10- DPM - DPM Bys Pass - 0-1.2

40
Tender Date of NAM Seria No of Price EMD ISSUE Sold and Cont DATED OFFICE r Notice No f Tender ME OF W al No. f Pages D BY d to Nam addres tractor D INITIAL O ER G HIGH TEN o. WORK s me ss of OF DIVISIO CIRCL F OVERMEN HWAYS NDER : TN.N : 15.12 : For Dh Dis Pal Dh 74/ - Ka 1/2 Ma : 1 : 41 : Rs. 1 : Rs. 9 : Divis Divis : : ON : LE FORM.14 NT OF TAM S DEPA DOCU No.10/2011- 2.2011 rming B arapur strict fr lakkan arapur /10 to P arur ro 2. (Uppu dugam 1 15000 + 75 99,000/- sional Engi sion : Dhar : Tiru 4 MILNADU ARTMEN UMEN -2012 / H.D Bye pas ram Tow rom Met nuthu- O ram - Ti Pollach oad Km uthurai mpalaya 50/- = 1575 neer (Highw rapuram uppur (H NT NT D.O/dt.24.1 ss road wn at T ttur - Oddanc irupur K hi - Dha 58/2 K ipalaya am Piriv 50/- ways) Dhar m (H) H) 1.2011 in Tiruppu chatram Km rapura Km 0/0- am, vu) rapuram ur m - am

description

open

Transcript of 10- DPM - DPM Bys Pass - 0-1.2

Page 1: 10- DPM - DPM Bys Pass - 0-1.2

Tender

Date of

NAM

Seria

No ofPrice

EMD

ISSUE

Soldand ContDATED

OFFICE

r Notice No

f Tender

ME OF W

al No.

of Pages

D BY

d to Nam addrestractor D INITIAL O

ER

G

HIGHTEN

o.

WORK

s

me ss of OF

DIVISIO CIRCL

F

OVERMEN

HWAYSNDER

: TN.N

: 15.12

: ForDhDisPalDh74/- Ka1/2Ma

: 1 : 41

: Rs. 1

: Rs. 9

: DivisDivis

:

:

ION :LE

FORM.14

NT OF TAM

S DEPADOCU

No.10/2011-

2.2011

rming Barapurstrict frlakkanarapur/10 to Parur ro

2. (Uppuadugam

1 15000 + 75

99,000/-

sional Engision

: Dhar : Tiru

4

MILNADU

ARTMENUMEN-2012 / H.D

Bye pasram Towrom Metnuthu- Oram - TiPollachoad Kmuthurai

mpalaya

50/- = 1575

neer (Highw

rapuramuppur (H

NT NT

D.O/dt.24.1

ss roadwn at Tttur - Oddancirupur K

hi - Dha 58/2 Kipalayaam Piriv

50/-

ways) Dhar

m (H) H)

1.2011

in Tiruppu

chatramKm

arapuraKm 0/0-am, vu)

rapuram

ur

m -

am

Page 2: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 2

jäœ ehL muR

beLŠrhiy¤ Jiw

ÂU¥ó® t£l«

x¥gªj¥òŸë m¿é¥ò

x¥gªj¥òŸë m¿é¥ò v©. 10 / 2011- 2012/ jtm / ehŸ: 24.11.2011

jäœehL MSeU¡fhfΫ MSe® mt®fë‹ rh®ghfΫ f©fhâ¥ò¥

bgh¿ahs® (be) f£Lkhd« k‰W« guhkç¥ò, fjÎ v© 67, Fku‹ rhiy, ÂU¥ó® - 641 601 š

mikªJŸs f©fhâ¥ò¥ bgh¿ahs® mYtyf¤Âš xU§»izªj rhiyfŸ cŸf£lik¥ò

nk«ghL brŒjš £l« 2011-2012-‹ Ñœ ËtU« gâ¡F x¥gªj¥òŸëfŸ

tunt‰f¥gL»wJ.

t.

