You are on page 1of 54

GOVERNMENT OF TAMILNADU

HIGHWAYS DEPARTMENT
CRIDP 2020-2021

VOLUME – II

PRICE BID DOCUMENT

NAME OF WORK : Package31 - Widening, Improvements,


Improvements to Riding quality, Construction of
Minor Bridge and Reconstruction of Culvert &
Box culvert to Government Roads in Kovilpatti (H)
C&M, Sub –Division including upkeeping
for a period of 60 months

Approximate value of Contract Rs.643.90 Lakhs

CIRCLE : TIRUNELVELI (H) C&M

DIVISION: THOOTHUKUDI (H) C&M

1
FORM 1.4

FRONT COVER PAGE TO TENDER DOCUMENTS


TAMIL NADU HIGHWAYS DEPARTMENT

TENDER DOCUMENT
NAME OF WORK : Package-31 Widening, Improvements, Improvements to Riding
quality, Construction of Minor Bridge and Reconstruction of
Culvert & Box culvert to Government Roads in Kovilpatti (H)
C&M, Sub –Division including upkeeping for a period of 60
months
Widening from Intermediate lane to Two lane and Improvements of Kadambur-
A Eppodumvendran Road at km 5/2 - 6/6 including Reconstruction of Culvert at Km
6/6(MD 131) including upkeeping for a period of 60 months
Widening from Intermediate lane to Two lane and Improvements of Kadambur-
B Eppodumvendran Road at km 6/6 - 8/0 Including Reconstruction of Culvert at Km
6/8(MD 131) including upkeeping for a period of 60 months
C Improvements to Riding Quality at km 0/4 - 5/2 of Ahilandapuram road including
upkeeping for a period of 60 months
Improvements of Sindalakari-Meenakshipuram(Via) Kumareddiapuram road at km 2/0
D - 4/8 including Reconstruction of Culvert at km 2/4 including upkeeping for a period of
60 months

E Construction of Minor Bridge at km 2/2 of Sindalakari-


Meenakshipuram(Via) Kumareddiapuram road

F Construction of Minor Bridge at km 2/10 of Sindalakari-


Meenakshipuram(Via) Kumareddiapuram road
Reconstruction of Box Culvert at km 40/6 of Paruvakudi - Kovilpatti - Ettayapuram -
G Vilathikulam - Vembar road (SH 44)

NO. OF PAGES : 58

NO. OF DRAWINGS :
EMD : Rs.3,32,000/- (to be scanned and uploaded along
with PQ document)
PUBLISHED BY : Superintending Engineer (H) C&M, Tirunelveli

2
TENDER
To
The Superintending Engineer
Highways, C&M, Circle
Tirunelveli-2

Sir,
I/We do hereby tender and if this Tender be accepted, undertake to execute the
following work (viz.) “Package-31 Widening, Improvements, Improvements to Riding
quality, Construction of Minor Bridge and Reconstruction of Culvert & Box culvert to
Government Roads in Kovilpatti (H) C&M, Sub –Division including upkeeping for a period
of 60 months” as shown in the drawings and described in the specifications attached with
the bid documents with such variations by way of alterations of, additions to and omissions
from the said works and methods of payment as are provided for in the conditions of
contract.
I/We hereby agree that when works are executed by way of alterations of, additions
to, omissions and or any new items not contemplated in the tender document, rates for
these items are to be derived as per Preliminary Specifications to Standard Specification for
Roads and Bridges.
I/We hereby distinctly and expressly declare and acknowledge that before the
submission of my/our Tender, I/We have carefully studied and followed the instructions in
the Tender Notice and the Tender documents and have read the Standard Specifications
for Roads and Bridges, Preliminary Specifications to Standard Specification for Roads and
Bridges, the specifications for Roads and Bridges of Ministry of Road Transport &
Highways and IRC specifications and that I/We have made such examination of the tender
documents and of the plans, specifications, quantities and of the locations where the said
work is to be done, the conditions of the work site and such investigation of the work
required to be done and in regard to the materials required to be furnished as to enable
me/us to thoroughly understand the intention of the same and the requirement, covenants,
agreements, stipulations and restrictions contained in the contract and in the said plans and
specifications and distinctly agree that I/We will not hereafter make any claim or demand
upon the Government of Tamil Nadu based upon or arising out of any alleged
misunderstanding or misconception or mistake on my/our part of the said requirement,
covenants, agreements, stipulations and restrictions and conditions in executing the work.
I/We shall keep the rate of progress of work stipulated in the Agreement.

3
I/We, being a registered contractor of the Highways Department, Government of
Tamilnadu enclose the Registration certificate, Upto date Renewal and GST Return
Certificate valid for the current year.

I/We enclose herewith the Demand Draft / Term Deposit Receipt / Bankers Cheque /
specified Small Savings Instruments in the prescribed form, for the payment of the sum of
Rs.3,32,000/- (Rupees Three Lakhs and Thirty Two Thousand Only) as Earnest Money
Deposit. If my/our tender is accepted, the Earnest Money Deposit may be retained by the
Department as Security Deposit for the due fulfillment of the contract by transferring the
same to the credit of the Divisional Engineer (Highways) C&M, THOOTHUKUDI Division. If
upon intimation being given to me/us by the Superintending Engineer, (H) C&M
Tirunelveli Circle, on acceptance of my/our tender, if I/We fail to attend the said office on
the date fixed therein, or if I/We fail to make the Further Security / Additional Security
Deposit as may be intimated and enter into the required agreement, or if I/We fail to
achieve the rate of progress as furnished in the agreement, then I/We agree to the
forfeiture of the Earnest Money Deposit / Security Deposit not as a penalty but in payment
of liquidated damages sustained as a result of such failure.

Address to which intimation / notice is to be sent.

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

4
I/We are professionally qualified and my/our qualifications are given below:-
Name Qualification

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

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

I/We here by undertake to employ the technical staff to supervise the work as per the
terms of the contract as below.
Number of Technical Staff proposed to be
Qualification
employed.

As per prequalification norms

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

Station : Signature of the Tenderer


Date :

5
TENDER NOTICE
(Online Tender Only)
For and on behalf of the Governor of Tamil Nadu, Percentage Tenders
published through Online only under Two Cover System (1.containing Pre-
Qualification documents with Earnest Money Deposit and 2. containing Financial
Tender document) and will be received through online only up to 07.07.2020 14.00
Hrs (as per server system clock) for the work of “Package-31 Widening,
Improvements, Improvements to Riding quality, Construction of Minor Bridge and
Reconstruction of Culvert & Box culvert to Government Roads in Kovilpatti (H) C&M,
Sub –Division including upkeeping for a period of 60 months”

1. The tenderers should be a Registered Class- I Contractor in Tamil Nadu Highways


Department with a Valid Digital Signature certificate.

2. The Tender Documents will be available from 06.06.2020 onwards in the


Government website “https://tntenders.gov.in” and the tender documents can be
downloaded at free of cost up to 07.07.2020 14.00 Hrs (as per server system clock)
3. The Last date for submission of tender through Online in “https://tntenders.gov.in”
is 07.07.2020 up to 14.00 Hrs (as per server system clock).

4. Each tenderer must pay Earnest Money Deposit and upload the scanned copy of the
same as proof while uploading the tender. Otherwise, the tender will be summarily
rejected.

5. The Earnest Money Deposit shall be paid in the form of Demand Draft, Term Deposit
Receipt, Bankers Cheque taken on any Nationalized / Scheduled Bank in favour of
the Divisional Engineer, Highways,C&M THOOTHUKUDI Division payable at
THOOTHUKUDI or National Savings Certificate pledged in favour of the Divisional
Engineer (Highways), THOOTHUKUDI Division and not in favour of Governor etc., or
specified small savings instruments duly pledged in favour of the Divisional Engineer
(Highways),C&M THOOTHUKUDI Division and should be drawn only from the
contractor account only subject to the condition that the short term securities
obtained shall be kept valid for reasonable tenure till decision of tender is finalized.

6
If the above instruments not pledged in favour of the Divisional Engineer
(Highways),C&M THOOTHUKUDI Division are enclosed with pledge forms signed by
the tenderer, without actually pledging, the tender would be summarily rejected.

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

6. The tenderer who is exempted from payment of earnest money deposit in individual
cases shall upload with the tender a scanned copy of the letter exempting him / her/
them from payment of earnest money deposit and shall upload the original for
reference.

7. Each tenderer must upload all the pre qualifications documents duly signed as
prescribed in the tender documents without fail. Otherwise, the tender will be
summarily rejected.

8. The Earnest Money Deposit and the uploaded technical tender documents in original
shall be received by the Superintending Engineer (H) C&M Tirunelveli on or
before 07.07.2020 up to 14.00 Hrs, failing which, the tender will be summarily
rejected.

