bd_hwa62471_dharmapuri state highways 132 6 133 8 (3)

Upload: sureshjvr

Post on 07-Apr-2018

224 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    1/37

    FORM-14

    FRONT COVER PAGE TO TENDER DOCUMENTS

    TAMILNADU HIGHWAYS DEPARTMENT

    TENDER DOCUMENT

    NAME OF WORK : IMPROVEMENTS TO KM 132/6 - 133/8 OFDHARMAPURI STATE HIGHWAYS ROAD(OLD NATIONAL HIGHWAYS -7 (SHU- 129)

    SERIAL NUMBER : 03

    NUMBER OF PAGES : 43

    NUMBER OF DRAWINGS : NIL

    PRICE : 9000+1134

    ISSUED BY : DIVISIONAL ENGINEERHIGHWAYS ( C&M) DHARMAPURI

    SOLD TO THIRU / M/S :

    DATED INITIAL OF :SENIOR DRAUGHTING OFFICER

    Office of the Divisional EngineerHighways (C&M) Dharmapuri

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    2/37

    TENDER

    ISSUE TO THIRU :

    To

    The Divisional EngineerHighways (C&M) Dharmapuri -705.

    Sir,

    l/We do here by tender and if this Tender be accepted undertake to execute the following work

    viz IMPROVEMENTS TO KM 132/6 - 133/8 OF DHARMAPURI STATE

    HIGHWAYS ROAD (OLD NATIONAL HIGHWAYS -7 (SHU.129) as shown in the

    drawings and described in the specifications attached with the bid documents with such variations by

    way of alterations or, additions to and omissions from the said works and methods of payment as are

    provided for in the conditions of contract at -----------------------% (---------------------------------------------------

    Percent ) above / below estimate rates indicated in Schedule -A.

    I/we hereby agree that when works are executed by way of alterations of, addition or

    omissions and or any new items not contemplated in the bid document rates for these items derived as

    laid down in clause 110-04 Of P.S.to S.S.R.B.

    I/we here by distinctly and expressly declare and acknowledge that before the submission of

    my/our Tender, l/We have carefully followed the instructions in the Tender notice and have read

    standard specifications for the roads and bridges and preliminary specifications to standard

    specification for the roads and bridges, the specifications for the roads and bridge works of Ministry of

    Surface Transport and that l/We have made such examination of the contract documents and of the

    plans, specifications and quantities and of the locations where the said work is to be done and such

    investigation of the work required to be done and 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 l/We will not here after 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. l/We shall keep the rate of progress of work as

    stipulated in the tender notice.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    3/37

    I/we, being a registered contractor of the Highways Department enclose the certificate of

    Income Tax verification and Sales Tax Clearance Certificate valid for the current year. I / we, enclose

    herewith a Chalan No --------------------------------------------------------- dated:-------------------- For the

    payment of sum of Rupees -----------------------------------------------------------------------------------------as

    earnest money remitted at-------------------------------------------------------Treasury under revenue deposit .If

    my/our tender is accepted, the earnest money may be retained by the Department as security depositfor the due fulfillment of the contract by transferring the same to the credit of the Divisional Engineer

    Highways (C&M) Dharmapuri Division .If upon intimation being given to me/us by the

    Superintending Engineer (Highways) Salem of acceptance of my/our tender, fail to attend the said

    office on the date fixed therein, or if I /We fail to make further security deposit as may be intimated

    and enter in to the required agreement, then I/we agree to the foliature of the earnest money not as a

    penalty but in payment of liquidated damages sustained as a result of such failure.

    Address to which intimation Notice is to be sent.

    I/we fully understand that the written agreement to be entered into between melees 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 Government.

    I/we professionally qualified and my lourqualifications are given below:

    NAME QUALIFICATION

    CONTRACTOR

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    4/37

    I/we will employ the following technical staff for super vision of the work and will see that one

    of them is always present at works site personally checking all items of works and paying extra

    attention to such works which require special attention(e.g.)Reinforced concrete work etc. I /We also

    agree for the deduction of the sums indicated in the special conditions, if I/Me fail to employ the

    technical assistants.

    NAME OF THE MEMBERS OFTECHNICAL STAFF PROPOSED TO BE

    EMPLOYEDQUALIFICATION

    SIGNATURE OF THE CONTRACTOR

    Station :

    Date :

    DIVISIONAL ENGINEERHIGHWAYS ( C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    5/37

    TENDER NOTICE

    1. For and on behalf of the Governor of Tamil Nadu , sealed tenders on percentage basis at

    estimate rates or above estimate rates or below estimate rates will be received by the Divisional

    Engineer(H) (C&M) Dharmapuri at his office upto 3.00 P.M (Office clock) on 30.11.2011 for the

    work of IMPROVEMENTS TO KM 132/6 - 133/8 OF DHARMAPURI STATE HIGHWAYSROAD (OLD NATIONAL HIGHWAYS -7 (SHU.129)

    2. The tender should be in the prescribed form obtainable from the Divisional Engineer (H)

    Dharmapuri (H) (C&M) Division Upto 25.11.2011 on all working days during the office

    hours.

    3. The tenders will be opened by the Divisional Engineer (H) (C&M) at his office at 3.15 P.M as per

    the office clock, on the same day (ie) on 30.11.2011.

    4. The tenderers or their authorized agents are expected to be present at the time of opening of

    tenders The tender receiving officer will be opening each tender and initial all corrections in the

    presence of the tenderers. The tenderers shall accept the corrections with out any question

    whatsoever.

    5. Tenders must be submitted in sealed covers and should be addressed to the Divisional Engineer

    (H) Dharmapuri .The name of the tenderer and the name of the work shall be noted on the

    cover.

    6. If the tenderer is made by an individual, it shall be designed with the full name and his address

    shall be given .If it is made by a firm, it shall be signed with the co-partner ship name, by a

    member of the firm who shall also shall sign his own name and the names and addresses of

    each member of the firm shall be given. If the tender is made by a corporation, it shall be

    signed by duly authorized officer who shall produce with his tender satisfactory evidence in

    support of his authorization .such tendering corporation may be required before the contract isexecuted, to furnish evidence of its corporate existence.

    7. The tenderers who have registered in the Highways Deportment under category 2nd Class

    and above are eligible to tender for this work as already notified in the tender notice.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    6/37

    8.1 Each tenderer must send a certificate of Income Tax verification from the appropriate Income

    Tax Authority in the form prescribed there for. This certificate shall have validity for one year

    from the date of issue for all tenders submitted during the period.

