0% found this document useful (0 votes)
85 views

Price Bid Document: Highways Department Nabard and Rural Roads

The document is a tender notice from the Government of Tamil Nadu for the upgradation of five Panchayat Union/Panchayat roads as other district roads in Virudhunagar, NABARD and Rural Roads Sub-Division. It provides details of the five proposed road upgradation projects, with the total approximate value of the contract being Rs. 513.50 lakhs. Bidders must submit their bids online by July 15th 2020 along with an EMD of Rs. 2,68,000 drawn in favor of the Divisional Engineer, NABARD and Rural Roads, Paramakudi Division. The technical bids containing the EMD and qualification documents will be opened on July 16

Uploaded by

rahmangis
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
85 views

Price Bid Document: Highways Department Nabard and Rural Roads

The document is a tender notice from the Government of Tamil Nadu for the upgradation of five Panchayat Union/Panchayat roads as other district roads in Virudhunagar, NABARD and Rural Roads Sub-Division. It provides details of the five proposed road upgradation projects, with the total approximate value of the contract being Rs. 513.50 lakhs. Bidders must submit their bids online by July 15th 2020 along with an EMD of Rs. 2,68,000 drawn in favor of the Divisional Engineer, NABARD and Rural Roads, Paramakudi Division. The technical bids containing the EMD and qualification documents will be opened on July 16

Uploaded by

rahmangis
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 50

`

GOVERNMENT OF TAMILNADU

HIGHWAYS DEPARTMENT
NABARD AND RURAL ROADS

UPGRADATION OF PANCHAYAT UNION / PANCHAYAT ROADS AS


OTHER DISTRICT ROADS FOR THE YEAR 2020-2021

PRICE BID DOCUMENT


NAME OF WORK: Upgradation of Five Panchayat Union / Panchayat
Roads as Other District Roads in Virudhunagar (H),
NABARD and Rural Roads Sub Division (Package 3)

Approximate Value of Contract Rs.513.50 Lakhs


Bid submission closing on: 15.07.2020
EMD: Rs.2,68,000/-

DIVISION: PARAMAKUDI (H) N&RR


CIRCLE: TIRUNELVELI (H) N&RR
FORM 1.4

FRONT COVER PAGE TO TENDER DOCUMENTS


TAMIL NADU HIGHWAYS DEPARTMENT

TENDER DOCUMENT

NAME OF WORK :Upgradation of Five Panchayat Union / Panchayat Roads as


Other District Road in Virudhunagar (H), NABARD and Rural Roads Sub-division
(Package – 3)

A. Upgradation of Madurai- kanniyakumari road to Chinnaodaipatty


km 0/0 - 2/0

B. Upgradation of Perumalpatti to Kappureddipatty km 0/0 - 1/7

C. Upgradation of Madurai-Kanniyakumari road to Sivanainthapuram


km 0/0 - 1/4

D. Upgradation of Sevaloor BG Road To Meet Koundampatti - Kothaneri


Road Km 0/0-2/220

E. Upgradation of Meesalur To Thathampatti Road km 0/0 - 1/5

NO. OF PAGES :

NO. OF DRAWINGS :

EMD :Rs- 2,68,000/-

PUBLISHED BY : Superintending Engineer(H),


Nabard and Rural Roads,
Tirunelveli-2
Government of Tamilnadu
Highways Department,
Tirunelveli (H) NABARD and Rural Roads, Circle
TENDER NOTICE
Tender Notice No.05 /2020-2021 / D-1 /Dated: 10.06.2020

For and on behalf of Governor of Tamilnadu sealed percentage tender Two


Cover System through online only will be received by the Superintending
Engineer (H), NABARD and Rural Roads, Tirunelveli circle for the works approved
in G.O.(2D) No.12 Highways and Minor Ports (HF1) Department dated. 04.06.2020 in
Packages No. 01 to 06 under Upgradation of Panchayat Union / Panchayat Roads
as Other District Roads in Virudhunagar (H), NABARD and Rural Roads Sub
Division in respect of Paramakudi (H) NABARD and Rural Roads Division.