9. The Technical cover containing Pre-qualification documents as prescribed in the


Tender documents and EMD will be opened by Tender Scrutinizing Committee
electronically at 15.00 Hrs on 08.07.2020 in the office of the
Superintending Engineer (H),C&M Tirunelveli Circle. If the date specified will happen
to be a holiday, the tenders will be opened on next working day. The tenderers or
their authorized agents may be present at the time of opening of tenders.

10. The Financial Tender Documents of qualified tenderers in the prequalification only
will be opened on a later date with due intimation to them.

7
11. The Earnest Money Deposit will be refunded to the unsuccessful tenderer on or
before the expiration of the validity period specified in the tender or such extended
period whichever is later. This refund will be authorised by the Divisional Engineer
(Highways),C&M THOOTHUKUDI Division. The Earnest Money Deposit of the
successful tenderer will be retained by the Department as part of the security
deposit for the due fulfillment of the contract.

12. The Tenderer must also upload either last Annual Return or last quarter return
document for GST. Tenders received without the above GST document is liable to
be rejected.

13. If the tender is made by an individual, the same shall be uploaded with his/her DSC.
If it is made by a firm, it shall be uploaded with the DSC of the authorised member of
the firm. If the tender is made by a corporation, it shall be uploaded with the DSC of
the Authorized Officer. Such tendering corporation may be required to furnish
evidence of its corporate existence before the Award of Contract.

14. In case of proprietary or partnership firm it will be necessary to upload the GST
certificate for the proprietor or proprietors and for each of the partners as the case
may be.

15. If the tenderer is a registered contractor in the Highways Department and if GST
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 scanned copy
of the certificate shall be uploaded.

16. The Successful tenderer will be notified by a letter sent by registered post to the
address shown on his / her tender that his / her tender has been accepted. The
tenderer shall attend the Office of the Superintending Engineer (H) C&M Tirunelveli
on the date fixed by written information to him/her. He / She shall forthwith upon
intimation being given to him/her by the Superintending Engineer (H) C&M
Tirunelveli of acceptance of his/her tender, sign an agreement in the proper
Departmental Form for the due fulfillment of the contract after submitting further
security deposit of Rs. 9,56,000 (Rupees Nine Lakhs and Fifty Six Thousand
Only).

8
17. This Security Deposit together with the Earnest Money Deposit and the amount
withheld as per the Preliminary Specification to S.S.R.B. shall be retained as security
for the due fulfillment of the contract.

18. No interest is liable to be paid on the Earnest Money Deposit, Security Deposit,
Further Security Deposit, Additional Security Deposit and Withheld Amounts

19. If, upon intimation being given to the successful Tenderer by the
Superintending Engineer (H) C&M Tirunelveli of acceptance of his/her tender, the
tenderer fails to make the Further Security Deposit and or Additional Security
Deposit and to enter into the referred agreement, within the period specified in the
order of acceptance of the tender, it will be considered as just cause for the
annulment of the Award of Contract and the Earnest Money Deposit shall be
forfeited, not as a penalty, but in payment of liquidated damages sustained as a
result of such failure.

21. The written agreement which shall be entered into between the successful tenderer
and the Government shall be the foundation of all rights of both the parties and the
contract shall not be deemed to be complete until the agreement has been first
signed by the successful tenderer and then by proper Departmental Authority.

22. The Preliminary Specifications to Standard Specifications to Roads and Bridges shall
form an inseparable condition of the contract in all agreements entered into by the
successful tenderer for execution of work for the Tamil Nadu Highways
Department.

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

9
24. The Tenderer shall examine closely the SSRB, MORT&H Specifications,
Tamil Nadu Building Practice, National Building Code and also the Preliminary
Specifications to SSRB contained therein before submitting his/her tender which
shall be for finished work-in-situ. The tenderer 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 tender documents and they shall be deemed to be inseparable
part of tender document and agreement to be entered into.

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

26. Every Tenderer is expected to inspect the site of the proposed work before
quoting tender percentage. The Tenderer should also inspect work site
conditions, the quarries and other sources of materials and satisfy himself /
herself about the quarries, quality and quantity of materials available in the
quarries, kilns etc., where from certain materials are to be obtained as given in
the descriptive specification sheet.

27. The best class of materials is to be obtained and 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) C&M THOOTHUKUDI in any
case shall be submitted for the Divisional Engineer‟s approval before the supply
to the site of work and before the work is begun including all testing charges.

10
28. The Government will not however, after acceptance of the tender, pay any 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 in the quarries. Attention of
the contractor is directed to the Preliminary Specifications to Standard
Specifications for Roads and Bridges regarding payment of seigniorage, tolls,
taxes and latest Government Orders in vogue from time to time.

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

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

31. Schedule of quantities with estimate rates accompanies the tender document for
percentage tender and the tenderer will quote his/her overall percentage. It shall be
definitely understood that the Government does not accept any responsibility for the
correctness or completeness of quantities in the Schedule - A and that this schedule
of quantity is liable to alterations, omissions, deductions, additions at the discretion
of the Competent Authority as set forth in the condition of contract.

11
32. The tenderers shall quote the tenders overall percentage with reference to the
estimate value at which he will undertake to do the whole work subject to the
conditions of contract.

33. Lump sum amounts for items not called for shall not be included in the tender.

34. The attention of the tenderers is drawn to the contract requirements to the time of
commencement of work, the rate of progress and the dates for completion of the
whole work and the several activities 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 6 Months.
PROGRAMME FOR COMPLETION OF WORKS

Period (Cumulative from


Sl. Milestone fixed for completion
the date of handing over
No.
the site)
1 End of 2 Months 35% of work should be Completed.

2 End of 4 Months 70% of work should be Completed.


100% of the work should be completed in all
3 End of 6 Months
respects

35. On acceptance of the tender, the successful tenderer should furnish a detailed PERT
chart indicating the various activities, time schedule proposed etc., for completion of
the main work within the time schedule notified as above and accepted by the
Engineer in charge. If the contractor fails to maintain the time schedule as stated
above, the Divisional Engineer (H) C&M THOOTHUKUDI will have power to levy
penalty as per GO Ms.No.281 / Highways & Minor Ports (HF1) Dept Dt.13.09.2010.

36. After completion of Main work necessary certificates shall be issued with necessary
photographic evidences for Defect Liability Period as per Annexure – A for every Half
year by the Divisional Engineer (H) C&M THOOTHUKUDI after verification at work
site. Also, the contractor performance will be rated as per Annexure - B in
accordance with his/her performance in executing the works.

12
37. No part of the contract shall be sublet or shall transfer be made.

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

39. In case any tenderer needs a clarification or for self-clarification by the Tender
Inviting Authority on the tender documents within the time prescribed for clarification
if any, the same shall be claimed through the Government website
“https://tntenders.gov.in” and the Tender Inviting Authority shall also make a reply
for clarifications sought for or for self-clarification in the specified dates mentioned in
the above Government website.

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

41. The tenderer submitting a tender which the tender accepting authority considers
excessive or indicate of insufficient knowledge of current prices or definite attempt at
profiteering, will render himself / herself liable to be rejected.

42. A statement giving brief particulars of equipment and resources should accompany
the tender as detailed below:
a. Equipment Transport for materials, Lorries, CMP, Paver
finishers, Vibratory roller, Static Roller, Needle
Vibrator, Concrete mixers, etc.,

b. Organisation 1. Technical
2. Unskilled

c. Construction Methods that will be accepted to speed up the work for the
entire completion within the prescribed time

13
43. No foreign exchange would be released by the Government for the purchase of plant
and machinery for the work.

44. The tenderer shall also submit the detailed working drawings with sequence of
construction required for each stage of work regarding Foundation, Substructure and
Superstructures. The tenderer shall submit list of machineries required, the source
and availability.

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

46. 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.

47. Necessary tests shall be conducted by the tenderer to ensure the quality of
materials to be used in the construction.

48. The traffic will be allowed in the existing road during execution for which no extra
cost will be paid.

49. The tenderer shall provide traffic barricading, danger lights and other such
arrangements for the safety of the traffic during execution at no extra cost.

50. The tenderer should make his/her own arrangements to form and maintain the
diversion or approach road for the conveyance of materials to the work spot at no
extra cost.

51. The initial period of validity of tender shall ordinarily be 90 days from the date of
tender and should not be more than 180 days.