    8.2 Each tenderer must also send a certificate of Sales Tax Verification issued during current year

    from the appropriate Authority.

    8.3 In case of proprietor or partnership firm it will be necessary to produce the certificate for the

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

    8.4 If the tenderer is a registered contractor in the deportment and if certificate for the current year

    had already produced during the calendar years in which the tender is made ,it will be

    sufficient if the particulars regarding the previous occasion in which the certificate was

    produced are given. However a Xerox copy of the certificates shall be furnished

    8.5 All tender received without certificate of Sales Tax Clearance are liable to be rejected.

    9.1 Each tenderer must pay as EarnestMoney Deposit a sum of Rs.34000 (Rupees

    Thirty four thousand only) In any form of a security such as (1) National Savings

    Certificate pledged in favour of Divisional Engineer (H) Dharmapuri Division and not in

    favour of Governor etc., (2) Demand Draft from nationalized scheduled bank in favour of

    the Divisional Engineer (H) Dharmapuri Division. (3) Indra Vikas Patras which have not

    matured for payment along with a covering letter giving numbers of those patras and

    also noting the name of tenderer in the back side of patras and enclosed with his tender.

    (for works with a value of above Rs.50 lakhs):

    9.2.1 The E.M.D in the shape of bank guarantee issued by approved and scheduled banks will be

    accepted. (for works with a value up to Rs.50 lakhs):

    9.2 The E.M.D will not be accepted in the shape of bank guarantee Tender with EMD in

    the shape of bank guarantee shall be rejected.

    9.3 Tenders not accompanied with the notified earnest money deposit in the acceptable form

    shall be rejected.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    7/37

    9.4 Earnest Money Deposit will be retained in the case of successful tenderer and will not carry

    any interest. It will be dealt with as provided in the tender.

    10.1 The successful tenderer will be notified by a letter sent by registered post to the address shown

    on his tender that his tender has been accepted. The tenderer shall attend the office of the

    Superintending Engineer/Divisional Engineer on the date fixed by written information to him.

    He shall forthwith upon intimation being given to him by the Superintending Engineer

    /Divisional Engineer of acceptance of his tender, sign an agreement in the proper departmental

    form for the due fulfillment of the contract. A further security deposit of Rs. 62000 (Rupees

    Sixty two thousand only)or such other sums as will be intimated to him shall be furnished

    in the shape of small savings scripts.

    (4) Kisan Vikas Patras duly pledged in favor of Divisional Engineer (H) Dharmapuri 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 National Savings Scrips, postal scrips, post office

    savings not pledged in favor of the Divisional Engineer (H) (C&M) Dharmapuri Division are

    enclosed with pledged form signed by the contractor without actually pledging ,the tender will

    be summarily rejected .The Earnest Money Deposit will be refunded to the unsuccessful

    tenderers on application after the decision on the tender is taken or at the expiration of 120

    days from the date of tender whichever is earlier. This refund will be authorized by the

    Divisional Engineer (H) Dharmapuri Division. The Earnest Money Deposit will not be receivedin cash or currency notes or cheques or bank guarantee or prize bonds or IPOS or Bank Drafts

    from nonscheduled bank. The successful tenderer should replace the E.M.D. (furnished in

    modes other than bank guarantee wherever provided for)in the form of small savings

    scrip/deposits accounts etc. duly pledged in favor of the Divisional Engineer. The tenders who

    furnish Earnest Money Deposit in the shape of Indra Vikas Patras should note their name in the

    back side of the Indra Vikas Patras and also they should enclose a letter along with their tender

    noting the Registration Number of the Indra Vikas Patras enclosed with the tender.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    8/37

    This security deposit together with the Earnest Money Deposit and the amount withheld according to

    the clause110 of the Standard specification to SSRB shall be retained as security for the due fulfillment

    of this contract. If, upon intimation bring given to the successful Tenderer by the Superintending

    Engineer(H) Salem Circle/Divisional Engineer (H)Dharmapuri Division on acceptance of his tender,

    the tenderer fails to make the further security deposit and or additional security deposit and to enter

    into the referred agreement, it will be considered as just cause for the annulment of the award of

    contract and the said earnest money referred in clause 9.1 of the tender notice shall be forfeited, not as a

    penalty but in payment of liquidated damages sustained as a result of such failure.

    10.2 The written agreement to be entered in to, between the contractor and Government shall be the

    foundation of all rights of both the parties and the contract shall not deemed to be complete

    until the agreement has first has been signed by the contractor and then by the proper officer

    authorized to enter into contracts on behalf of the Government of Tamil Nadu.

    11. The preliminary specifications to the Standard specifications for Roads and Bridges

    construction shall form an inseparable condition of the contract in all agreements entered in

    to by the contractor for execution of work for the Tamil Nadu Highways Deportment.

    12. For items of works in buildings and structure not structure by the specifications relevant items

    from Tamil Nadu Building Practice, National Building Code as amended from time to time

    shall apply.

    13. The tenderer shall examine closely the SSRB, MOST and TNSP and also the Standard

    preliminary specifications to SSRB contained there in before submitting his tender which shall

    be for finished work in site. He shall also carefully study the drawings and descriptive

    specification and supplementing Schedule -A and all documents which, form part of the

    agreement to be entered in to by the accepted tenderer. It shall not be necessary to append these

    Standard specifications and codes with the bid documents and they shall be deemed to be

    inseparable pat of bid document and agrc3m8nt to be entered into.

    14. The tenderer's attention. is directed to the requirements of materials under the clause "Materials

    and the Workmanship "in the preliminary specifications, Materials conforming to the British

    Standard Specification, or Bureau of Indian Standard and Indian Road Congress shall be used

    in the work and the Tenderer shall quote his tender percentage accordingly.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    9/37

    15.1. Every tenderer is expected before quoting his tender percentage to inspect the site of the

    proposed work. He should also inspect the quarries and other sources of materials and satisfy

    himself about the name of quarries, Kilns etc., where from certain materials are to be obtained

    as given in the descriptive specification sheet.

    15.2. The best class of materials to be obtained from quarries and other sources designated shall be

    used on work. In every case the materials must comply with the relevant Standard

    specifications. Samples of materials as called for in the Standard specifications or in the tender

    notice or as required by the Divisional Engineer (H) in any case shall be submitted for the

    Divisional Engineer's approval before the supply to the site of work is begun.