v© gâæ‹ bga®

c¤njr

k¥գL

bjhif

(%ghŒ

y£r¤Âš)

K‹

it¥ò¤

bjhif

(%ghŒ)

X¥gªj¥òŸë

got¤Â‹

éiy tçfŸ

c£gl

(%ghŒ)

x¥gªj¥ got«

»il¡F«

Ïl«

jhuhòu« (be) f(k)g nfh£l«

1

ÂU¥ó® kht£l« jhuhòu« efU¡F

bk£^® - gy¡f}¤J -x£l‹r¤Âu«-

jhuhòu« - ÂU¥ó® rhiy ».Û. 74/10

rhiyæš ÏUªJ bghŸsh¢Á-jhuhòu«

- f%® rhiyia ».Û. 58/2 -š

Ïiz¡F« tifæš òwtê¢rhiy

mik¤jš ».Û. 0/0 - 1/2.

(c¥òJiw¥ghisa« Kjš

kJ¡f«ghisa« ÃçÎ )

178.00 99,000 15,750 nfh£l¥bgh¿a

hs® (be), f(k)g,

jhuhòu«

F¿¥ò: 1. x¥gªj¥òŸë got§fŸ “http : // tenders.tn.gov.in” and “http://tnhighways.org.” v‹D«

Ïizajs Kftçæš Ïytrkhf gÂéw¡f« brŒJ rk®¥Ã¡fyh«. x¥gªj¥òŸë

got§fŸ 12.12.2011 Égfš 5.45 tiu mYtyf neu¤Âš nfh£l¥ bgh¿ahs® (be)

jhuhòu« mYtyf¤Âš x¥gªj¥òŸë got§fS¡fhd bjhifæid t§» tiuthf

brY¤ÂÍ« bg‰W¡ bfhŸsyh«.

2. ó®¤Â brŒj x¥gªj¥òŸë got§fŸ 15.12.2011 m‹W Égfš 3.00 kâ tiu bgw¥g£L

m‹W Égfš 3.15 kâaséš f©fhâ¥ò¥ bgh¿ahs® (be) mt®fshš Âw¡f¥gL«.

Page 3: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 3

3. rhiy¥gâfëš ika RL fyit ÏaªÂu« k‰W« ngt® ÏaªÂu« ga‹gL¤Â rhiy

mik¡F« gâfS¡fhd x¥gªj¤Âš g§nf‰F« x¥gªjfhu®fŸ ika RL fyit

ÏaªÂu« k‰W« ngt® ÏaªÂu« brhªjkhf it¤ÂU¡f nt©L«. nkY« x¥gªjfhu®

jFÂ, x¥gªj¥òŸë égu§fŸ k‰W« Ãw éÂKiwfŸ ngh‹wit nk‰F¿¥Ã£l Ïiza

js¤Âš F¿¥Ãl¥g£LŸsJ.

(x« Á.bgçarhä) f©fhâ¥ò¥ bgh¿ahs®,

(be), f & g, ÂU¥ó®.

Page 4: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 4

TENDER

To The Superintending Engineer, Highways Tiruppur 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 DSE

For office use only N S C’s: K V P’s : D D : T P :

SE (H)

Page 5: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 5

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 Name of the members of Technical staff proposed to be employed

Qualification

Station: SIGNATURE OF THE CONTRACTOR Date :

Page 6: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 6

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. Tenderer’s 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)

Page 7: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 7

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

Page 8: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 8

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.

Page 9: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 9

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.

Page 10: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 10

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

Page 11: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 11

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.

Page 12: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 12

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) Milestone fixed for Completion.

Within 10 Months 100% of works to be completed in all respects End of 1st Month : 5% of work should be completed. End of IInd Month : 10% of work should be completed. End of IIIrd Month : 20% of work should be completed. End of IVth Month : 30% of work should be completed. End of Vth Month : 40% of work should be completed. End of VIth Month : 50% of work should be completed. End of VIIth Month : 60% of work should be completed. End of VIIIth Month : 70% of work should be completed. End of IXth Month : 90% of work should be completed.