14
ANNEXURE – A
CERTIFICATE FOR DEFECT LIABILITY PERIOD

Package :
Name of Package :
Name of work :
Half Year :

It is certified that NIL defects found in the work in the ________ half year as on this day of
______________

Divisional Engineer (H)


Certificates
FOR ROAD WORKS - DEFECT LIABILITY PERIOD (DLP) after
completion of work – 3 years
st
1 1 Half year Certificate for DLP
2 2nd Half year Certificate for DLP
rd
3 3 Half year Certificate for DLP
4 4th Half year Certificate for DLP
th
5 5 Half year Certificate for DLP
th
6 6 Half year Certificate for DLP

FOR STRUCTURAL WORKS or WORKS INVOLVING


STRUCTURES- DEFECT LIABILITY PERIOD (DLP) after
completion of work – 5 years
1 1st Half year Certificate for DLP
2nd Half Certificate for DLP
2
year
3rd Half Certificate for DLP
3
year
4th Half Certificate for DLP
4
year
5th Half Certificate for DLP
5
year
6th Half Certificate for DLP
6
year
7th Half Certificate for DLP
7
year
8th Half Certificate for DLP
8
year
9th Half Certificate for DLP
9
year
10th Half Certificate for DLP
10
year
NIL DEFECTS CERTIFICATE SHOULD BE OBTAINED FROM THE
DIVISIONAL ENGINEER (H)

15
ANNEXURE – B

CONTRACTOR PERFORMANCE
Wing: HIGHWAYS DEPARTMENT, CONSTRUCTION AND MAINTENANCE

Circle: TIRUNELVELI (H) C&M

Division: THOOTHUKUDI (H) C&M

Date of
Date Value of Completion Quantum Performance
Sl. Name of
of Agree work put fixed / of of
No work
-ment to tender Actually work Contractor
completed

Divisional Engineer (H)

16
SCHEDULE „A‟

QUANTITIES AND RATES

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

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


withstanding any custom or practice to the contrary) according to the actual executed
quantities. The rates quoted are for works in situ and complete in every respect.

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

17
SCHEDULE „B‟

1.1 List of Drawings :

SCHEDULE „C‟.

1. Descriptive Specification Report

2. Descriptive Source of Materials and lead Statement.

(for estimate purpose only)

3. Special Conditions of Contract

4. Commercial Condition

5. Schedule - D

18
DESCRIPTIVE SPECIFICATION

Name of Work: Package-30 Widening, Improvements, Improvements to


Riding quality, Construction & Reconstruction of Culvert and
Construction of Retaining wall to Government Roads in Kovilpatti (H)
C&M, Sub –Division including upkeeping for a period of 60 months

Name of Work:
Widening from Intermediate lane to Two lane and Improvements of Kadambur-
A Eppodumvendran Road at km 5/2 - 6/6 including Reconstruction of Culvert at Km
6/6(MD 131) including upkeeping for a period of 60 months
Widening from Intermediate lane to Two lane and Improvements of Kadambur-
B Eppodumvendran Road at km 6/6 - 8/0 Including Reconstruction of Culvert at Km
6/8(MD 131) including upkeeping for a period of 60 months
C Improvements to Riding Quality at km 0/4 - 5/2 of Ahilandapuram road including
upkeeping for a period of 60 months
Improvements of Sindalakari-Meenakshipuram(Via) Kumareddiapuram road at km 2/0
D - 4/8 including Reconstruction of Culvert at km 2/4 including upkeeping for a period of
60 months

E Construction of Minor Bridge at km 2/2 of Sindalakari-


Meenakshipuram(Via) Kumareddiapuram road

F Construction of Minor Bridge at km 2/10 of Sindalakari-


Meenakshipuram(Via) Kumareddiapuram road
Reconstruction of Box Culvert at km 40/6 of Paruvakudi - Kovilpatti - Ettayapuram -
G Vilathikulam - Vembar road (SH 44)

The work should be carried out as per specification for Road & Bridges V revision and other
circular instruction issued by higher authorities from time to time.

Superintending Engineer (H),


C&M Circle, Tirunelveli

19
NECESSITY:-

It is proposed to execute the following items of work:

1) Widening from Intermediate lane to Two lane and Improvements of Kadambur-


Eppodumvendran Road at km 5/2 - 6/6 including Reconstruction of Culvert at
Km 6/6(MD 131) including upkeeping for a period of 60 months
1 Picking the existing BT surface upto 50mm thick
2 Earth work excavation (Box Cutting)
3 Providing and laying GSB Gr – V Bottom layer for 180mm thickness
4 Providing and laying GSB Gr – III Top layer for 100mm thickness
5 Providing and laying WMM 250 mm thick ( Widening area) 200mm
thick for Improvements area.
6 Prime coat 7.00 kg over WMM Surface
7 Tack coat 0.25kg over Primer surface
8 Providing and laying of DBM 50mm thick
9 Bituminous concrete with hot mix plant 30mm Thick
10 Earthwork Excavation for Carted Earth Filling
11 Earthwork for berms using Available earth for Refilling
12 Providing and Laying of hot applied Thermoplastic compound
13 Providing RCC M15 grade precast KM stones
14 Providing RCC M15 grade precast HM stones
Sub Estimate for Reconstruction of Culvert at Km 6/6
15 Dismantling existing RR Masonry
16 Earth work foundation of box culvert and return wall.
17 Plain Cement Concrete of grade M20 Nominal Mix, 1:1.5:3 using
40mm ISS size HBG Metal for Levelling Course Of Box Culvert And
Return Wall
18 Vibrated cement concrete M25 Grade (Design Mix) using ISS
size HBG Metal Bottom Slab
19 Vibrated cement concrete M25 Grade (Design Mix) using ISS
size HBG Metal for Body wall
20 Vibrated cement concrete M25 Grade (Design Mix) using ISS
size HBG Metal for Top Slab
21 Providing and fixing seepage pipes of 100mm dia PVC pipes
22 Supply and fabrication of Fe-500 steel required for all RCC items
23 Providing filter media behind the abutments and wings
24 Vibrated Cement Concrete M15 Grade using 40mm ISS HBG metal
for Parapet wall
25 Providing and fixing of cast iron drainage spouts 100mm dia
26 Vibrated Cement Concrete of grade M15 Nominal Mix, 1:2:4 using
40mm ISS size HBG metal for Return wall
27 Vibrated Cement Concrete of grade M15 Nominal Mix, 1:2:4 using
40mm ISS size HBG Metal for Stem of Return wall
28 Excavation of Diversion Road for 95% compaction.
29 Excavation of Diversion Road for 97% compaction.
30 Providing and laying Gravel soling for specified thick of Diversion
road

20
2) Widening from Intermediate lane to Two lane and Improvements of Kadambur-
Eppodumvendran Road at km 6/6 - 8/0 Including Reconstruction of Culvert at
Km 6/8(MD 131) including upkeeping for a period of 60 months
1 Picking the existing BT surface upto 50mm thick
2 Earth work excavation (Box Cutting)
3 Providing and laying GSB Gr – V Bottom layer for 180mm thickness
4 Providing and laying GSB Gr – III Top layer for 100mm thickness
5 Providing and laying WMM 250 mm thickness
6 Prime coat 7.00 kg over WMM Surface
7 Tack coat 0.25kg over Primer surface
8 Providing and laying of DBM 50mm thick
9 Bituminous concrete with hot mix plant 30mm Thick
10 Earthwork Excavation for Carted Earth Filling
11 Earthwork for berms using Available earth for Refilling
12 Providing and Laying of hot applied Thermoplastic compound
13 Providing RCC M15 grade precast KM stones
14 Providing RCC M15 grade precast HM stones
Sub Estimate for Reconstruction of Culvert at Km 6/8
15 Dismantling existing RR Masonry
16 Earth work foundation of box culvert and return wall.
17 Plain Cement Concrete of grade M20 Nominal Mix, 1:1.5:3 using
40mm ISS size HBG Metal for Levelling Course Of Box Culvert And
Return Wall
18 Vibrated cement concrete M25 Grade (Design Mix) using ISS
size HBG Metal Bottom Slab
19 Vibrated cement concrete M25 Grade (Design Mix) using ISS
size HBG Metal for Body wall
20 Vibrated cement concrete M25 Grade (Design Mix) using ISS
size HBG Metal for Top Slab
21 Providing and fixing seepage pipes of 100mm dia PVC pipes
22 Supply and fabrication of Fe-500 steel required for all RCC
items
23 Providing filter media behind the abutments and wings
24 Vibrated Cement Concrete M15 Grade using 40mm ISS HBG metal
for Parapet wall
25 Providing and fixing of cast iron drainage spouts 100mm dia
26 Vibrated Cement Concrete of grade M15 Nominal Mix, 1:2:4 using
40mm ISS size HBG metal for Return wall
27 Vibrated Cement Concrete of grade M15 Nominal Mix, 1:2:4 using
40mm ISS size HBG Metal for Stem of Return wall
28 Excavation of Diversion Road for 95% compaction.
29 Excavation of Diversion Road for 97% compaction.

