Вы находитесь на странице: 1из 31

SCHEDULE A

SCHEDULE OF RATES AND APPROXIMATE QUANTITIES

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 extras or deductions for omissions according to the
conditions of the contract, as set forth in the preliminary specifications of
the standard specifications for roads and bridges with the M.O.R.T.H.
Specifications and other condition of specifications of this contract.
2. It is to be expressly understood that the measured work is to be taken
net (notwithstanding any custom or practice to the contrary0 according
to the actual quantities. When in places and finished according to the
drawing, or as may be ordered from time to time by the Divisional
Engineer and the cost calculated by measurement or weight at the
respective prices, without any additional charge for any necessary or
contingent work connected herewith. The rates quoted are for works in
situ and complete in every respect:
3. The description given is Schedule-A are to indicate the item of work
only and need not be construed as full specification. The quoted rate
shall be for carrying out the item as per standards and specifications
described in the relevant MORTH specification. The contractor
shall take no advantage of any apparent error or omission in the
Schedule-A description.

Divisional Engineer,
Highways, Projects,
Erode-2.

CONTRACTOR

CONTRACTOR

SCHEDULE A
Name of Work :
S.
No

Probable Qunatity

1
1

1512.00

Sqm

Cum

2933.47

CONTRACTOR

Description of Work
3

3264.12

7) Forming and Improving the road from Sivagiri Anjur road branching at Molavinayagampudur to
Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division

Cum

Clearing the light jungle including


all labour charges for clearing the
site
etccomplete
as
per
standard specification in km 0/01/0
Earth work for filling and
satisfactory
disposal
of
all
materials necessary for the
construction of roadway and side
drains in accordance with the
specifications and the lines,
grades and cross sections shown
in the drawings or as directed by
the Engineer for raising the dip
portion.
Formation of embankment with
97% compaction. in km 0/0-1/0
Earth work for filling and
satisfactory
disposal
of
all
materials necessary for the
construction of roadway and side
drains in accordance with the
specifications and the lines,
grades and cross sections shown
in the drawings or as directed by
the Engineer for raising the dip
portion.

Unit in

Rate in

MoRTH
Number

Words

Figures

MOST
111,
112,
201

Rupees One and


paise Sixty five
Only

Rs.1.65

One
Square
metre

Rs.2,494.80

MOST
111,
112,
202,
301,
302,
303,
305,
900

Rupees Fifty and


paise Ninety four
Only

Rs.50.94

One
Cubic
metre

Rs.166,274.27

MOST
111,
112,
401
900

Rupees Fifty two


and paise Sixty
three Only

Rs.52.63

One
Cubic
metre

Rs.154,388.53

Amount
Words
7

SCHEDULE A
Name of Work :
S.
No

Probable Qunatity

7) Forming and Improving the road from Sivagiri Anjur road branching at Molavinayagampudur to
Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division
Description of Work

MoRTH
Number

Unit in

Rate in
Words

Figures

Rupees Three
Hundred Eighty
seven and paise
Twenty Only

Rs.387.20

Formation of embankment with 100%


compaction. in km 0/0-1/0

418.00

Cum

264.00

Cum

CONTRACTOR

Providing and laying Granular


Subbase as per table No.4001/400-2 and grading I of MORTH
Revision IV with sand, gravel, MOST11
crushed stone or quarry fines and 1,112,2
or any other granular material or 02,301,
a combination those of for 302,303
150mm thick to give a CBR of 15 ,305,90
on prepared sub grade in
0
accordance
with
the
requirements
of
the
specifications. in km 0/0-1/0
Providing and laying Water Bound
MOST
Macadam Grading 2 consisting of
111,
clean
crushed
aggregates
112,
mechanically
interlocked
by
404
rolling and bonding together with
900
screening, binding materials and
finished in accordance with the
requirement of the specifications
and thickness as per approved

Rupees Nine
Hundred Sixteen
and paise
Seventy nine
Only

Rs.916.79

Amount

Words

One
Cubic
metre

One
Cubic
metre

Rs.161,849.60

Rs.242,032.56

SCHEDULE A
Name of Work :
S.
No

Probable Qunatity

7) Forming and Improving the road from Sivagiri Anjur road branching at Molavinayagampudur to
Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division
Description of Work

plans or as directed
Engineer. in km 0/0-1/0

266.00

Cum

3595.00

CONTRACTOR

Sqm

by

Unit in

Rate in

MoRTH
Number

Words

Figures

MOST
111,
112,
404
900

Rupees One
thousand One
Hundred Five
and paise Forty
three Only

Rs.1,105.43

One
Cubic
metre

Rs.294,044.38

MOST
111,
112,
501,
503
900

Rupees Twenty
one and paise
Eighty nine Only

Rs.21.89

One
Square
metre

Rs.78,694.55

the

Providing and laying Water Bound


Macadam Grading 3 consisting of
clean
crushed
aggregates
mechanically
interlocked
by
rolling and bonding together with
screening, binding materials and
finished in accordance with the
requirement of the specifications
and thickness as per approved
plans or as directed by the
Engineer. in km 0/0-1/0
Providing and laying of Tack Coat
using Bituminous Emulsion at the
rate of 4 Kg per 10 Sqm over the
WBM surface preparatory to
another bituminous construction
over it. in km 0/0-1/0