    16 The Government will not however, after acceptance of the tender ,pay and extra lead or for any

    other reasons in case the contractor is found later on to have misjudged the quality or quantity

    of materials available .Attention of the contractor is directed to the Standard Preliminary

    specification regarding payment of Seignior age, tools etc.,

    17. The tenderers particular attention is (drawn to the sections and clauses in the Standard

    Preliminary specifications dealing with:

    1. Test inspection and rejection of defective materials of work,2. Carriage,3. Construction plants,

    4. Water and lighting, 5. Clearing up during progress and for delivery, 6. Accidents, 7. Delays. 8.

    Particulars of payments.

    17.1 The tender should closely peruse all the specification clauses which govern the rates for whichhe is tendering.

    18. A schedule of quantities with estimate rates accompanies the tender document. It shall

    be definitely understood that the Government does not accept any responsibility for the

    correctness of completeness of quantities in the schedule and that this schedule ofquantity is liable to alterations, omissions, deductions, additions at the discretion of the

    Divisional Engineer (H) Dharmapuri Division or as set forth tender percentage, with

    reference to the departmental estimate rates indicated in Schedule-A.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    10/37

    19. The tenderer shall quote in the tenders the over all percentage with reference to the

    estimate value at which he will undertake to do the whole work subject to the

    condition of contract. The tender percentage shall be written legibly and free from

    erasures. Over writings or conversions of figures, corrections where unavoidable

    should be made by crossing out, initialing dating and rewriting.

    20. Tenders not submitted in proper form or with in due time will be rejected. Lump sum

    amount for items not called for shall not be included in the tender. No alteration which is

    made by the tenderer in the tender or the condition of contract, the drawing ,specifications or

    quantities accompanying the same will be recognized if any such alterations are made, the

    tender will become invalid.

    21. The attention to the tenderers is dawn to the contract requirements as to the time of

    commencement of work. The rate of progress and the dates for completion of the whole

    work and the several activities shall be as indicated below. The date of commencement of

    this programme will be the date on which the site(premises)is handed over to the contractor.

    The time fixed for completion of the entire work shall be 90 days.

    PROGRAMME FOR COMPLETION OF WORK:

    SI.NoPeriod( cumulative from the date of handing over

    the site)Milestone fixed for

    completion

    Separate Sheet Enclosed

    22. No part of the contract shall be sublet without written permission of the Divisional Engineer (H)nor shall transfer be made.

    23. If any further information is required the Divisional Engineer (H) Dharmapuri Division will

    furnish such information but .it must be clearly understood that tenders must be fully in order

    and according to instructions.

    24. The Divisional Engineer (Highways) or other competent authority reserves the right to reject

    any tender or all the tenders without assigning any reasons therefore.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    11/37

    25. The tenderer submitting the quotation which the tender accepting authority considers excessive

    or indicate of insufficient knowledge of current prices or definite attempt at profiteering, will

    render himself liable to be debarred as the accepting authority may decide. The percentage

    should be based on the controlled prices under the provision of clause 6 of the hoardings and

    profiteering Preventive Ordinance 1943 as amended from time to time and similar principle in

    regard to labour and supervision in the constructions.

    26. A statement giving brief particulars of equipment's and resources that will be but at the

    disposal in respect of the following classifications should accompany the tender.

    a. Equipment Transport for materials Lorries concrete mixers etc.

    b. Organization 1.Technical, 2.Unskilled,

    3. Skilled

    c. Methods that will be accepted to speed up the work for the entire completion

    with in the prescribed time.

    27. No foreign exchange would be released by the Government for the purchase of plant and

    machinery for the work.

    28. The tenderer shall also submit the detailed working drawings with Sequence of construction

    required for each stage of work regarding foundation, substructure and superstructures. The

    tenderer shall submit list of machineries required the source and availability.

    29. The contractor's quoted tender percentage shall be inclusive of all taxes duties, fees, tools,

    insurance, contribution to labour welfare fund others if any which he has to pay to the

    Government and other bodies as the concerned laws would require.

    30. The levels furnished in the plan are based upon the investigation done by the deportment .IF

    there are any change in levels, water levels etc. during actual execution, the contractors are

    bound to accept them and they are not eligible for any extra claim for such change in levels etc.

    31. The tenderer must submit a detailed specification of materials and the tests to be conducted to

    ensure the quality of materials proposed to be used in the construction.

    32. The traffic will be allowed in the diversion road during execution if necessary and for which

    separate payment will not be made.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    12/37

    32.1 The contractor should make traffic barricading providing danger lights and other such

    arrangements for the safety of the traffic during execution at his cost.

    32.2 The contractor should make his own arrangements to form and maintain the diversion or

    approach road for the conveyance of materials to the work spot at his cost and the deportment

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

    33. The validity of tender should be for 90 days from the date of Tender.

    34. THE TENDERER SHOULD QUOTE THEIR TENDER PERCENTAGE BOTH IN WORDS AND

    FIGURES CLEARLY IN THE TENDER FORM ON LY.

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    13/37

    SCHEDULE 'A'

    SCHEDULE OF RATES AND APPROXIMATE QUANTITIES

    1. The quantities here in given are there upon which the estimate cost of the work is based ,but

    they are subject to alteration s ,omissions ,deductions or addition as provided for in the

    conditions of this contract and do not necessarily show the actual quantities of work to be done.

    The units rates indicated will be modified after applying the tender percentage either above or

    below estimate rate and shall govern payment for extras or deductions for omissions according

    to the conditions of the contract, as set forth in the preliminary specifications of the standards

    specifications for roads and bridges with the MOST specifications of this contract.

    2. It is to be expressly under stood that the measured work is to be taken net (not with standing

    any custom or practice to the contrary) according to the actual quantities. when in places and

    finished according to the drawing, or as may be ordered time to time by the Divisional Engineer

    and the cost calculated by measurement or weight at the respective prices, with out any

    additional charge for any necessary or contingent work connected here with .The rates quoted

    are for works in situ and complete in every respect.

    3. The description given in schedule -A are to indicate the item of work only and need not to be

    constructed as full specification .The quoted rate shall be for carrying out the item as per

    standards and specifications described in the relevant MOST specification .The contractor shall

    take no advantage of any apparent error or omission in the schedule-A description.