Details such as Name of works, approximate value of works, EMD, documents to


be uploaded, critical dates and all other details related to the works are available from
18.06.2020 onwards in the Government website https://tntenders.gov.in If any
changes / Corrections/ Amendments etc related to this tender arises, it will be published
on the above Government website only.

Sd./ S. Jawahar Muthuraj,


Superintending Engineer (H),
NABARD and Rural Roads,
Tirunelveli-2.

//True Copy / By Order//

Deputy Superintending Engineer (H).


GOVERNMENT OF TAMILNADU
HIGHWAYS DEPARTMENT, NABARD AND RURAL ROADS CIRCLE, TIRUNELVELI-2.
TENDER NOTICE NO :5 / 2020-2021 / D-1 / DATED : 10.06.2020.
(Online only)
For and on behalf of the Governor of Tamilnadu Percentage Tender under two
cover system will be received by the Superintending Engineer (H) NABARD and Rural
Roads Circle, Reserve Line Road, Illanthaikulam, Palayamkottai, Tirunelveli – 627 002,
through online only for the following works.
Approximate
EMD EMD obtained /
Sl. value of
No
Name of work Amount pledged in
Contract (Rupees) favour of
(Rs. in Lakhs)
UPGRADATION OF PANCHAYAT UNION / PANCHAYAT ROADS AS OTHER DISTRICT
ROADS AS PER G.O.(2D) NO.12 HIGHWAYS AND MINOR PORTS (HF1) DEPARTMENT
DATED. 04.06.2020
Paramakudi (H) NABARD and Rural Roads Division

Virudhunagar (H) NABARD and Rural Roads Sub Division


1. Upgradation of Four Panchayat
Union / Panchayat Roads as Other
District Roads in Virudhunagar 592.50 3,08,000
(H), NABARD and Rural Roads
Sub Division (Package 01)
2 Upgradation of Six Panchayat
Union / Panchayat Roads as Other
District Roads in Virudhunagar 502.50 2,63,000 The Divisional
(H), NABARD and Rural Roads Engineer (H),
Sub Division (Package 02) NABARD and
3 Upgradation of Five Panchayat Rural Roads,
Union / Panchayat Roads as Other Paramakudi
District Roads in Virudhunagar 513.50 2,68,000
(H), NABARD and Rural Roads
Sub Division (Package 03)
4 Upgradation of Two Panchayat
Union / Panchayat Roads as Other
District Roads in Virudhunagar 575.00 2,99,000
(H), NABARD and Rural Roads
Sub Division (Package 04)
5 Upgradation of Five Panchayat
Union / Panchayat Roads as Other
District Roads in Virudhunagar 528.50 2,76,000
(H), NABARD and Rural Roads
Sub Division (Package 05)
06 Upgradation of Six Panchayat The Divisional
Union / Panchayat Roads as Other Engineer (H),
District Roads in Virudhunagar NABARD and
532.00 2,78,000
(H), NABARD and Rural Roads Rural Roads,
Sub Division (Package 06) Paramakudi

Notes :

1. Tender documents are available in Online in the Government website


https://tntenders.gov.in and it can be downloaded at free of cost upto 15.07.2020 at
15.00 Hrs (as per server system clock).
2. The bidder should be a registered Class- I contractor in the Tamil Nadu
Highways Department with Digital Signature Certificate.
3. Bids must be submitted through online upto 15.07.2020 at 15.00 Hrs (as per
server system clock).
4. Bids must be accompanied with scanned copy of EMD ( Bid security ) pertaining
to the particular work as per the above table in the prescribed form drawn in
favour of the Divisional Engineer (H), NABARD and Rural Roads, Paramakudi
Division .
5. The technical cover containing scanned copy of EMD and pre – qualification
documents as prescribed in the tender documents received through “Online” only
will be opened at 16.00 hrs on 16.07.2020 in the office of the Superintending
Engineer (H) NABARD and Rural Roads, Tirunelveli Circle.
6. The original EMD and all other Original / attested technical bid documents as
uploaded shall be submitted to the Superintending Engineer (H) NABARD and
Rural Roads, Tirunelveli Circle on or before 15.07.2020 at 15.00 Hrs failing
which, the bid shall be summarily rejected.
7. The financial cover containing Price Bid document of qualified bidders in the
prequalification only will be opened on a later date with due intimation in the web
site.
8. Corrigendum if any will be published only in the above website.
9. The contractor should produce the documents for own possession of sufficient
Plants & Machineries and obtain certificate from competent authorities as
specified in the tender documents for working condition of the Plants &
Machineries to complete the work in time with quality.
10. Further details can be seen on Government website https://tntenders.gov.in