3) Improvements to Riding Quality at km 0/4 - 5/2 of Ahilandapuram road including upkeeping


for a period of 60 months

1 Picking the existing BT surface upto 50mm thick


2 Providing and laying WMM 150 mm thick
3 Prime coat 7.00 kg over WMM Surface

21
4 Tack coat 0.25kg over Primer surface
5 Tack coat 0.20kg over BT Surface
6 Tack coat 0.20kg over Cement Concrete Surface
7 Providing and laying of BM 50mm thick
8 Bituminous concrete with hot mix plant 30mm thick
9 Earthwork Excavation for Carted Earth Filling

4) Improvements of Sindalakari-Meenakshipuram(Via) Kumareddiapuram road at


km 2/0 - 4/8 including Reconstruction of Culvert at km 2/4 including upkeeping
for a period of 60 months
1 Picking the existing BT surface upto 50mm thick
2 Earth work excavation (Box Cutting)
3 Providing and laying GSB Gr – V Bottom layer for 150mm thickness
4 Providing and laying WMM 250 mm thickness
5 Prime coat 7.00 kg over WMM Surface
6 Tack coat 0.25kg over Primer surface
7 Tack coat 0.30kg over Cement Concrete Surface
8 Providing and laying of BM 50mm thick
9 Bituminous concrete with hot mix plant 30mm Thick
10 Quarry Dust filling for Paver Block area
11 Providing Colour Designed Concrete Paver Block
12 Cement concrete Nominal Mix 1:1.5:3 using 20mm ISS HBG Metal for both
sides kerb wall
13 Earthwork Excavation for Carted Earth Filling
14 Providing RCC M15 grade precast KM stones
15 Providing RCC M15 grade precast HM stones
Sub Estimate for Reconstruction of Culvert at Km 2/4
16 Dismantling for Existing PCC
17 Earth work for Cradle Portion
18 Earth work for Foundation
19 Plain Cement Concrete M10-1:3:6 Nominal Mix using 40mm ISS HBG
graded metal for Foundation
20 Vibrated Cement Concrete M20 1:1.5:3 Nominal Mix using 40mm
ISS HBG graded metal for Below Sill Level
21 Vibrated Cement Concrete M20 1:1.5:3 Nominal Mix using 40mm ISS
HBG graded metal for Above Sill Level
22 Supply of NP3 Class 1000mm dia RCC Pipe
23 Hoisting and fixing of NP3 class 1000mm dia RCC Pipe
24 Gravel Filling in between body wall with clean good gritty gravel
5) Construction of Minor Bridge at km 2/2 of Sindalakari-
Meenakshipuram(Via) Kumareddiapuram road
1 Dismantling Existing Plain Cement Concrete

22
2 Earth work for Bed Up To Sill Level.
3 Earth work for Foundation of Abutments, Piers and Wings.
4 Earth work for SS20B of Abutments and wings
5 Vibrated Cement Concrete of Grade M-10, Nominal Mix, 1:3:6, using
40mm ISS HBG metal for leveling course.
6 Vibrated Cement Concrete of Grade M-10, Nominal Mix, 1:3:6, using
40mm ISS HBG metal for leveling course.
7 Vibrated Cement Concrete of grade M20 Nominal Mix using ISS size
HBG graded metal for Footings of Abutment and Wings Below Sill
Level.
8 Vibrated Cement Concrete of grade M20 Nominal Mix using 40mm
ISS size HBG graded metal Above Sill Level
9 Vibrated Reinforced Cement Concrete of grade M30 design mix
using ISS size HBG graded metal Direct wall cum bed block
10 Providing and fixing seepage pipes of 100mm dia. PVC pipes
11 Providing and fixing KRAFT PAPER for Deck Slab
12 Vibrated Reinforced Cement Concrete of grade M30 Design Mix using ISS
size HBG graded metal Deck Slab
13 Providing FILTER MEDIA behind abutment and wings for 600 mm
thickness
14 Filling behind the abutments and returns
15 Providing and fixing PVC Expansion Joint
16 Supply and fabrication of Fe-500 STEEL required for all RCC items
17 Vibrated Cement Concrete M20 grade, Nominal Mix 1:1.5:3 below
approach slab
18 Vibrated reinforced cement concrete M30 design mix Approach slab
19 VRCC M30 (design mix) using 20mm ISS HBG graded metal wearing
coat
20 VRCC M40 (design mix) using 20mm ISS HBG graded metal for
Crash Barrier
21 Vibrated Cement concrete M 20 (nominal mix) using 40 mm ISS HBG
graded metal for Parapet over Returns.
22 Providing and fixing of G.I. DRAINAGE SPOUTS 100mm dia
23 Supply and fixing of High Quality of PVC pipes of 150mm dia
24 Earth work for of Diversion Road for 95% compacion
25 Earth work for of Diversion Road for 97% compacion
26 Providing and laying Granular Sub-base (GSB Gr-V) Bottom layer
24 Providing and laying WMM 250 mm thickness
25 Prime coat 7.00 kg over WMM Surface
26 Tack coat 0.25kg over Primer surface
27 Providing and Laying of Open Graded Premix Carpet using Mini Hot
Mix Plant
28 Supply and fixing of NP3 class RCC 1000mm dia pipes

23
6) Construction of Minor Bridge at km 2/10 of Sindalakari-
Meenakshipuram(Via) Kumareddiapuram road
1 Dismantling Existing Plain Cement Concrete
2 Earth work for Bed Up To Sill Level.
3 Earth work for Foundation of Abutments, Piers and Wings.
4 Earth work for SS20B of Abutments and wings
5 Vibrated Cement Concrete of Grade M-10, Nominal Mix, 1:3:6, using
40mm ISS HBG metal for leveling course.
6 Vibrated Cement Concrete of Grade M-10, Nominal Mix, 1:3:6, using
40mm ISS HBG metal for leveling course.
7 Vibrated Cement Concrete of grade M20 Nominal Mix using ISS size
HBG graded metal for Footings of Abutment and Wings Below Sill
Level.
8 Vibrated Cement Concrete of grade M20 Nominal Mix using 40mm
ISS size HBG graded metal Above Sill Level
9 Vibrated Reinforced Cement Concrete of grade M30 design mix
using ISS size HBG graded metal Direct wall cum bed block
10 Providing and fixing seepage pipes of 100mm dia. PVC pipes
11 Providing and fixing KRAFT PAPER for Deck Slab
12 Vibrated Reinforced Cement Concrete of grade M30 Design Mix using ISS
size HBG graded metal Deck Slab
13 Providing FILTER MEDIA behind abutment and wings for 600 mm
thickness
14 Filling behind the abutments and returns
15 Providing and fixing PVC Expansion Joint
16 Supply and fabrication of Fe-500 STEEL required for all RCC items
17 Vibrated Cement Concrete M20 grade, Nominal Mix 1:1.5:3 below
approach slab
18 Vibrated reinforced cement concrete M30 design mix Approach slab
19 VRCC M30 (design mix) using 20mm ISS HBG graded metal wearing
coat
20 VRCC M40 (design mix) using 20mm ISS HBG graded metal for
Crash Barrier
21 Vibrated Cement concrete M 20 (nominal mix) using 40 mm ISS HBG
graded metal for Parapet over Returns.
22 Providing and fixing of G.I. DRAINAGE SPOUTS 100mm dia
23 Supply and fixing of High Quality of PVC pipes of 150mm dia
24 Earth work for of Diversion Road for 95% compacion
25 Earth work for of Diversion Road for 97% compacion
26 Providing and laying Granular Sub-base (GSB Gr-V) Bottom layer
24 Providing and laying WMM 250 mm thickness
25 Prime coat 7.00 kg over WMM Surface
26 Tack coat 0.25kg over Primer surface
27 Providing and Laying of Open Graded Premix Carpet using Mini Hot
Mix Plant
28 Supply and fixing of NP3 class RCC 1000mm dia pipes

24
7) Reconstruction of Box Culvert at km 40/6 of Paruvakudi - Kovilpatti - Ettayapuram -
Vilathikulam - Vembar road (SH 44)
1 Dismantling existing RR Masonry
2 Dismantling existing RCC Slab
3 Earth work foundation of box culvert and return wall.
4 Plain Cement Concrete of grade M20 Nominal Mix, 1:1.5:3 using
40mm ISS size HBG Metal for Levelling Course Of Box Culvert And
Return Wall
5 Vibrated cement concrete M25 Grade (Design Mix) using ISS
size HBG Metal Bottom Slab
6 Vibrated cement concrete M25 Grade (Design Mix) using ISS
size HBG Metal for Body wall
7 Vibrated cement concrete M25 Grade (Design Mix) using ISS
size HBG Metal for Top Slab
8 Providing and fixing seepage pipes of 100mm dia PVC pipes
9 Supply and fabrication of Fe-500 steel required for all RCC
items
10 Providing filter media behind the abutments and wings
11 Vibrated Cement Concrete M15 Grade using 40mm ISS HBG metal
for Parapet wall
12 Providing and fixing of cast iron drainage spouts 100mm dia
13 Vibrated Cement Concrete of grade M15 Nominal Mix, 1:2:4 using
40mm ISS size HBG metal for Return wall
14 Vibrated Cement Concrete of grade M15 Nominal Mix, 1:2:4 using
40mm ISS size HBG Metal for Stem of Return wall
15 Earth work for of Diversion Road for 95% compacion
16 Earth work for of Diversion Road for 97% compacion
17 Providing and laying Gravel soling for Diversion Road
18 Providing and laying Granular Sub-base (GSB Gr-V) Bottom layer
19 Providing and laying WMM 250 mm thickness
20 Prime coat 7.00 kg over WMM Surface
21 Tack coat 0.25kg over Primer surface
22 Providing and laying of DBM 50mm thick
23 Bituminous concrete with hot mix plant 30mm Thick