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    14/37

    SCHEDULE 'B'

    - NIL -

    SCHEDULE 'C'

    1. DESCRIPTIVE SOURCE OF MATERIALS AND LEAD STATEMENT.

    2. DESCRIPTIVE SPECIFICATION REPORT OF THE WORK

    2. CONDITION FOR RATE OF PROGRESS.

    3. SPECIAL CONDITION.

    4. SPECIAL CONDITION FOR CENTRAL MIXING PLANT SITE

    5. SPECIAL CONDITION FOR CALIBRATION CENTRAL MIX PLANT

    6. SPECIAL CONDITION FOR WORKS INVOLVING CENTRAL MIXING PLANT AND

    PAVER FINISHER

    7. SPECIAL CONDITION FOR WET MIX MACADAM

    8. CONDITIONS FOR CLAIMS OF CONTRACTOR ON ACCOUNT OF LOSSES DUE TO

    UNPRECEDENTED FLOODS AND OTHER ACTS OF GOD

    9. SPECIAL CONDITION OF CONTRACT.

    10. COMMERCIAL CONDITION.

    11. SCHEDULE - D

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    15/37

    DESCRIPTIVE SPECIFICATIONS

    Sl.No

    Description of materials Name of Quarry Reach in KMLead in

    KM

    1All size of IRC & ISS Metal

    Quarry at KM 16/8 of

    Nallampalli Papparapatti(Via) Indur Ganapatti roadCMP Site at KM 133/2 ofDharmapuri State Highwaysroad ( Old National Highwaysroad -7)

    132/6 133/8 18.00

    2 Gravel Average lead 132/6 133/8 5.00

    3

    Bitumen 60/70, 80/100 Manali, Chennai 132/6 133/8 319.00

    Bitumen emulsion Irunkattukottai, Chennai 132/6 133/8 270.00

    RATE OF PROGRESS

    Name of Work : IMPROVEMENTS TO KM 132/6 - 133/8 OF

    DHARMAPURI STATE HIGHWAYS ROAD (OLD NATIONAL

    HIGHWAYS -7 (SHU.NO.129)

    1st Month : Preliminary works and advance patches using 45 mm IRC should be completed.

    Providing and laying tack coat over existing BT surface using 2.50 Kg / 10 M 2

    should be completed.

    2nd Month : Providing and laying Dense Bituminous Macadam should be completed. Tack

    coat over DBM surface using 2.00 Kgs / 10 M 2 should be completed.

    3rd Month : Providing and laying bituminous Concrete should be completed supply and

    filling gritty gravel for making up berms should be completed. All works should

    be completed in all respects.

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    16/37

    SPECIFICATION REPORT TO THE ACCOMPANY THE ESTIMATE FOR THE WORK OF

    IMPROVEMENTS TO KM 132/6-133/8 OF DHARMAPURI STATE HIGHWAYS (OLD

    NH-7) (SHU-129)

    Estimate Amount: Rs.50.00 Lakhs

    Name of Work :

    Improvements to Km 132/6-133/8 of Dharmapuri State Highways (Old NH-7)

    Scheme and Authority:

    Administrative sanction for this work has been accorded for Rs. 50.00 Lakhs under

    Comprehensive Road Infrastructure Development Programme 2011-12 scheme vide Go.Ms.No. 119

    Highways and Minor Ports (HN2) Department Dated 24.10.2011.

    Location and Classification:

    Dharmapuri State Highways is a State Highways . This road starts at Km. 132/300-148/150. The

    total length of the road is 15.85 KM . This road is maintained by Dharmapuri Highways Sub Division of

    Dharmapuri (H) Division.

    Importance and Necessity:

    Proposed stretches are passing through built up area and all the incoming and outgoing

    vehicles to Dharmapuri town use only this road. Many central and state government offices, Medical

    college and Medical college Hospital, many Private hospitals and nursing homes, government and

    private schools, two TNSTC bus depots, TNSTC regional office, marketing centers, fourteen

    commercial banks, automobile show rooms and workshops, hotels and lodges, fuel stations and many

    cinema and marriage halls are located on either side of the this road.

    Details of Last Renewal:

    The stretch from Km 132/6-133/8 was last renewed during 2005-06 under Special Repairs.

    Need for Improvements

    In the proposed stretch from Km. 132/6-133/8 the surface is worn out in many places. Many

    patches, pot holes and sunken portions are developed in this stretch and affect the smooth flow of

    traffic. Therefore it is necessary to improve this stretch to restore free flow of traffic.

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    17/37

    The existing riding surface shows distressed sign such as raveling, formation of ruts, cracks,

    deep pot holes & stray patches etc. So the road users felt uncomfortable journey in this stretches. Also

    vehicle operating cost becomes very high. In view of the above said reasons it is necessary to renew the

    surface with the provision of 50mm DBM for 210m & 40mm BC for entire stretches as per the

    guidelines. The existing carriage way was renewed during 2005-06

    Existing condition of the road :

    The wearing course of the existing BT surface is BM & SBC. The existing carriageway has a

    width of 10.00. and formation width is 18.00M. At KM 132/6-133/8

    Stretch ExistingLanewidth

    Gravel WBM BituminousSurface

    Soil type FormationWidth

    132/6-133/8 10.00 0.15 0.15 75 mm Gravelly soil 18.00

    TRAFFIC CENSUS

    CensusPoint

    StretchesInfluenced

    Year ofcensus

    Commercialvehicle per day

    Period ofcensus

    PCU

    137/2 132/6-133/8 2010-11 3450 Peak 50804

    FOR IMPROVEMENTS PORTION DESIGN

    The wearing course of the existing Bt surface is Bituminous Concrete and therefore it is

    proposed to provide 40 mm BC with 50 mm DBM as the surface is distressed with sunken portions,

    ruts, cracks and patches to improve the riding quality of surface. As the percentage of cracks is between

    10% and 20% and existing pavement thickness is above 300 mm, 50 mm DBM (Equivalent to 75 mm

    BM) and BC are proposed vide MORTH guidelines for improvements to riding quality vide circularNo. RW/NH 33044/10/2000 SGR Dt. 26.09.2002.

    The existing riding surface has the roughness index (RI) Value 7300 mm, mm / Km. As the

    Crust Thickness is more than 300 mm and the roughness Index Value (RI) value of the existing riding

    surface is more than 3500 mm / Km. From the above Condition the following provisions are made for

    the improvement of Riding Surface.

    The existing riding surface crust thickness is 375mm, cracks are less then 10% and undulation is

    around 7300 mm/km.

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    18/37

    PROPOSAL FOR IMPROVEMENTS

    It is proposed to make up the damaged portions and port holes are rectified with advance

    patches. Then DBM is provided for damaged portion of 210m and BC will be provided for the entire

    width and length of the road. For easing DBM portion on either side of the road, DBM for 60cm has

    been provided.