Sd./ S. Jawahar Muthuraj,


Superintending Engineer (H),
NABARD and Rural Roads,
Tirunelveli-2.
TENDER

To
Superintending Engineer(H),
Nabard and Rural Roads,
Tirunelveli-2

Sir,
I/We do hereby tender and if this Tender be accepted, undertake to execute the
following work (viz.) “Upgradation of Five Panchayat Union / Panchayat Roads as
Other District Roads in Virudhunagar (H), NABARD and Rural Roads Sub-division
(Package – 3)“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 tender notice.
I/We, being a registered contractor of the Highways Department, enclose the
Registration certificate and GST Return Certificate valid for the current year.
I/We enclose herewith the Demand Draft / Term Deposit Receipt / Bankers
Cheque / specified Small Savings Instruments in the prescribed form, for the payment of
the sum of Rs.2,68,000/-(Rupees Two Lakh and Sixty Eight 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), Nabard
and Rural Roads, Paramakudi Division. If upon intimation being given to me/us by
the Competent Authority Superintending Engineer(H), Nabard and Rural
Roads,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.
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 for supervise the work as per
the terms of the contract as below.

Number of Technical Staff


Qualification
proposed to be employed.

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

Station : Signature of the Tenderer


Date :
TENDER NOTICE
(Online Tender Only)
1 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 15.00 Hrs on
15.07.2020 (as per server system clock) for the work of “Upgradation of Five
Panchayat Union / Panchayat Roads as Other District Roads in Virdhunagar
(H), NABARD and Rural Roads Sub-division (Package – 3)“

2 The tenderers should be a Registered Class- I Contractor in Tamil Nadu


Highways Department with Digital Signature certificate.

3 The Tender Documents will be available in the Government website


“https://tntenders.gov.in” and the tender documents can be
downloaded at free of cost up to 15.07.2020 at 15.00 Hrs (as per
server system clock)

4 The Last date for submission of tender through Online in


“https://tntenders.gov.in” upto 15.00 Hrs on 15.07.2020 (as per server system
clock).

5 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.

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

If the above instruments not pledged in favour of the Divisional Engineer


(Highways), NABARD and Rural Roads, Paramakudi 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.

7 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 from payment of earnest money deposit and shall produce
the original for reference when sought for.

8 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.

9 The Earnest Money Deposit in original and the hard copy of uploaded technical
tender documents shall be submitted to the Superintending Engineer (H),
Nabard and Rural Roads, Tirunelveli on or before upto 15.00 on 15.07.2020
Hrs and failing which, the tender will be summarily rejected.

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


Tender documents and EMD will be opened by Tender Opening / Scrutinizing
Committee electronically after 16.00 Hrs on 16.07.2020 in the office of the
Superintending Engineer (H), Nabard and Rural Roads,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.

11 The Financial Tender Documents of qualified tenderers in the prequalification


only will be opened on a later date with due intimation at the website.

12 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), NABARD and Rural Roads, Paramakudi
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.

13 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.

14 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 execution of the
contract.

15 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.

16 If the tenderer is a registered contractor in the 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.
17 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) / Divisional
Engineer (H) 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) / Divisional Engineer (H) 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. 7,59,000/- (Rupees Seven Lakh
and Fifty Nine Thousand Only).
:
18 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.

19 No interest is liable to be paid on the earnest money deposit, security deposit,


further security deposit, additional security deposit and withheld amounts

20 If, upon intimation being given to the successful Tenderer by the Superintending
Engineer (H) / Divisional Engineer (H) 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.