25
DESCRIPTIVE LEAD STATEMENT
40mm, 20mm, 12mm ISS HBG Metal 20mm, 12mm ISS Machine crushed metal
25mm, 12mm, 6mm IRC size HBG metal Bond stone, Rough stone, for masonry Bitumen Bitumen to
Dust, M.Sand
Sl. and revetment 63mm, 53mm, 45mm, 26.5mm, 21.4mm, 13.2mm, 11.2mm, Emulsion CMP
No. 6.7mm, 5.6 & 2.8mm IRC size HBG Metal and quarry rubbish

Lead in Lead in Lead Lead


Reach in Km. Source Source Source Source
Km. Km. in Km. in Km.

Kuppukuruchi Quarry at Km From From


1 CMP at KM 137/8 of NH7 3 592 594
30/4 of SH44 Manali Manali

Kuppukuruchi Quarry at Km From From


2 CMP at KM 137/8 of NH7 3 591 591
30/4 of SH44 Manali Manali

Kuppukuruchi Quarry at Km From From


3 CMP at KM 137/8 of NH7 3 589 589
30/4 of SH44 Manali Manali

Kuppukuruchi Quarry at Km From From


4 CMP at KM 137/8 of NH7 3 567 567
30/4 of SH44 Manali Manali

Kuppukuruchi Quarry at Km From From


5 CMP at KM 137/8 of NH7 3 13 558 558
30/4 of SH44 Manali Manali

Kuppukuruchi Quarry at Km From From


6 CMP at KM 137/8 of NH7 3 14 559 559
30/4 of SH44 Manali Manali

M/S Babu Blue Metals, Vadakku


Kuppukuruchi Quarry at Km Ilanthaikulam Village, From From
7 CMP at KM 137/8 of NH7 3 18 564 564
30/4 of SH44 Kayathar Taluk at Km 123/2 of Manali Manali
Madurai – Kanyakumari Road.

Cement, Steel, Bitumen and Emulsion: The Contractor has to procure the same and use them for the work.

Superintending Engineer (H) C&M,


Tirunelveli – 2.

SIGNATURE OF THE CONTRACTOR 26


SPECIAL CONDITIONS OF CONTRACT

The special Conditions described hereunder shall have the meaning and intent out lined
as per P.S. to S.S.R.B. The tenderer‟s quoted rate shall be inclusive of all the elements
and costs required to comply with the special conditions.
The special conditions comprise of two parts viz,

i) Technical specification and


ii) Commercial conditions.

I.TECHNICAL SPECIFICATION

General Specifications

The entire works, as described in Scope of Work (General Conditions of Contracts)


shall be done in accordance with the Technical specifications. These technical
specifications shall comprise the „Specification for Road and Bridge Works‟ latest
Revision of the Ministry of Road Transport &Highways along with addendum and the
corrigendum published by Indian Roads Congress. The referred technical specifications
along with addenda and corrigenda shall be deemed to be bound into this document and
becomes part and parcel of the agreement.

In the absence of any definite provisions on any particular issue in the aforesaid
specification, reference may be made to the latest IRC Codes of practice, MORT&H
Specification, IS Specifications and SSRB. Where even these are silent, the construction
and completion of the works shall 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 agreement.

27
II. COMMERCIAL CONDITIONS
1.1 No materials will be supplied by the department. The contractors have to procure
all the materials and use it on the work.

1.2 All materials, including steel and cement confirming to relevant standards,
specifications and guidelines, shall be procured.
1.3 The Cement should be procured from the authorised Dealers and should not be
purchased locally in piecemeal.

1.4 The steel should be procured from the authorized dealers.

1.5 M-Sand should be procured from the approved


M-Sand plant.

1.6 All the requisite tests to ensure quality of water for mixing and curing have to be
carried out before acceptance and certified.

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

1.8 The quoted rate shall be inclusive of cost of steel, cement and all other materials
required, conveyance, handling and storage charges and other requisites as
contained as per PS to SSRB.

2.1 Bitumen and Petroleum, Oil & Lubricants (POL) should be procured from BPCL /
IOC / HPCL.

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

2.3 The quoted rate shall be inclusive of cost of bitumen, bitumen emulsion and other
POL, conveyance and handling and storage charges and other requisites as per P.S to
S.S.R.B.

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

28
2.5 RCC pipes confirming to IS 458 has to be procured by the contractor and used on
the work. The quoted rate shall be inclusive of cost of pipes, conveyance, handling and
storage charges and other requisites as per PS to SSRB.

2.6 The contractor has to produce inspection and test certificate by the Government
approved Institutions for the standard and quality of pipes, otherwise, the pipes will be
rejected.

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

3.2 The contractor shall be responsible to make good and remedy at his own cost any
defect which may develop or may be noticed and intimation of which has been sent to
the contractor by a letter sent by hand delivery or by registered post or by email before
the expiry of a period of 36 (thirty six) months (Defects Liability Period) from the
completion of the work for major works like road work only without involving cement and
concrete works (Plan work).

3.3 The contractor shall be responsible to make good and remedy at his own cost any
defect which may develop or may be noticed and intimation of which has been sent to
the contractor by a letter sent by hand delivery or by registered post or by email before
the expiry of a period of 60 (sixty) months (Defect Liability Period) from the completion
of structural works and structure involved road works of Minor, Major bridge, Culvert,
Retaining Wall and Drain works or structure involved road works.
3.4 The defect liability period for each work in the package, shall commence from the
last date of check measurement of the individual work and any defect noticed within a
period of 3 years for road works / 5years for structural works and structure involved road
works.

3.5 During the Defect Liability Period, the contractor is fully responsible for any loss or
expenditure incurred to rectify any defect noticed due to faulty workmanship by the
contractor or substandard materials used by the contractor shall be repaired / restored at
the cost of the contractor within the time specified on a notice being issued by the Divisional
Engineer (H) or his representatives. If the contractor fails to comply with the notice, the
Divisional Engineer reserves the right to carry out the repairs / restoration by employing
other agencies and any expenditure incurred to rectify / restore, shall be set off from the
deposit and / or any monies due to the tenderer as per PS to SSRB.

29
3.6. In the event of the contractor failing to rectify the defect or damages within the period
specified by the Divisional Engineer (H) or his representatives. In his notice
aforesaid, the Divisional Engineer may rectify or remove and re-execute the work
and/or remove and replace with other materials or articles complained of, as the case
may be, by or other means at the risk and cost of the contractor and the same will be
reflected in the performance rating of the contractor.

4.1 The withheld amount (2.5%) will be retained for 6 months after date of completion of
work and released after expiry of the above 6 months for Non Plan works.

4.2. At the time of making final payment for major works like formation of road,
improvements, strengthening and widening works, 2 1/2 % 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 should furnish Term Deposit Receipts for the said amount
pledged in favour of concerned Divisional Engineer (H) for a further period of two
years 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.

The defect liability for each work in the package, shall commence from the last
date of check measurement of the individual work and any defect noticed within a
period of 3 years shall be repaired / restored at the cost of the contractor or any
expenditure incurred to rectify / restore shall be debited from the deposit and the
contractor should furnish separate Term Deposit Receipt for the said amount pledged
in favour of concerned Divisional Engineer (H) upto the end of Defect Liability Period
for each work on the completion of one year from the date of completion of that
particular work.

4.3 At the time of making final payment for Minor, Major bridge, Culvert, Retaining Wall
and Drain works or structure involved road 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 should furnish Term Deposit Receipts for the said amount pledged in favour
of concerned Divisional Engineer (H) for a further period of three years 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 The withheld amount 2 ½ % will be released along with final bill on approval of
completion certificate for the package by the competent authority and balance
withheld amount 2 ½ % of the package will be released after completion of 12 months
for Road Works / 24 months for structural works and structure involved Road Works
from the date of completion of the package provided that the contractor should furnish
Term Deposit Receipts for the said amount pledged in favour of concerned Divisional
Engineer (H) for a further period of two years for Road Works / Three years for
structural works and structure involved Road Works respectively 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. The sectional completion
certificate shall be applicable only for that individual work of the package to which it is
issued.

30
5. The Security Deposit will be released along with the release of Final Withheld
Amount.

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

7. 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.