    IN Km 135/4-138/4 of three stretchers is improved with DBM & BC of 50mm & 40mm thick of

    the same road. Hence DBM is provided in damaged portion is BC to provided for entire portion

    (stretch).

    The gritty gravel has been provided on both sides from 5 km lead because the entire road runs

    through block cotton soil area and fertile land. The entire roads lies in the centre of the town and the

    gravel is to be conveyed from minimum lead of 5 Km only

    Sl.No Strech Binder Wearing course

    1. Km 132/6-133//8 DBM 50mm (210m) BC 40mm

    Provisions

    Following Provisions are made in this estimate.

    1. Providing Advance patches work for making up the undulation in existing BT surface

    2. Providing tack coat using 2.5 Kg of emulsion bitumen as per 502.3.2 of MORT & H I re-

    vision 1978

    3. Providing Dense Bituminous Macadam 50mm thick using 60/70 grade bitumen as per

    cl.507 of MORT & H IV revision

    4. Providing tack coat over DBM surface using 2 Kg of emulsion bitumen as per 502.3.2 of

    MORT & H I revision 1978

    5. Providing Bituminous Concrete of 40mm thick using 60/70 grade bitumen as per

    Cl.508 of MORT&H IV revision.

    6. Supply and filling of Gritty Gravel with an average 1Km lead

    Rates:

    Current schedule of rates for PWD and Highways Department for the Year 2011-12 has been

    adopted for preparing the Estimate.

    Contractor Divisional EngineerHighways (C&M) Dharmapuri

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    19/37

    SPECIAL CONDITIONS

    On evaluation of the tender if it is found that the over all quoted amount of the Tender

    under Consideration is less by 5 to 15% of the Estimated Amount the contractor should pay an

    additional security of 2% of the estimated Value if the Tender discount is more than 15% the

    contractor should pay an additional security at 50% of the difference between the quoted

    amount and estimated amount. Failure to furnish the additional security as mentioned above

    which executing agreement shall entail cancellation of award of contract and forefeiture of

    E.M.D.

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    20/37

    SPECIAL CONDITIONS

    1. The quoted percentage implies and inclusive of the rates for all item including cost and

    conveyance of all materials, labour charges, hire charges for all tools and plants etc. Payment of

    duties and taxes leviable, insurance and any incidental service extra.2. The work should be carried over as per SSRB and MORT&H and other specification issued

    from time to time by the higher authorities.

    3. Quality control should be maintained during execution of work at every stage. The contractor

    should afford necessary facilities to the departmental Officer to Conduct necessary test at the

    site during execution, all expenses connected there with shall also be borne by the contractor.

    4. The sub base material should be tested for its suitability in accordance with C.L 401 of MORTH

    revision IV from Highways Research Station or any other reputed institute and get it

    approved by the component authority before executed by the contractor at his cost.

    5. If there is any change in material or composition no extra will be paid. The contractor has to get

    the design mix approved to give designated CBR without any extra cost.

    6. All the contemplated in the tender or for the work to be carried out as per MORTH IV

    revision. Specifications only for semi dense Bituminous concrete the work has to be done as per

    clause 508 of MORTH specification and the said the specification require necessary mix design

    based on the quality of materials proposed by the contractor to be used for the work. Therefore

    necessary job mix formula is to be obtained by the contractor from the competent authority of

    Highways research Station / Indian Institute of Technology / Regional Laborites / Government

    Engineering colleges / Aided Engineering Colleges / Research institutions.

    7. The Contractor is bound to get the job mix formula from H.R.S at their cost and to do the work

    based on the test results as given by the Highways research station as directed by the Engineer

    in charge. The tenderer final amount included expensed towards the above said mix formula

    and no fluctuation or variation from the quoted rate is admissible for doing this item of works

    as per job mix formula.

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    21/37

    CONDITIONS

    1. Attention of the contractor is directed to the standard preliminary

    specification regarding payment seighnorage tools etc.,

    2. The contractor should take risk insurance at their cost against losses due

    to un presented flood and other acts of God (G.O.Ms.No.620/PWD/ Dated

    : 22.07.1978)

    3. Income tax will be recovered from the contractors bill as per rates in force

    4. For the works Executive Engineer PWD and MDSS wherever occurring

    this agreement should be read s Divisional Engineer, Highways and SSRB

    respectively

    5. Not with standing the failure of the contractor to comply with the

    notice served on him under PS 109.05 (a) herein, the Engineer shall

    permit the contractor to proceed with the work in conformity with the

    contract. Such permission shall carry with it the forfeiture of a sum

    money as penalty. Calculated at 5 % of shortfall of that particular mile

    stone (G.O.Ms.No.281 Highways & Minor ports Department (HF-1) Dated

    : 13.09.2010)

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    22/37

    SPECIAL CONDITION FOR CALIBRATION CENTRAL MIX PLANT

    Before commencing the item of bituminous work, the contractor should

    obtain the CALIBRATION CERTIFICATE regarding the quality and outturn

    capacity of the CMP unit from a reputed company for the good status of CMP

    (Calibration of Central Mix plant) unit and other plants like paver, etc, which

    are using in site during the progress of Bituminous work and furnish the same

    of the quality control unit officials for record the fact in the Register

    maintained in the work site for confirmation .

    The special condition included in the tender document as per the

    instruction of THE DIRECTOR GENERAL, HIGHWAYS, CHENNAI in Memo

    No.4684/DG/Quality control/2011-4/ Dated : 07.04.2011.

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    23/37

    SPECIAL CONDITION OF CONTRACT

    The special conditions here in under shall have the meaning and indent out lined in clause 107

    05 of P.S. to S.S.R.B the contractors quoted rate shall be inclusive of all the elements and costs required

    to comply with them. the special conditions comprise of two parts viz.1) technical specification and II )

    Commercial conditions.

    1. TECHNICAL SPECIFICATION

    General

    The entire works as described in scope of work ( General conditions of contracts ) shall be

    done in accordance with the specifications for the road bridge works. fourth revision - 2001 and the

    corrigendum published at new by Indian Roads congress on behalf of Government of India Ministry ofroad Transport and Highways and shall be deemed to be bound in to this document and becomes part

    and parcel of the agreement.

    in the absence of any definite provisions on any particulars issue in the aforesaid specification,

    reference may be to the latest IRC codes of Practice, is specifications and SSRB in the order, where even

    these are silent. the construction and completion of the works shall conform to mound engineering

    practice and in case of any dispute arising out of the interpretation of the above. the decision of the

    Engineer in 0 charge shall be final and binding on the contractor. These shall be deemed to be bound

    to this document and becomes part and

    Part I General Specifications

    Part I shall comprise the Specifications for road Bridge works IV Revision 1995 and the

    corrigendum publish at New Delhi by Indian Road Congress on behalf of Government of India,

    Ministry of surface transport (Road Wing) and shall be deemed to be bound into this document and

    becomes part and parcel of the agreement.