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 / Item rate 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, material 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 / rates. 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) 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.

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. For
item rate tender, schedule of quantities will only be accompanied with the tender
document. The tenderer will quote his / her rate for each item with reference to
the specifications and drawings. 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.

32. The tenderers shall quote the tenders item rate / 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.

33. 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
(As prescribed by the Tender Inviting Authority)

Period (Cumulative from the


Sl. Milestone fixed for completion
date of handing over the
No.
site)
1 1st Month 15% of the work should be completed.
2 2nd Month 30% of the work should be completed.
3 3rd Month 45% of the work should be completed.
4 4th Month 60% of the work should be completed.
5 5th Month 80% of the work should be completed.
100% of the work should be completed
6 6th Month
in all 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
schedule as stated above, the Divisional Engineer (H) will have power to forfeit
the 2.5% withheld amount after sufficient notices given to the contractor.
36. The 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) 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.

37. No part of the contract shall be sublet nor 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 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, Mobile Concrete
mixing unit, 4M3 capacity,
mixplant, 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

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

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.
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.
SCHEDULE „B‟

10.2 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


Descriptive Specification Report to accompany the work of Upgradation of Five
Panchayat Union / Panchayat Roads as Other District Road in Virudhunagar (H),
NABARD and Rural Roads Sub Division (Package -3)
It is proposed to upgrade the Panchayat Union / Panchayat Roads to ODR

standard by NABARD and Rural Roads wing of Tamil Nadu Highways Department. The

Panchayat Union / Panchayat Roads of following category are proposed for

upgradation.

a) Local body roads having length of 2 Km and more.

b) Local body roads having connectivity either with any two NH or SH or MDR or

ODR and combination of both.

c) Missing links of Local body roads between two continuous SH / MDR / ODR

roads.

d) Roads that connect major industries Agricultural marketing centres. Tourism

Centers, Religious Places and Taluk Head Quarters.

e) Roads having a traffic intensity of 2000 Passenger Car Unit (PCU) and more.

Now Administrative Sanctions has been accorded for 801 Nos of road to a length

of 1500.15 Km to an amount of Rs.1100.00 Crores, for Upgradation of Panchayat Union

/ Panchayat Roads as Other District Road vide G.O.(2D) No.12 (Highways and Minor

Ports (HF1) dated 04.06.2020. The Administrative Sanction and Technical Sanction

details of the works are as follows:

Upgradation to Panchayat Union Roads / Panchayat Roads is taken up including


reconstruction of C.D. Works wherever necessary.
TABLE C – 1
Name of Work: ”Upgradation of Five Panchayat Union / Panchayat Roads as Other
District Road in Virudhunagar (H), NABARD and Rural Roads Sub Division
(Package -3) ”

Estimate
A.S.
Sl. Amount in
Name of Work Amount
No. Lakhs
in Lakhs

1. Upgradation of Madurai- kanniyakumari road to 120.00 121.00


Chinnaodaipatty km 0/0 - 2/0
2. Upgradation of Perumalpatti to Kappureddipatty 119.00 123.00
km 0/0 - 1/7
3. Upgradation of Madurai-Kanniyakumari road to 84.00 91.00
Sivanainthapuram km 0/0 - 1/4
4. Upgradation of Sevaloor BG Road To Meet 155.00 157.00
Koundampatti - Kothaneri Road Km 0/0-2/220
5. Upgradation of Meesalur To Thathampatti Road 90.00 84.50
km 0/0 - 1/5