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

9. Any amount due from the contractor which he has failed to remit after the notice from the
Engineer-in-charge shall be caused to be recovered from the dues to be paid by the
Highways Department to the contractor in other Divisions or other wings of the
department or Under Tamil Nadu Revenue Recovery Act as if it was an arrear of land
revenue.

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

One B.E Degree Holder (or)


Up to Rs.2.00 Crore. One Diploma Holder in Civil Engineering with
Five years experience in similar works
One B.E Degree Holder in Civil Engineering
Above Rs.2.00 Crore and with one-year experience in similar works and
Upto Rs.10.00 Crore. One Diploma Holder in Civil Engineering with
five years‟ experience in similar works

31
One B.E Degree Holder in Civil Engineering
Above Rs.10.00 Crore and with one year experience in similar works and
Upto Rs.50.00 Crore. Two Diploma Holders in Civil Engineering with
five years‟ experience in similar works

Two B.E Degree Holders in Civil Engineering


Above Rs. 50.00 Crore and with one year experience in similar works and
upto Rs.100.00 Crore. Four Diploma Holders in Civil Engineering with
five years‟ experience in similar works

Three B.E Degree Holders in Civil Engineering


Above Rs. 100.00 Crore and with one year experience in similar works and
upto Rs. 200.00 Crore. Six Diploma Holders in Civil Engineering with
five years‟ experience in similar works
Four B.E Degree Holders in Civil Engineering
with one year experience in similar works and
Above Rs. 200.00 Crore.
Eight Diploma Holders in Civil Engineering with
five years‟ experience in similar works

If the tenderer fails to employ the Technical men as indicated above for the works,
penalty shall be levied during the period of such non-employment of technical men.

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

Notes;-

In case, the contractor who is professionally qualified is not in a position to remain always
at the site of the work for checking of all items of work, and paying extra attention to such
works as may demand extra special attention (i.e.) bituminous courses, reinforced
concrete work etc., he should employ technically qualified men (as prescribed) for the
work.

It will not be incumbent on the part of the contractor to employ Technical Assistant /
Assistants when the work is kept in abeyance due to valid reasons and if during such
period in the opinion of the Divisional Engineer (H) the employment of Technical
Assistant / Assistants is not required for the due fulfillment of the contract.

11. Income Tax shall be recovered from all interim bills and final bill of the contractor at
such rates which the Government may by notification fix from time to time.

12. 2% of Tax Deduction at Source on GST will be deducted in each bill and deposited
through the GSTN Portal by the Divisional Engineer, as per Proceedings F. No. S.
31011/11/2018 – ST-I-DoR, dated 14.09.2018 of Ministry of Finance, Government of
India made.

32
13. SETTLEMENT OF DISPUTES / CLAIMS BY A CIVIL COURT

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

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

13.3 SETTLEMENT OF CLAIMS BY THE ARBITRATOR

If the monetary value of the unsettled claim is less than Rs. 2.00 Lakhs (Rupees Two
Lakhs Only), the unsettled claim shall be referred for arbitration to a sole Arbitrator.
The Superintending Engineer (Highways), Trichy 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 and further amendments.

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

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

16. Filling Soil in between RE wall / Retaining wall and forming embankment in
approaches / Bypasses Sub Grade Soil / Granular Sub Base and WMM materials
should be tested for its suitability in accordance with MORT&H latest revision from
Highways Research Station only before execution by the contractor at his cost. If
there is any change in materials on composition, no extra cost will be paid.

17. The job mix formula for Dense graded Bituminous Macadam and Bituminous Concrete
shall be got designed and approved by the Highways Research Station before
commencement of the work at the cost of the contractor. If there is any variation in
actual percentage of Bitumen used has to be borne by the contractor. The design mix
formula for Concrete works shall also be got designed and approved by the Highways
Research Station before the commencement of the work at the cost of the contractor
and the Contractor shall quote his tender percentage accordingly.

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

33
19.1. Condition for claims of Contractor on account of losses due to unprecedented
floods and other acts of God.

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

The Government will not be responsible for such losses and the Government is not
liable to pay any compensation towards such losses sustained by the contractor.

19.2 During the period of contract, from commencement to completion and up to the
expiry of observation period, the work and work site shall be under the charge and
care of the contractor and the contractor shall take full responsibility for the care
thereof and for taking precautions to ensure safety to the road users and to prevent
accidents or loss or damage and shall be liable for any accidents or damage or loss
that may happen to the works or in work site or due to work or any part including the
departmental tools and plant thereof from any cause whatsoever and shall at his/her
own cost take remedial action or repair and make good the same so that at
completion and expiry of observation period, the work shall be in good condition and
in conformity in every respect with the requirements of the contract and instructions
of Engineer.

20. Conditions for Risk Insurance for Labour and Materials

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

21. Condition for protection of Telecom Cables & EB cables

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

34
22. Condition for Damages to Drinking Water Pipe Lines (or) other Government
Property caused by the contractors

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

23. Mobilization Advance shall be paid in the case of construction or supply and
installation contracts of a large and complex nature for the plan works for a value
exceeding Rs.5.00 Crores provided that such Mobilization Advance shall not ordinarily
exceed 10% (Ten percent only) of the value of contract, shall be secured against
irrevocable bank guarantee and shall be recovered in the subsequent bills payable
along with interest as fixed by the Government from time to time. In case of
mobilization advances for plant, machinery and equipments they are hypothecated to
the Governor of Tamil Nadu in addition to the other requirements.

24. Condition for Shifting of E.B. Poles and Transformers


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

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

25. Condition for Additional Security Deposit :

On evaluation of the Tender if it is found that the overall quoted amount of the
Tender under consideration is less by 5 to 15% of the Estimated amount, the
tenderer should pay an Additional security at 2% of the estimated Value. If the
Tender discount is more than 15% the tenderer should pay an additional security at
50% of the difference between the quoted amount and estimated amount. Failure to
furnish the additional security as mentioned above while executing agreement shall
entail cancellation of award of Contract and forfeiture of E.M.D. furnished.

35
26. Condition for engaging construction workers.

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


construction workers registered with the Construction Workers Welfare Board as
required under the Building and Other Construction Workers (Regulation of
Employment and Conditions of Service) Act, 1996 (Central Act 27 of 1996).

(G.O.Ms.No.309, Finance (Salaries), 17th October 2017)


(vide Tamil Nadu Government Gazette No.332, 17th October 2017)

Superintending Engineer (H)


C&M Circle, Tirunelveli

36
CONDITIONS FOR GST

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

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


Department Letter No. 330/Secy.(Expr)/2017, dated 13.09.2017.
c. As per Notification No.31/2017-Central Tax (Rate) dated 13.10.2017, the concessional rate
of GST at 12% (CGST at 6% + SGST at 6%) is leviable for any Government Contract,
whether Civil or Electrical, irrespective of the GST rate applicable on purchase of goods
used in the execution of Government Contract. The contractor is eligible to get refund of
excess tax paid over or liable to pay tax as per Notification No. 20/2017, Central tax (Rate)
dated 22.08.2017, Notification No. 24/2017, Central Tax (Rate) dated 21.09.2017 and
Notification No. 31/2017, Central Tax (Rate) dated 13.10.2017.

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

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

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

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

h. The GST and rate of Tax Deduction at Source on GST will be operated for the works as per
Government order in force during execution and other Circular instructions issued from time
to time.

Superintending Engineer (H)


C&M Circle, Tirunelveli
37
PRICE VARIATION CLAUSE FOR WORKS

The contract price shall be adjusted for increase or decrease in rates during the
execution subject to the terms and conditions as per GO (Ms) No. 60, Public Works
(G2) Department, dated 14.03.2008 and GO (Ms) No. 101, Public Works (G2) Department,
dated 10.06.2009.

CONTRACTS OF MORE THAN 12 MONTHS

Full Price Adjustment on all the components including cement, steel, Bitumen and
petroleum, oil and lubricants (POL) shall be applicable to the works with contract period of
more than 12 months.
CONTRACTS OF 12 MONTHS AND BELOW

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


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

2. Price adjustment clause will be applicable for all works where value of work put to
tender costing Rs.100 lakhs and above. However, no price adjustment will be
applicable for maintenance and repair works.

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

4. The price adjustment shall be calculated only on the departmental estimated cost of
the work. For Bitumen and POL, Price Adjustment will be calculated on “pass
through” basis and shall be calculated on the departmental estimated cost of
the work.

5. In respect of bitumen and POL, it may be considered on „Pass through‟ basis with
the payment of actual rates / price at the rates charged by Indian Oil Corporation.