    Part II Supplementary specifications

    Part II shall comprise various substitute. modified and additional clauses to the specifications

    for road and Bridge Works referred in Part I (to cover aspects of the particular works not covered by

    the same ) and accordingly the said specification so amended shall form part of the contract.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    24/37

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    25/37

    SPECIAL CONDITION FOR CENTRAL MIXING PLANT SITE

    1. The Central Hot Mix Plant (20 /30 TPH & above ) and its accessories Including paver

    finisher should satisfy as laid in MORTH specification for road bridge work (Fourth Re-

    vision).

    2. No foreign exchange will be made available to the contractor for the purchase of Tools

    and Plant for the work.

    3. The Central Hot Mix Plant site should be located within the radius of workable dis-

    tance from the work site.

    4. Necessary arrangements should be provided by the contractor to conduct necessary

    quality control test for the materials to be used on the work at contractors expenses

    and the rate quoted are inclusive of all such expenses etc.,

    5. The Central Mixing Plant site should not be change until all the works are completed.

    6. The Power consumption charge and land taxes etc., and other related expenses in re-

    spect of Central Mixing Plant site should be borns by the Contractor himself and no

    separate rates will paid for.

    7. Necessary risk insurance should be taken up by the contractors for his expenses be-

    fore commencement of work. The copy of the risk insurance policy should be produced

    to the Engineer-in-charge.

    8. The contractor should allow the departmental Engineers and also their subordinates

    and to tender necessary assistance at Central Mixing Plant site for carrying out their

    legitimate duties at any time

    9. Traffic Rules and Regulations should be strictly and adhered while transporting the

    mixer to the work spot by the Contractor and his employee.

    10. Necessary cautionary board and sign board should be displayed by the Contractor at

    the appropriate places in respect of Central Mixing Plant site and also at worksite.

    11. If any unforeseen incidental charges in respect of Central Mixing Plant site or to his

    materials, this department will not responsible in any way for the same.

    CONTRACTOR

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    26/37

    SPECIAL CONDITION FOR WORKS INVOLVING CENTRAL

    MIXING PLANT AND PAVER FINISHER

    1. The Bituminous Macadam and semi dense concrete work is to be Executed us-

    ing Central Mixing Plant, Paver Finisher Vibratory Road Roller confirming to the

    MORTH specifications for road and bridge works (IV-Revision) with all added

    and corrigenda thereto.

    2. The tenders of the Contractors who are having own Central Mixing Plant and

    Paver Finisher alone will be considered.

    3. The tenders shall produce satisfactory eceidence regarding the ownership of the

    of the Central Mixing Plant and Paver Finisher and furnish copies of purchase

    documents along with their tender.

    4. The tender of such of those tenderes who do not posses Central Mixing Plant

    and Paver Finisher and who do not produced necessary documents evidence in

    support there of will not be considered and shall be summarily rejected.

    5. The tender inviting authority reserves the right to assess the capacity of the

    tenderer and also past performance and reject the tender, if otherwise not satis-

    factory.

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    27/37

    SPECIAL CONDITION FOR WET MIX MACADAM

    The Wet Mix Macadam (WMM) work should be executed with the Tools and

    Plants as specified in the MORTH specification

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    28/37

    COMMERCIAL CONDITIONS

    1.1 Steel and cement will not be supplied by the department. This contractors have to procure the

    same and use it on the work.

    1.2 steel conforming to standards and specifications shall be procured.

    1.3 The cement should be procured in lot of from the authorized Dealers and should not be pur-

    chased locally in placement.

    1.4 The contractors have to produce the test Certificate conforming to is and other accepted codes

    and standards on support of the quality procured. if the materials are found to be sub standard

    or not conforming to the prescribed test standards, the same will be rejected without any claim

    for damages whatever

    1.5 The quoted rate shall be inclusive of cost of steel and cement conveyance , handing and storage

    charges and other requisites as contained in clause 1033 04 OR Ps to SSRB

    II.1 The bitumen and bitumen emulsion required for use in the work not be supplied by the

    department.

    II.2 The contract has to procure the bitumen of appropriate grade and emulsion as per specification

    required for the items of work as per standard specification and use it on the work

    II.3 The quoted rate shall be inclusive of cost of bitumen, bitumen emulsion conveyance, handling

    and storage charges and other requisites as contained in clause 103 04 Or Ps to SSRB

    II.4 All the requisite tests to ensure quality of bitumen have to be carried out. before acceptance and

    certified

    3. The contractor shall be responsible to make good and remedy at his own coat and 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 if by registered post before the expiry of period of 36 (Thirty Six)

    Months hereinafter referred to as defects liability period ) from the completion of whole of the

    work, for major like formation of road including metalling ands black topping.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    29/37

    4.2 In case of works like resurfacing of the existing roads and block topping, the defect liability

    period shall be 6 (six) months.

    4.3 In the event of contractor failing to rectify the defect or damages within the period specified by

    the Engineer in charge in his notice aforesaid, the Engineer in charge may rectify or

    remove and re execute the work and / or remove and replace with other materials or articles

    complained of s the case may be, by or other means at the risk and expenses of the contractor

    4.4.1 At the time of making final payment for Major works like formation of road including metalling

    and block topping 2 % of the total value of work done shall be retained by the department.

    This amount will be refunded to the contractors on the expiry of the TWO YEARS reckoned

    from the date of completion of work provided that the contractor execute an indemnity bond

    for a further period of THREEYEARS indemnifying the Government against any loss or ex-penditure incurred to rectify any defect noticed due to faculty workmanship by the contractor

    of substandard materials used by the contractor.

    4.4.2 In case of works like resurfacing of the existing roads and block topping the amount will be re-

    funded to the contractor on the expiry of six months from the date of completion of work.

    4.5 Making final payment shall not discharge or release the contractor from his responsibilities

    and liabilities under the contract.