End of Xth Month : 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

Page 13: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 13

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

Page 14: 10- DPM - DPM Bys Pass - 0-1.2

Contractor 14

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.

Page 15: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

15

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 Description of work

Specification Number

M.O.R.T & H

Rates in Unit in words. Amount Words Figures.

1

5,029.00 Cubic metre

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

111 112 301 302 305 900

Rupees Thirty four and paise

Seventy five Only 34.75

One Cubic metre

1,74,757.75

Page 16: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

16

Sl. No.

Probable quantity Description of work

Specification Number

M.O.R.T & H

Rates in Unit in words. Amount Words Figures.

2

5,029.00 Cubic metre

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

111 112 301 305 900

Rupees Nine and paise Forty Only 9.40

One Cubic metre

47,272.60

Page 17: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

17

Sl. No.

Probable quantity Description of work

Specification Number

M.O.R.T & H

Rates in Unit in words. Amount Words Figures.

3

9,088.00 Cubic metre

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

Rupees One Hundred Seven and paise Thirty

two Only

107.32 One

Cubic metre

9,75,324.16

Page 18: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

18

Sl. No.

Probable quantity Description of work

Specification Number

M.O.R.T & H

Rates in Unit in words. Amount Words Figures.

4

12,609.00 Cubic metre

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

Rupees One Hundred Thirty five and paise Sixty five Only

135.65 One

Cubic metre

17,10,410.85

Page 19: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

19

Sl. No.

Probable quantity Description of work

Specification Number

M.O.R.T & H

Rates in Unit in words. Amount Words Figures.

5

1,752.00 Cubic metre

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

111 112 401 900

Rupees Seven Hundred Fifty four and paise Sixty five Only

754.65 One

Cubic metre

13,22,146.80

6

2,190.00 Cubic metre

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.

111 112 406 900

Rupees One thousand

Seventy one and paise Eighty six

Only

1,071.86 One

Cubic metre

23,47,373.40

Page 20: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

20

Sl. No.

Probable quantity Description of work

Specification Number

M.O.R.T & H

Rates in Unit in words. Amount Words Figures.

7

8,760.00 Square metre

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.

111 112 501 502 900

Rupees Thirty six and paise Eight

Only 36.08

One Squaremetre

3,16,060.80

8

8,760.00 Square metre

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.

111 112 501 503 900

Rupees Twelve and paise Ninety

two Only 12.92

One Squaremetre

1,13,179.20

Page 21: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

21

Sl. No.

Probable quantity Description of work

Specification Number

M.O.R.T & H

Rates in Unit in words. Amount Words Figures.

9

968.00 Cubic metre

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

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

10

352.00 Cubic metre

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.

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

Page 22: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

22

Sl. No.

Probable quantity Description of work

Specification Number

M.O.R.T & H

Rates in Unit in words. Amount Words Figures.

11

132.20 Cubic metre

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

2903 Rupees Sixty

nine and paise Fifty Only

69.50 One

Cubic metre

9,187.90

12

23.30 Cubic metre

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

1000 1500 1700 2908

Rupees Two thousand Five Hundred Four

Only

2,504.00 One

Cubic metre

58,343.20

Page 23: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

23

Sl. No.

Probable quantity Description of work

Specification Number

M.O.R.T & H

Rates in Unit in words. Amount Words Figures.

13

122.90 Cubic metre

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

1000 1500 1700 2908

Rupees Three thousand One Hundred Fifty

nine Only

3,159.00 One

Cubic metre

3,88,241.10

14

26.00 Numbers

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

1013 2900 2911

Rupees Six thousand Five Hundred Only

6,500.00 Each 1,69,000.00

Page 24: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

24

Sl. No.

Probable quantity Description of work

Specification Number

M.O.R.T & H

Rates in Unit in words. Amount Words Figures.