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

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


achieving the rate of progress as per existing schedule.
8. The price adjustment mechanism will cease to operate for value of work executed
beyond the agreement period. But agreement period shall include the „actual period‟
for which the work was “suspended officially” and extension of time permitted for any
valid reasons such as, war, natural calamities, like flood, earthquake and other risks
arising out of acts of god during the agreement period; work delayed due to the land
acquisition process; change in design, change in scope of work etc., which is given
in writing by the Tender calling officer of the respective work.
38
9. Price variation will be calculated once in a quarter (i) in respect of cement and steel
for the works with contract period up to 12 months and (ii) in respect of all
components except bitumen and petroleum, oil and lubricant (POL) for the works
with contract period of more than 12 months, as per the specified formula from the
last date of submission of bid up to the end of agreement period provided, if the
agreement is signed within the minimum specified time, failing which, the price
variation will be applicable from the date of agreement only, based on wholesale
price indices of RBI. The quarter would be reckoned with reference to the quarter of
the calendar year in which the last date on bid submission is fixed. In case of
delayed agreement, the quarter in which the agreement is signed will be reckoned
for the purpose of calculation of price adjustments.

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

11. ADJUSTMENT IN THE COST OF CEMENT:

(for contracts above 12 months and for contracts below 12 months)


If after the operative date and during the operative period, there be any variation in
the cost of cement procured by the contractor, the price adjustment shall be calculated in
the following manner.

C w2 – C w1
V2 = 0.85 x P o x K 2 x ------------------
C w1
Where,
V2 = the Amount of price adjustment in Rupees

Po = the Value of work in Rupees executed during the period

under consideration

K2 = a Factor representing the percentage of cement

component for the work

C w1 = Price of cement fixed by whole sale price index of

Reserve Bank of India on the operative date

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

during the period under consideration.

39
12. ADJUSTMENT IN THE COST OF STEEL

(for contracts above 12 months and for contracts below 12 months)


If after the operative date and during the operative period, there be any variation in
the cost of steel procured by the contractor, the price adjustment shall be calculated in the
following manner.
S w2 –S w1
V3 = 0.85 x P o x K 3 x -----------------
S w1
Where,
V3 = the Amount of price adjustment in Rupees

P o = the Value of work in Rupees executed during the


period under Consideration

K 3 = a Factor representing the percentage of steel


component for the work.

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


Reserve Bank of India on the operative date.

S w2 = Price of steel fixed by whole sale price


index of Reserve Bank of India
during the period under consideration.

13. ADJUSTMENT IN THE COST OF LABOUR (only for contracts above 12


months)
If after the operative date and during the operative period there be any
variation in the consumer price index for Industrial workers at (the town nearest to
the site of the work), the source for such indices being Labour Bureau, Government
of India and published in the Reserve Bank of India Bulletin, the price adjustment on
component representing labour cost including all types of benefits and amenities,
etc. Shall be calculated in the following manner:-

V6 = P0 X0.85 X K6 X Lc2 -Lc1


Lc1

40
Where,

V6 = the amount of Price adjustment in Rupees


Po = Value of work in Rupees executed during the period under
Consideration
K6 = Factor representing the percentage of labour component for
the work.

Lc1 = Consumer price index for Industrial workers on the


operative date.

Lc2 = Consumer price index for Industrial workers during


the period under consideration.

14. MATERIALS OTHER THAN CEMENT, STEEL & BITUMEN (only for contracts
above 12 months)
If after the operative date and during the operative period there be any
variation in the wholesale price index for all commodities – by groups and sub-groups
(source: office of the Economic Adviser to the Government of India published in the
Reserve Bank of India Bulletin) the price adjustment on all materials (other than Cement,
Steel and bitumen) shall be calculated in the following manner.
V1 = 0.85 X P0 XK1 X 1w2 -1W1
1W1
Where,
V1 = the amount of Price adjustment in Rupees
P0 = the value of work in Rupees executed during the period
under consideration.

K 1 = a factor representing the materials (other than Cement,


Steel and bitumen) to be arranged and supplied for all
works connected with the completion of the work under this
contract including all allied/ancillary/temporary works and
overheads etc. For this contract K1 shall be taken as 0.35.

1W1 = Wholesale price index for all commodities on the


operative date.

1W2 = Wholesale price index for all commodities during the


period under consideration.

41
15. The price variation under this clause shall not be payable for the extra items required
to be executed during the completion of work, since the rates payable for the extra
items are to be fixed as mutually agreed between the employer and contractor
subject to yearly variation till completion of such items.

16. This clause is operative bothways, i.e., if the price variation as calculated above is on
the plus side, payment on account of the price variation shall be allowed to the
contractor and if it is on the negative side, the employer shall be entitled to recover
the same from the contractor and the amount shall be deductible from any amount
due and payable under the contract.

17. The contractor shall for the purpose of these conditions keep such books of account
and other documents as are necessary to show the amount of any increase claimed
or reduction available and shall allow inspection of the same by a duly authorized
representative of employer and further shall at the request of the Engineer may
require any document so kept and such other information as the Engineer may
require.

(NOTE: The percentage component (K factor) of cement, steel, labour and other materials
has to be worked out individually with reference to the sanctioned estimate)

Superintending Engineer (H)


C&M Circle, Tirunelveli

42
BONUS FOR ADVANCE COMPLETION OF WORK

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

Superintending Engineer (H)


C&M Circle, Tirunelveli

43
SPECIAL CONDITION FOR PLANT & MACHINERIES
1. The tenderer should upload the documents for possession of their own CMP, Paver
finishers, Vibratory Roller and Static roller as per MORT&H Specification for the Road
works and Concrete Mixer Machine and Needle / Pin Vibrator for the Structure works.
The tenders received without such proof for the possession and good working condition
of their own CMP, Paver finishers, Vibratory Roller, Static roller, Concrete Mixer
Machine and Needle / Pin Vibrator certificate obtained from the Divisional Engineer
(Quality Control) Concerned shall be rejected.

2. The Working Condition Certificate for the above Machineries obtained after the date of
Tender Notice from the Divisional Engineer (Quality Control) concerned should be
uploaded in Original. The tender received without the above certificate shall be
rejected.

3. The central mixing plant of appropriate capacity conforming to the guidelines in IRC:90 shall be
erected, calibrated and trial run should be made before the date indicated by the
Superintending Engineer in the letter of acceptance.

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

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

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

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

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

9. The works should be executed by using Sensor Paver Finisher up to 9.00 metre width
(wherever necessary), Static Roller, Vibratory Roller, Pneumatic Tyre Roller, Earth
Compactor (wherever necessary) and Concrete Mixer machine and Needle Vibrator –
wherever applicable.

Superintending Engineer (H)


C&M Circle, Tirunelveli

44
SPECIAL CONDITION FOR WORKS INCLUDING UPKEEPING

1. The tenderers, considering the Main work and Upkeeping works, shall quote the
tenders overall percentage with reference to the estimate value at which he will
undertake to do the whole work subject to the conditions of contract.
2. The time fixed for completion of the entire work (Main work and Upkeeping work)
shall be decided by the Superintending Engineer (H), C&M Tirunelveli and
Divisional Engineer (H), C&M THOOTHUKUDI. The successful tenderer should
make arrangements for speedy execution of the work and he/she should execute the
work with sufficient men, materials and machinery in as many numbers are required
to carry out all the work simultaneously. The machinery requirement should satisfy
all the technical specifications as per MORT&H Specifications and machineries used
on the works shall be of sufficient capacity and to ensure the production of sufficient
materials to carry out the work for completion.
3. The attention of the tenderers is drawn to the contract requirements to the time of
commencement of work, the rate of progress and the dates for completion of the
whole work and the several activities 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 Main work shall
be Months and for upkeeping work is 60 months.

PROGRAMME FOR COMPLETION FOR MAIN WORK


INCLUDING UPKEEPING
Milestone fixed for completion of
Sl. Period (Cumulative from the date of
Construction of Main work, Defect Liability
No. handing over the site)
and Upkeeping works (wherever necessary)

MAIN WORK

Period (Cumulative from


Sl. Milestone fixed for completion
the date of handing over
No.
the site)
1 1st Quarter (3 Months) 45% of work should be Completed.

2 2nd Quarter (3 Months) 90% of work should be Completed.