    5. in case, when the departmental tolls and plants are hired to the contractor in places of work

    where the standard schedule of rates of public works. Department allow extra special tract

    percentage, the hire charges will be enhanced by the corresponding extra percentage and

    recovered from the contractor

    6. Without limiting his obligations and responsibilities under the contract, the contractor shall

    insure in the joint name of the Government and the contractor against all loss or damage from

    whatever cause (other than the expected risks) for which he is responsible under the terms of

    contracts and in such a manner that the Government and the contractor are covered during the

    period of constriction of the works and defects liability period for

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    30/37

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

    time.

    ii) The materials, constructional plant and other things brought to site by the contractor to

    the full value of such materials, constructional plants and other things

    7. Any amount due from the contractor which has failed to remit after the notice from the

    Engineer shall be caused to be recovered under Tamil Nadu Revenue Recovery Act as if it was

    an area of land revenue.

    8. The tenderer who are themselves not professionally qualified shall undertake to employ

    qualified Technical men at their cost to look after the work according to the scale included

    below, incase, 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 the under take to employ technical assistants required by

    the department as specified in the schedule below for the work, In the case of 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 work

    while the work is in progress personally checking all the items of works and paying extra

    attention to such work as may demand special attention. (ie) bituminous courses RC etc.

    Above Rs.5.00 Lakhs upto Rs.10.00 lakhs

    One B.E Civil (or) equivalent Degree holder

    with three years experience in civil Engineering

    (or) not less than one retired Sub Divisional

    Officer / Assistant Executive Engineer (or)

    Assistant Divisional Engineer.

    Above Rs. 10.00 Lakhs :upto Rs.25.00 Lakhs

    One B.E Civil Engineering with three years

    experience (or) One Retired Sub Divisional

    Officer plus One diploma holder in CivilEngineering or two Diploma holders in civil

    Engineering with three and five years

    experience respectively

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    31/37

    Above Rs. 25.00 Lakhs upto Rs.50.00 Lakhs

    One B.E Civil (or) equivalent Degree holder with

    three years experience (or) not less than one retired

    Sub Divisional Officer / Assistant Executive

    Engineer plus two diploma holders in civil

    engineering or two retired Junior Engineer.

    (ALTERNATIVE)

    One B.E Civil (or) equivalent degree with three years

    experience (or)not less than One retired Sub

    Divisional Officer and one more B.E (Civil) or

    equivalent degree holder.

    Above Rs.50.00 Lakhs

    Two B.E., (Civil) or equivalent degree holder with

    three years experience not less than tow retired sub

    Divisional Officer / A.E.E plus four Diploma holders

    in Civil Engineering or Four retired Junior

    Engineers.

    If the tenderer fails to employ technical men as indicated above for the works, penalty shall be

    Levied during the period of such non employment of the technical men.

    A Penalty of Rs. 5000/- per month for Diploma holder and rs.10000/- per month for degree

    holder be levied in case of default on the part of the contractor is following norms mentioned above.

    Notes :

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

    the site of work for checking of all the items of work and paying extra attention to such works as may

    demand extra special attention (ie) bituminous courses, reinforced concrete work etc. he should employ

    the technically qualified men (as) prescribed foe the work. It will not be incumbent on the par to the

    contractor to employ technical Assistant / Assistants when the work is kept. in absence due to valid

    reasons and if during such period ion the opinion of the Divisional Engineer (H) the employment of

    Technical Assistants is not required for the due fulfillment of the contract.

    9. Income Tax at 2 % of the bill amount will be recovered from all interim bills and final bill of the

    contractor or such rates which the government may be notification fix from time to time.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    32/37

    10. VAT Tax 4% of the bill amount will be recovered from all interim bills final of the contractor or

    such rates which the Government may by notification fix from time to time.

    11. The Contractor will have to pay penalty to the Telecom Department if damaged is caused by hi,

    to the loss incurred by the Telecom Department for the said damage.

    12. Recovery at 0.30 % of the estimated value of the contract will be made from the contractors bill

    or at such rates. The Government may be notification fix from time to time towards TamilNaduManual workers welfare reference to the Tamil Nadu Manual workers ( Regulation of employ-

    ment and condition of work) Act 1962.

    13. In case of any dispute of difference between the parties to the contractor either during the

    progress or after the completion of work or after the determination abandonment of the contract

    or any matter arising there under and if the claims value exceeds Rs. 2.00 Lakhs (Rupees two

    Lakhs only) the same will be settled by filing a Civil suit before a civil court having jurisdiction

    for decision. if any the claims monetary value is less than Rs.2.00 (Rupees two Lakhs only) the

    dispute shall be referred foe arbitration to a sole Arbitrator. The Superintending Engineer (NH)

    Thiruunelveli Circle or his successor in his office shall be the Arbitrator for this purpose. The ar-

    bitration proceedings will be Governed by arbitration and Conciliation Act 1996.

    14. In the event of the work being transferred to any other Division or Circle. The Divisional Engi-

    neer or Superintending Engineer who will be in charge of the Division or Circle having jurisdic-

    tion over the work shall be competent to exercise all the powers and pervillages reserved in

    favour of the Government.

    15. The Contractor should 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 black

    listed for 3 years.

    16. PROTECTION AND RESTORATION OF PROPERTY

    As per clause 108 08 of PS to S.S.R.B the contractor has to resolve a property such as wires,

    cables, water pipes, meters and accessories conducts, etc., damaged during execution at his

    expense within 48 Hours from the notice given in writing and the Engineer any proceed as may

    be deemed necessary protecting the interests of the Department.

    17. SAND GRAVEL MIX WORK

    For the involves sand Gravel Mix, the mix ratio sand, Gravel aggregate or quarry fines, the mix

    has to be got designed from H.R.S (or) any other reputed institution at contarctor`s cost and

    approved by the competent authority before proceeding with the work. If there is any chance in

    the materials in higher side no extra amount will be paid.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    33/37

    CONDITIONS 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 of their cost against

    any losses due to damage of nature calamities like unprecedented floods, cyclone, fire,

    lighting, earth quakes, volcanic eruption and other convulsion of nature.

    The Government will nor be responsible for such losses and the Government is not

    liable to pay any compensation towards such losses sustained by the contractor.

    From commencement to completion and upto the expiry of observation period, the

    work shall be under the charge and care of the contractor and the contractor shall be take full

    responsibility for the care thereof and taking precautions to prevent loss or damage and shallbe liable for any damage or loss that may happen to the works or any part including the

    departmental tools and plant thereof from any cause whatsoever and shall at his own cost

    repair and make good the same so that at completion any 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 pf Engineer.

    (G.O.Ms.No. 620/TD/ dated 27.7.1978 and amendment issued in G.O.Ms.No.742/TD/dated 27.06/1983)

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    34/37

    SCHEDULE - D

    Applicable to all cases of works other than those relating to roads, channels and canals where aminimum of fifty workers are employed.