It is proposed to execute the following items of work:-


Name of Work: 1. Upgradation of Madurai- kanniyakumari road to Chinnaodaipatty
km 0/0 - 2/0
1) Clearing the light jungle
2) Picking the existing BT Surface
3) Providing and Laying of Wet Mix Macadam 250mm thick.
5) Providing and Laying of Prime Coat at 7.00 kg/10 sqm over WMM Surface
6) Providing and Laying of Tack Coat at 2.50 kg/10 sqm over Prime coat.
7) Providing and Laying of Bituminous Macadam 50mm thickness.
8) Providing and Laying of Bituminous Concrete 30mm thickness.
9) Earthwork for Berms using Carted Earth
10) Providing and Fixing of RCC KM, HM Stones.
11) VCC M30 for Wearing coat over CC Pavement.
Name of Work: 2. Upgradation of Perumalpatti to Kappureddipatty km 0/0 - 1/7
1) Clearing the light jungle
2) Picking the existing BT Surface
3) Providing and Laying of Wet Mix Macadam 250mm thick.
4) Providing and Laying of Prime Coat at 7.00 kg/10 sqm over WMM Surface
5) Providing and Laying of Tack Coat at 2.50 kg/10 sqm over Prime coat.
6) Providing and Laying of Bituminous Macadam 50mm thickness.
7) Providing and Laying of Bituminous Concrete 30mm thickness.
8) Earthwork for Berms using Carted Earth
9) Providing and Fixing of RCC KM, HM Stones.

Name of Work: 3. Upgradation of Madurai-Kanniyakumari road to Sivanainthapuram


km 0/0 - 1/4
1) Clearing the light jungle
2) Picking the existing BT Surface
3) Providing and Laying of Wet Mix Macadam 250mm thick.
4) Providing and Laying of Prime Coat at 7.00 kg/10 sqm over WMM Surface
5) Providing and Laying of Tack Coat at 2.50 kg/10 sqm over Prime coat.
6) Providing and Laying of Bituminous Macadam 50mm thickness.
7) Providing and Laying of Bituminous Concrete 30mm thickness.
8) Earthwork for Berms using Carted Earth
9) Providing and Fixing of RCC KM, HM Stones.

Name of Work: 4. Upgradation of Sevaloor BG Road To Meet Koundampatti -


Kothaneri Road Km 0/0-2/220
1) Clearing the light jungle
2) Picking the existing BT Surface
3) Providing and Laying of Wet Mix Macadam 250mm thick.
4) Providing and Laying of Prime Coat at 7.00 kg/10 sqm over WMM Surface
5) Providing and Laying of Tack Coat at 2.50 kg/10 sqm over Prime coat.
6) Providing and Laying of Bituminous Macadam 50mm thickness.
7) Providing and Laying of Bituminous Concrete 30mm thickness.
8) Earthwork for Berms using Carted Earth
9) Providing and Fixing of RCC KM, HM Stones.

Name of Work: 5. Upgradation of Meesalur To Thathampatti Road km 0/0 – 1/5


1) Clearing the light jungle
2) Picking the existing BT Surface
3) Providing and Laying of Wet Mix Macadam 250mm thick.
4) Providing and Laying of Prime Coat at 7.00 kg/10 sqm over WMM Surface
5) Providing and Laying of Tack Coat at 2.50 kg/10 sqm over Prime coat.
6) Providing and Laying of Bituminous Macadam 50mm thickness.
7) Providing and Laying of Bituminous Concrete 30mm thickness.
8) Earthwork for Berms using Carted Earth
9) Providing and Fixing of RCC KM, HM Stones.
Sub Estimates
a) For Retaining Wall
1) Earthwork Excavation for Foundation of Retaining Wall
2) PCC 1:2:4 (Nominal Mix) using 40mm ISS Metal for Foundation of Retaining
Wall
3) VCC 1:2:4 (Nominal Mix) using 40mm ISS Metal for Body Wall (Below Sill
Level) of Retaining Wall.
4) VCC 1:2:4 (Nominal Mix) using 40mm ISS Metal for Body Wall (Above Sill
Level) of Retaining Wall.
5) Supplying and Hoisting of Seepage Pipe

b) For Construction of Pipe Culvert

1) Earthwork Excavation for Foundation of Pipe Culvert.