15

26.00 Running Meter

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

Rupees Forty five and paise Thirty

five Only 45.35

One Running

metre 1,179.10

TOTAL Rs. 1,77,67,495.82 (or) 1,77,67,496.00

Rupees One crore Seventy seven lakh Sixty seven thousand Four Hundred Ninety six Only

Superintending Engineer (H), C&M Circle,Tiruppur

Page 25: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

25

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 0/0-1/2. (Upputhuraipalayam, Madugampalayam Pirivu)”

Period (Cumulative from the date of handing over the site) Milestone fixed for Completion.

Within 10 Months 100% of works to be completed in all respects End of 1st Month : 5% of work should be completed. End of IInd Month : 10% of work should be completed. End of IIIrd Month : 20% of work should be completed. End of IVth Month : 30% of work should be completed. End of Vth Month : 40% of work should be completed. End of VIth Month : 50% of work should be completed. End of VIIth Month : 60% of work should be completed. End of VIIIth Month : 70% of work should be completed. End of IXth Month : 90% of work should be completed.

End of Xth Month : 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

Page 26: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

26

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

Page 27: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

27

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

8 Providing and laying of tack coat using emulsion bitumen at the rate of 2.5kg per 10sqm over the WMM

9 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

12 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

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 Supply of NP 3 class RCC 1000 mm dia hume pipes 15 Hoisting and Fixing of 1000 mm dia pipe

Page 28: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

28

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

Page 29: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

29

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 Name of Quarry Reach Lead in Km

CMP Quarry 1

All size of IRC & ISS metal

Quarry at 0.20Km off Km 58/4 of Erode Dharapuram road

CMP site at0.40Km CT off Km 60/6 of

MPODT road

0/0-1/0 7 15

1/0-1/2 7 15

2 Gravel Local 16/0-18/6 5 3

Sand Quarry at Km 106/0

of PDK road Km 106/0 of PDK road

0/0-1/0 59 50

1/0-1/2 59 50

Superintending Engineer (H), C&M Circle,Tiruppur

Page 30: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

30

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

Page 31: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

31

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.

Page 32: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

32

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

Page 33: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

33

remove and replace with other materials or articles complained of, as the case may be, by or other means at the risk and expense of the contractor.

4.4.1 At the time of making final payment for major works like formation of road including metalling and black topping 2 ½ % of the total value of work done shall be retained by the department. This amount will be refunded to the contractor on the expiry of one year reckoned from the date of completion of work provided that the contractor execute an indemnity bond for a further period of two years indemnifying the Government against any loss or expenditure incurred to rectify any defect noticed due to faulty workmanship by the contractor or substandard materials used by the contractor. 4.4.2 In case of works like resurfacing of the existing roads and black topping, the amount will be refunded to the contractor on the expiry of six months from the date of completion of work. 4.4.3 At the time of making final payment for Minor / Major Bridge works, 2 ½ % of

the total value of work done shall be retained by the Department. This amount will be refunded to the Contractor on the expiry of two years reckoned from the date of completion of work provided that the contractor execute an indemnity bond for a further period of three years indemnifying the government against any loss or expenditure incurred to rectify any defect noticed due to faulty workmanship by the 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.

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

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

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

Page 34: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

34

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.

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

Above Rs.5.00 Lakhs Upto Rs.10.00 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.

Above Rs.10.00 Lakhs Upto Rs.25.00 Lakhs

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.

Above Rs.25.00 Lakhs Upto Rs.50.00 Lakhs

One B.E. Civil (or) equivalent Degree holder with three years experience or not less than One Retired Sub- Divisional Officer/Assistant Executive Engineer plus two diploma holders in Civil Engineering or two retired Junior Engineer. (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

Above Rs.50.00 Lakhs

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.

Page 35: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

35

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.

Page 36: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

36

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 week’s 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.

Page 37: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

37

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

Page 38: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

38

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.

Page 39: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

39

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

Page 40: 10- DPM - DPM Bys Pass - 0-1.2

No. of corrections: Contractor

40

50 but does not exceed 100. C. For every additional hundred : 3 seats

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

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:

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

viii. 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