100% of the work should be completed in all
respects
3 3rd Quarter (1 Month)

45
COMPLETION CERTIFICATE FOR MAIN WORK
BY SE (H) C&M TIRUNELVELI

FOR ROAD WORKS - after completion of Main work DEFECT LIABILITY


PERIOD (DLP) – 3 years / Upkeeping period – 5 Years
1 1st Half year Certificate for DLP / Upkeeping period
nd
2 2 Half year Certificate for DLP / Upkeeping period
3 3rd Half year Certificate for DLP / Upkeeping period
4 4th Half year Certificate for DLP / Upkeeping period
5 5th Half year Certificate for DLP / Upkeeping period
6 6th Half year Certificate for DLP / Upkeeping period
7 7th Half year Certificate for Upkeeping period
8 8th Half year Certificate for Upkeeping period
9 9th Half year Certificate for Upkeeping period
10 10th Half year Certificate for Upkeeping period

NIL DEFECTS & 100% MAINTENANCE CERTIFICATE BY DE (H) C&M


THOOTHUKUDI ON THE DATE OF COMPLETION OF DEFECT LIABILITY
PERIOD / UPKEEPING PERIOD

FOR STRUCTURAL WORKS or WORKS INVOLVING STRUCTURES after


completion of Main work DEFECT LIABILITY PERIOD (DLP) – 5 years /
Upkeeping period – 5 Years
1 1st Half year Certificate for DLP / Upkeeping period
2 2nd Half year Certificate for DLP / Upkeeping period
3 3rd Half year Certificate for DLP / Upkeeping period
4 4th Half year Certificate for DLP / Upkeeping period
5 5th Half year Certificate for DLP / Upkeeping period
6 6th Half year Certificate for DLP / Upkeeping period
7 7th Half year Certificate for DLP / Upkeeping period
8 8th Half year Certificate for DLP / Upkeeping period
9 9th Half year Certificate for DLP / Upkeeping period
10 10th Half year Certificate for DLP / Upkeeping period
NIL DEFECTS & 100% MAINTENANCE CERTIFICATE BY DE (H) C&M
THOOTHUKUDI ON THE DATE OF COMPLETION OF DEFECT LIABILITY
PERIOD / UPKEEPING PERIOD
COMPLETION CERTIFICATE FOR ENTIRE WORK
BY SE (H) C&M TIRUNELVELI
46
4. On acceptance of the tender, the successful tenderer should furnish a detailed PERT
chart indicating the various activities, time schedule proposed etc., for completion of
the upkeeping work within the time schedule notified as above and accepted by the
Engineer in charge. If the contractor fails to maintain the schedule as stated above or
does not carry out the Upkeeping work as per the Schedule after completion of main
work, the Divisional Engineer (H) C&M THOOTHUKUDI will have power to levy
penalty as per GO Ms.No.281 / Highways & Minor Ports (HF1) Dept
Dt.13.09.2010.

5. The Certificates shall be issued with necessary photographic evidences for Defect
Liability Period / Upkeeping Period as per Annexure – A for every Half year by the
Divisional Engineer (H) C&M THOOTHUKUDI after verification at work site. Also, the
contractor performance will be rated as per Annexure - B in accordance with his
performance in executing the works.
6. Regarding upkeeping, necessary overall provisions for the period of 60 Months for each
road are made in the BoQ. The Bidder has to execute the upkeeping work for every
year based on the provisions included in the upkeeping estimates which are
available in the office of the Divisional Engineer (H) C&M THOOTHUKUDI.

47
ANNEXURE – A
CERTIFICATE FOR DEFECT LIABILITY / UPKEEPING PERIOD

Package :

Name of Package :

Name of Work :

Half Year :

It is certified that NIL defects found in the work in the ________ half year as on this
day of ______________

Divisional Engineer (H)

ANNEXURE – B
CONTRACTOR PERFORMANCE
Wing: Circle:
Division:

Date of
Date Value of Completi Perform
Name Quantu
of work put on fixed / ance of
Sl. No of m of
Agree upto Actually Contrac
work work
-ment tender complete tor
d

Divisional Engineer (H)


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

7. In the event of the contractor failing to rectify the defect or damages within the period
specified by the Divisional Engineer (H) or his representative in his notice aforesaid, the
Divisional Engineer may rectify or remove and re-execute the work and/or remove and
replace with other materials or articles complained of, as the case may be, by or other
means at the risk and expense of the contractor and the same will be reflected in the
performance rating of the contractor. The Contractor should rectify any Patchwork
noticed within the Defect Liability Period, otherwise he will not be allowed to execute the
Upkeeping work.
48
8. At the time of making final payment for major works (Road Works only without involving
cement / concrete work) like formation of road, improvements, strengthening and
widening 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 one year
reckoned from the date of completion of work, provided that the contractor should furnish
Term Deposit Receipts for the said amount pledged in favour of concerned Divisional
Engineer (H) for a further period of two years 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.

9. The defect liability for each work in the package, shall commence from the last date of
check measurement of the individual work and any defect noticed within a period of
3 years shall be repaired / restored at the cost of the contractor or any expenditure
incurred to rectify / restore shall be debited from the deposit and the contractor should
furnish separate Term Deposit Receipt for the said amount pledged in favour of
concerned Divisional Engineer (H) upto the end of Defect Liability Period for each work
on the completion of one year from the date of completion of that particular work (Road
Works only without involving cement / concrete work).

10. At the time of making final payment for Minor, Major bridge, Culvert, Retaining Wall and
Drain works or Structure involved Road 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 should furnish Term Deposit Receipts for the said amount pledged in favour
of concerned Divisional Engineer (H) for a further period of three years 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.

11. The withheld amount 2 ½ % will be released along with final bill on approval of
completion certificate for the package by the competent authority and balance withheld
amount 2 ½ % of the package will be released after completion of 12 months for Road
Works / 24 months for structural works and structure involved Road Works from the
date of completion of the package provided that the contractor should furnish Term
Deposit Receipts for the said amount pledged in favour of concerned Divisional
Engineer (H) for a further period of two years for Road Works including upkeeping /
3 years for Structural works and structure involved Road Works including upkeeping
respectively 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. The sectional completion certificate shall be applicable only for that
individual work of the package to which it is issued.

12. The Security Deposit will be released along with the release of final withheld amount.
In respect of Upkeeping work, Security Deposit for the value of Upkeeping work will be
released on completion of Upkeeping work and production of overall completion
certificate.

49
13. Without limiting his obligations and responsibilities under the contract, the contractor
shall insure in the joint name of the Government and the contractor against all loss or
damage from whatever cause (other than the excepted risks) for which he is
responsible under the terms of contract and in such a manner that the Government
and the contractor are covered during the period of construction of the works, defects
liability period and Upkeeping period for

(i) The works and temporary works to the full value of such works executed from time
to time.

(ii) The materials, constructional plant and other things brought to site by the
contractor to the full value of such material, constructional plants and other things.

13. During the period of contract, from commencement to completion and up to the
Upkeeping period, the work and work site shall be under the charge and care of the
contractor and the contractor shall take full responsibility for the care thereof and for
taking precautions to ensure safety to the road users and to prevent accidents or
loss or damage and shall be liable for any accidents or damage or loss that may
happen to the works or in work site or due to work or any part including the
departmental tools and plant thereof from any cause whatsoever and shall at his own
cost take remedial action or repair and make good the same so that at completion
and expiry of observation period, the work shall be in good condition and in
conformity in every respect with the requirements of the contract and instructions of
Engineer.

15. Price adjustment clause will be applicable for Main work and Upkeeping work as per
GO (Ms) No. 60, Public Works (G2) Department, dated 14.03.2008 and GO (Ms)
No. 101, Public Works (G2) Department, dated 10.06.2009

50
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 P.S. to S.S.R.B and he/she is


requested to provide at his own expenses the following amenities to the satisfaction of
Divisional Engineer (H).

1.1 FIRST AID


At the worksite, there shall be maintained at an accessible place first aid
appliances and medicines including adequate supply of sterilized dressing and
sterilized cotton wool. The appliances shall be kept in good order. They shall be
placed under the charge of responsible person who shall be readily available during
working hours.

1.2. DRINKING WATER

A. Water of Good quality fit for drinking purpose shall be provided for the workers on
the scale of not less than 3 gallons per head per day.
B. Where drinking water is obtained from an intermittent public water each work site
shall be provided with storage tank where such drinking water shall be stored.

C. Every water supply storage shall be at a distance of not less than 50m from any
latrine drain or other sources of pollutions where water has to be drawn from an
existing well, which is within such proximity of any latrine drain or other sources of
pollutions. The well shall be 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 at least once a
month.

51
1.3. WASHING AND BATHING PLACES

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

1.4. LATRINES AND URINALS


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

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


Exceed 50.

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


50 but does not exceed 100.

C. For Every additional hundred. : 3 seats.

If women are employed separately, latrine and urinals screened from those for man
shall be provided on the same scales. All latrines should be provided with water flushed
latrines connected with a proper sewage system. The contractor shall also employ
adequate number of scavengers and conservancy staff to keep the latrines and urinals in a
clean condition.

1.5 SHELTERS DURING REST


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

1.6 CRECHES

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


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

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

52
1.7 CANTEENS

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

1.8 SHEDS FOR WORKERS

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

1.9 COVID -19.


The Standard Operating Procedure outlined in “Tamil Nadu COVID-19
Regulations, 2020 for the prevention and containment and prevention of the spread
of COVID-19” shall be followed by the contractor during execution of work.

Superintending Engineer (H)


C&M Circle, Tirunelveli

53
DECLARATION

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


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

Station : Signature of the Tenderer


Date :

54

You might also like