2) PCC 1:2:4 (Nominal Mix) using 40mm ISS Metal for Foundation of Pipe
Culvert.
3) VCC 1:2:4 (Nominal Mix) using 40mm ISS Metal for Body Wall (Below Sill
Level) of Pipe Culvert.
4) VCC 1:2:4 (Nominal Mix) using 40mm ISS Metal for Body Wall (Above Sill
Level) of Pipe Culvert.
5) Supplying and Hoisting of RCC NP3 Class 1000mm dia as per MORTH
Specification.
6) Gravel Filling in between Body Wall as per Standard Specification.
7) Providing and Laying of GSB-V

Current Schedule of Rates for the year (2020 - 2021 SOR) is adopted in this
estimate.
General:
The work on sanction will be carried out as per SSRB MORTH - V revision
Specifications and other Circular instructions issued by the higher authorities from time
to time.

Contractor: Superintending Engineer (H),


NABARD and Rural Roads,
Tirunelveli-2.
NAME OF WORK: Upgradation of Five Panchayat Union / Panchayat Roads as Other District Road in Virudhunagar (H),
NABARD and Rural Roads Sub Division (package-3)

DESCRIPTIVE LEAD STATEMENT FOR WORK SITE


Sl. No. Bitumen
of ALL ISS Metal and IRC Metal GRAVEL Bitumen
Emulsion
Road Descriptio
from n Lead Lead Lead
Lead
Table Source in Source in Source Source in
in KM
C-1 KM KM KM
1 Km 10/4 of Sattur –
80/6 of Madurai – Kanniyakumari
Work Site Elayairam Pannai Road 15 5 - - Manali 547
Road
(via) E.L.Reddiyapatti
Sattur Sivakasi
CMP Site 16 - - Manali 536 - -
Kalugumalai Road
2 Km 10/4 of Sattur –
Km 4/0 of Nalli Railway Station
Work Site Elayairam Pannai Road to 17 2 - - Manali 554
Road to Sundarampatti Road
Guganparai Road
Sattur Sivakasi
CMP Site 16 - - Manali 536 - -
Kalugumalai Road
3 Km 10/4 of Sattur –
93/6 of Madurai – Kanniyakumari
Work Site Elayairam Pannai Road to 16 1 - - Manali 554
Road
Guganparai Road
Sattur Sivakasi
CMP Site 16 - - Manali 536 - -
Kalugumalai Road
4 km 188/0 Chinnaiyapuram
Km 29/0 of Srivilli puthor –
Work Site Quarry at C.T. 0.40 Km 18 14 - - Manali 524
Parthibanoor Road
(Via) Lakshimyapuram
Km 64 / 4 of NH 7 from
CMP Site 15 - - Manali 530 - -
NHAI
5 Chinnaiyapuram quarry at
Km 8/8 of Virudhunagar –
Work Site Km 6/0 of Avudiyapuram 20 20 - - Manali 521
Krishnapuram Road
Kottur Road
CMP Site Km 64/4 of NH7 from NHAI 15 - - Manali 530 - -

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

Superintending Engineer (H),


NABARD and Rural Roads, Tirunelveli-2.
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.

1. 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.

28
2. 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 in lot 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 PWD 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.

29
2.4 All the requisite tests to ensure quality and grade of bitumen have to be carried
out before acceptance and certified.

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

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 formation of road, improvements, strengthening and widening
works.

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 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 of3years 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 contractorshall be
repaired / restored at the cost of the contractor within the time specified on a
notice being issued by the Divisional Engineer. If the contractor fails to comply
with the notice, the Divisional Engineer reserves the right to carry out the repairs
/ restoration by employing other agencies and any expenditure incurred to rectify
/ restore, shall be set off from the deposit and / or any monies due to the
tenderer as per PS to SSRB.

30
3.6 In the event of the contractor failing to rectify the defect or damages within the
period specified by the Divisional Engineer in his notice aforesaid, the
Divisional Engineer may rectify or remove and re-execute the work and/or
remove and replace with other materials or articles complained of, as the case
may be, by or other means at the risk and 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 6months 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 execute an indemnity bond
for a further period of two years indemnifying the Government against any
loss or expenditure incurred to rectify any defect noticed due to faulty
workmanship by the contractor or substandard materials used by the
contractor.

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 individual indemnity bond has to be executed
for each work on the completion of one year from the date of completion of
that particular work.