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

    The contractor's special attention is invited to clause 108-11 of the P.S to S.S.R.B and he isrequested to provide at his own expenses the following to the satisfaction of Divisional Engineer.

    1. FIRST AID

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

    2. DRINKING WATER

    A. Water of good quality fit for drinking purposes shall be provided for the workers on the scale ofnot less than 3 gallons per head per day.

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

    C. Every water supply storage shall be at a distance of not less than Sum from any latrine drain orother sources of pollutants

    D. Where water as to be drawn from an existing well, which is within such proximity of any latrinedrain or other sources of pollutants .The well shall be properly chlorinated before water isdrawn from it for drinking .AII such wells shall be entirely closed and provided with a trapdoor which shall be dust and water proof.

    E. A reliable pump shall be fitted to each inner well. The trap door shall be kept locked andopened duly for inspection and cleaning which shall be done at least once a month.

    3. WASHING AND BATHING PLACES

    Adequate washing and bathing places shall be provided separately for men and women .Suchplaces shall be kept clean and well drained .Bathing and washings should not be allowed nearby anydrinking water well.4. LATRINES AND URINALS

    There shall be provided within the promises of every work site ,latrines and urinals inaccessible places and the accommodation separately for each of them shall be on the following scale oron the scale directed by the Divisional Engineer in any particular case.

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

    B. Where the No. of persons employed exceeds 50 but does

    not exceed 100. 3 seats

    C. For every additional hundred 3 seats

    If women are employed separately, latrine and urinals screened from those for man shall beprovided on the same scales .Except in work site provided.

    Contractor

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    35/37

    with water flushed latrines connected with a water borne sewage system all latrines shall beprovided with receptacle on dry earth system which shall be cleaned at least four times daily and atleast twice during working hours and kept in a strictly sanitary condition, the excreta from the latrinesshall be disposed off at the contractor's expenses in out work pits approved by the local public healthauthority. The contractor shall also employ adequate number of scavengers and conservancy staff tokeep the latrines and urinals in a clean condition.

    5. SHELTERS DURING REST

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

    6. CREACHES

    At every work site at which 50 or more women workers are ordinarily employed there shall beprovide two huts of suitable size for the use of children under the age of five years belonging to eachwomen (one hut shall be used for infants, games and play and the other as their be room).The hutsshall not be constructed on a standard not lower than the following.

    1. Thatched roof

    2. Mud floors and walls

    3. Planks spread over the mud floor and covered with matting.

    The use of the huts shall be restricted to children their attendants and mother of the children.

    7. CANTEENS

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

    considered expedient.

    8. SHEDS FOR WORKERS

    The contractor shall provide at his own expenses sheds for hosing the workers. The shed shallbe on a standard not lass than cheap shelter type to live in which the workers in the locality areaccustomed .A floor area of about 6'x5' for two person shall be provided. The sheds are to be in a rowwith 5' clear space between sheds and 50' clear space between rows if conditions permit. The workerscamp shall be laid but in units of 400 persons each unit of area clear space of 40' on each side. On

    completion of the work the contractor should dismantle the temporary hut and remove the same at hiscost and no labour or huts allowed to continue

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    36/37

    INSTRUCTIONS TO TENDERERS REGARDING

    TENDER FORMS DOWNLOADED FROM INTERNET

    1. Tender documents are to be down loaded form and printout is to be taken of A4 size paper anddetails are to be entered by the tenderer at the various locations in the document. It is advisablethat the down loaded tender document to be printed through laser printer only. Submission of

    Xerox or photocopy of tender document is prohibited.

    2. This tender document (in full) downloaded along with the various documents required besubmitted as per the tender conditions in a sealed cover duly subscribing with the name of thework, tender notice no and date, submission of tender downloaded from the Internet etc, andthe same should be dropped in the tender box kept in the office of Special Chief Engineer (H) /Divisional Engineer (H) before the date and time stipulated in the tender document.

    3. The earnest money deposit required for this work as stipulated in the tender document also tobe submitted separately.

    4. Tenderers are advised to downloaded tender documents well in advance and submit thetender before the stipulated time. It is the responsibility of the tenderer to check and correctionor any modifications published subsequently in Website and the Tenderer shall take a printoutof the Corrigendum (if any) and sign the same and should attach to the main tender document.Tender documents unaccompanied by the published corrigendum will be liable for rejection.The Highways will not be responsible for any postal delays/delay in downloading of tenderdocument from the internet.

    5. Tenderers are free do download tender document at their own risk and cost, for the purpose ofperusal as well as for using the same as tender document for submitting the offer. Master copyof the tender document is available in the office of Divisional Engineer (H) concerned. After

    award of work an agreement will be drawn up. The agreement will be prepared based on themaster copy available in the above mentioned office and not based on the tender documentsubmitted by the tenderer. In case, any discrepancy between the tender document downloadedfrom the internet and the master copy, the latter shall prevail and will be bindingon thetenderer. No claim on this amount will be entertained.

    6. If any change / deletion is made by the Tenderer and the same is detected at any stage evenafter the award of the tender, his full earnest money deposit will be forfeited. In addition, thetenderer is liable to be prosecuted as per the law or banned from doing business with HighwaysDepartment.

    7. I / We here by accept the above instructions and I / We will furnish a declaration for the abovewith the Tender document.

    8. Any clarifications required and any further details or drawings required for this work pleasecontact Concerned Divisional Engineers (H).

    Contractor DIVISIONAL ENGINEER

    HIGHWAYS (C&M) DHARMAPURI

  • 8/3/2019 BD_hwa62471_dharmapuri State Highways 132 6 133 8 (3)

    37/37

    Declaration

    a) I / We have download the tender form the internet site http://tender.gov.in and I / We

    have not tampered / modified the tender forms in any manner. In case. If the same is

    found to be tampered/modified I / We understand that my / our tender will be

    summarily rejected and full earnest money deposit will be forfeited and I / We am / areliable to be banned from doing business with Highways Department and / or

    prosecuted

    b) An extract of performance Pass Book of the Contractor should be attached along with

    thee-Tender.

    List of all works carried out should be furnished without any omission. A certificate

    should be furnished along with the Tender as stated below.

    Certified that all works taken up by the Contractor in all the wings of this Department

    are furnished along with Tender correctly without any omission

    Contractor DIVISIONAL ENGINEERHIGHWAYS (C&M) DHARMAPURI

    http://tender.gov.in/http://tender.gov.in/