FLOODS AND OTHER ACTS OF GOD.
The Contractor should arrange to insure the work as risk insurance of their
cost against any losses due to damage of nature calamities like unprecedented
floods, cyclone, fire, lighting, earth quakes, volcanic eruption and other convulsion of
nature.
The Government will not be responsible for such losses and the Government
is not liable to pay any compensation towards such losses sustained by the
contractor.
From commencement to completion and upto the expiry of observation period,
the work shall be under the charge and care of the contractor and the contractor
shall take full responsibility for the care thereof and for taking precautions to prevent
loss or damage and shall be liable for any damage or loss that may happen to the
works or any part including the departmental tools and plant thereof from any cause
whatsoever and shall at his own cost repair and make good the same so that at
completion and expiry of observation period, the work shall be in good condition and
in conformity in every respect with the requirements of the contract and instructions
of Engineer.
(G.O. Ms. No. 620 / TD / Date 27.7.1978 and amendment issued in G.O. Ms.
No. 742 / TD / Dt. 27.6.1983)

Levy of penalties for slow progress of works


Not withstanding the failure of the contractor to comply with the notice served on
him under PS 109.05 (a) herein, the Engineer shall permit the contractor to proceed with
the work in conformity with the contract. Such permission shall carry with it the forfeiture
of a sum of money as penalty, calculated at 5% of shortfall of that particular mile stone.
If the shortfall of work in a particular mile stone if further extended to further mile stones,
the lapse shall be counted again for each mile stone provided however that this
forfeiture shall be modified or revoked by a superior authority if the contractor happens
to show substantial progress compensating the loss of time already committed.
Such permission with levy of forfeiture, will not amount to rendering any delay on
the part of the contractor nor invalidate any of the provisions of the contract. It shall be
the right of the Engineer under this paragraph to determine any part of the contract and
to proceed with the execution of the relative portion of the work through any other
agency in order to maintain the rate of progress stipulated in the contract. Such
omission shall not be waiver of any condition of the contractor nor invalidate any of the
No. of corrections:

Contractor

37

provisions thereof. The Contractor shall diligently proceed with the portions of work left
to him and payment of money due or may become due shall only be made after
deducting there from the extra cost as ascertained by the Engineer that may be involved
in executing parts of the work through other agency. The decision of the Engineer in this
respect will be final and conclusive.

(G.O. Ms. No. 281 / Highways and Minor Ports (HF.1) Department / Date 13.09.2010)

PRICE VARIATION ADJUSTMENT


As per G.O.Ms. No. 101 Public Works (G2) Department, Dated
10.06.2009 price adjustment is eligible.

No. of corrections:

Contractor

38

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.
i. FIRST AID:
At the worksite, there shall be maintained at an accessible place first aid
appliances and medicines including adequate supply of sterilised dressing and
sterilised cotton wool. The appliances shall be kept in good order. They shall be
placed under the charge of responsible person who shall be readily available
during working hours.
ii. DRINKING WATER:
A.
Water of Good quality fit for drinking purposes shall be provided for the
workers on the scale of not less than 3 gallons per head per day.
B.
Where drinking water is obtained from intermittent public water each work
site shall be provided with storage tank where such drinking water shall be stored.
C.
Every water supply storage shall be at a distance of not less than 50m from
any latrine drain or other sources of pollutions where water has to be drawn from
an existing well, which is within such proximity of any latrine drain or other sources
of pollutions. The well shall be properly chlorinated before water is drawn from it
for drinking. All such wells shall be entirely closed and provided with a trap door
which shall be dust and water proof.
D.
A reliable pump shall be fitted to each inner well. The trap door shall be kept
locked and opened duly for inspection and cleaning which shall be done atleast
once a month.

iii. 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.
iv. LATRINES AND URINALS:
There shall be provided within the premises of every worksite, latrines and
urinals in accessible places and the accommodation separately for each of
them shall be on the following scale or on the scale directed by the Divisional
Engineer in any particular case.
A.
Where the No. of persons employed does not
:
2 seats
Exceed 50.
B.
Where the No. of persons employed exceed
:
3 seats
No. of corrections:
39
Contractor

50 but does not exceed 100.


For every additional hundred
:
3 seats
If women are employed separately, latrine and urinals screened from
those for man shall be provided on the same scales. Except in worksite
provided with water flushed latrines connected with a water borne sewage
system, all latrines shall be provided with receptacle on dry earth system
which shall be cleaned atleast four times daily and atleast twice during
working hours and kept in a strictly Sanitary condition, the excreta from the
latrines shall be disposed off at the contractor's expenses in out work pits
approved by the local public Health authority. The contractor shall also
employ adequate number of scavengers and conservancy staff to keep the
latrines and urinals in a clean condition.
C.

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

viii.

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

Superintending Engineer (H)


C&M Circle, Tiruppur

No. of corrections:

Contractor

40

You might also like