4.3 The withheld amount 2 1/2 % will be released along with final bill on approval of
completion certificate for the package by the competent authority and balance
withheld amount 2 1/2 % 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 execute an indemnity bond for a further period of two years for Road
Works / 3 years for structural works and structure involved Road Works
respectively indemnifying the Government against any loss or expenditure
incurred to rectify any defect noticed due to faulty workmanship by the contractor
or substandard materials used by the contractor.The sectional completion
certificate shall be applicable only for that individual work of the package to
which it is issued.

31
4.4 At the time of making final payment for of Minor, Major bridge, Culvert,
Retaining Wall and Drain works or structure involved road 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 two years reckoned from the date
of completion of work provided that the contractor executes an indemnity bond
for a further period of three years indemnifying the Government against any
loss or expenditure incurred to rectify any defect noticed due to faulty
workmanship by the contractor or substandard material‟s used by the
contractor.

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 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

32
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.

Two B.E Degree Holder (or)


Up to Rs.2.00 Crore.
Two Diploma Holder in Civil Engineering with Five
years experience in similar works
Three B.E Degree Holder in Civil Engineering with
Above Rs.2.00 Crore one-year experience in similar works and
upto to Rs.10.00 Crore. Three Diploma Holder in Civil Engineering with five
years experience in similar works
Three B.E Degree Holder in Civil Engineering with
Above
one year experience in similar works and
Rs.10.00 Crore upto
Five Diploma Holders in Civil Engineering with five
Rs.50.00 Crore.
years experience in similar works
Four B.E Degree Holders in Civil Engineering with
Above
one year experience in similar works and
Rs. 50.00 Crore upto
Five Diploma Holders in Civil Engineering with five
Rs.100.00 Crore.
years experience in similar works
Five B.E Degree Holders in Civil Engineering with
Above
one year experience in similar works and
Rs. 100.00 Croreupto
Five Diploma Holders in Civil Engineering with five
Rs. 200.00 Crore.
years experience in similar works
Five B.E Degree Holders in Civil Engineering with
Above one year experience in similar works and
Rs. 200.00 Crore. Six 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.

33
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.

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.

34
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), Nabard and
Rural Roads, Salem 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. The
variance in actual percentage of bitumen used has to be borne by the
contractor. The design mix formula for Concrete works shall also be got
designed and approved by the Highways Research Station before the
commencement of the work at the cost of the contractor and the Contractor
shall quote his tender percentage / item rate accordingly.

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.

35
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 any damages to the
property of the Telecom Department and TNEB, then the Contractor will have
to pay penalty to those departments to the extent 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.

36
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.

37
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),
Nabard and Rural Roads,
Tirunelveli-2

38
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. Work order will be issued to the successful tenderer for the amount which includes
12% GST also.

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),
Nabard and Rural Roads,
Tirunelveli-2

39
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. All works for which price escalation / variation is contemplated must have
milestones fixed in physical terms and have a prefixed time – line for use of
inputs – clearly indicating the nature and quantum of eligible inputs to be used
for the work for the relevant period between two milestones.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

40
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.

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.

V2 = 0.85 x P o x K 2 x
Where,
V2 = the Amount of price adjustment in Rupees
Po = the Value of work in Rupees executed during the period

41
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.

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.

V3 = 0.85 x P o x K 3 x
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.

42
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

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

Where,
V1 = the amount of Price adjustment in Rupees
P0 = the value of work in Rupees executed during the period
under consideration.

43
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.

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 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),
Nabard and Rural Roads,
Tirunelveli-2

44
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),
Nabard and Rural Roads,
Tirunelveli-2

45
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.

46
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 sheds of suitable size for the use of
children under the age of five years belonging to each women (one shed shall
be used for infants, games and play and the other as their bed room). The
sheds 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 sheds shall be restricted to
children their attendants and mothers of the children.

47
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.

Superintending Engineer(H),
Nabard and Rural Roads,
Tirunelveli-2

48
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),
Nabard and Rural Roads,
Tirunelveli-2

49
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 theTenderer Superintending Engineer(H),


Nabard and Rural Roads,
Date : Tirunelveli-2

50

You might also like