Amount

Words

SCHEDULE A
Name of Work :
S.
No
8

Probable Qunatity

7) Forming and Improving the road from Sivagiri Anjur road branching at Molavinayagampudur to
Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division
Description of Work

MoRTH
Number

Unit in

Rate in
Words

Figures

Rupees One
Hundred Thirty
three and paise
Ninety four Only

Rs.133.94

Providing laying and compacting

Amount

Words

open graded premix carpet 20mm thick


with a liquid seal coat consist of open

3595.00

Sqm

graded carpet of 20mm thickness


in a single course composed of MOST11
suitable small sized aggregates 1,112,5
premixed with bituminous binder 01,509,
with application of liquid seal 513,900
coat for sealing the voids in a
bituminous surface conforming to
the specification. in km 0/0-1/0

One
Square
metre

Rs.481,514.30

Rs.1,581,300.99
9

3.00

CONTRACTOR

Nos.

Providing
and
fixing
Retro
Reflectorised
cautionary
mandatory and information sign
board as per IRC 67 - 2001 made
of High intensity grade sheeting
vide clause 801.3 fixed over
Aluminum Sheeting 1.5 mm thick
supported on a mild steel angle
iron post 75 mm x 75mm x 6 mm
firmly fixed to the ground by
means of properly designed
foundation with M15 grade
cement concrete 45 x 45 x 60 cm
below
Ground
Level
etc.,
complete (as per MORT &H

801

Rupees Six
thousand Ninety
seven Only

Rs.6,097.00

Each

Rs.18,291.00

SCHEDULE A
Name of Work :
S.
No

Probable Qunatity

7) Forming and Improving the road from Sivagiri Anjur road branching at Molavinayagampudur to
Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division
Description of Work

MoRTH
Number

Unit in

Rate in
Words

Figures

Rupees One
thousand Nine
Hundred
Seventy four
Only

Rs.1,974.00

specification No 801 ) area more


than 0.90 Sqm (Rectangular
board size 090 x 0.60)

10

5.00

CONTRACTOR

Nos.

Providing
and
fixing
Retro
Reflectorised
cautionary
mandatory and information sign
board as per IRC 67 - 2001 made
of High intensity grade sheeting
vide clause 801.3 fixed over
Aluminum Sheeting 1.5 mm thick
supported on a mild steel angle
iron post 75 mm x 75mm x 6 mm
firmly fixed to the ground by
means of properly designed
foundation with M15 grade
cement concrete 45 x 45 x 60 cm
below
Ground
Level
etc.,
complete (as per MORT &H

801

Amount

Words

Each

Rs.9,870.00

SCHEDULE A
Name of Work :
S.
No

Probable Qunatity

7) Forming and Improving the road from Sivagiri Anjur road branching at Molavinayagampudur to
Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division
Description of Work

MoRTH
Number

Unit in

Rate in
Figures

804

Rupees Eight
Hundred Ninety
Only

Rs.890.00

Each

Rs.890.00

IRC81980

Rupees Two
Hundred
Seventy five Only

Rs.275.00

Each

Rs.1,100.00

specification No 801 ) Equilateral


triangle
board
size
060x0.60x0.60)

11

1.00

Nos.

4.00

Nos.

12

CONTRACTOR

Providing RCC M15 grade Precast


KM stone of standard design as
per IRC 8-1980 and fixing in
position including painting and
printing etc. complete (as per
MORT&H specification No.804)
Providing RCC M15 grade Precast
HM stone of standard design as
per IRC 8-1980 and fixing in
position including painting and
printing etc. complete (as per
MORT&H specification No.804)

Amount

Words

Words

SCHEDULE A
Name of Work :
S.
No
13

Probable Qunatity

30.00

Nos.

261.00

Cum

120.36

Cum

14

15

CONTRACTOR

7) Forming and Improving the road from Sivagiri Anjur road branching at Molavinayagampudur to
Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division
Description of Work

Providing RCC M15 grade Guide


stones of standard design as per
IRC and fixing in position
including painting and printing
etc. complete (as per MORT&H
specification )
Earthwork excavation in all
classes of soils except hard rock
requiring blasting and depositing
on bank with initial lead and lifrts
and all other incidental charges
such as shoring, strutting, baling
out water, forming protetive
bunds, coffer dams, wherever
necessary etc ., complete for
FOUNDATION AS PER SS 20B pipe
culvert at Km 0/2,0/4,0/6,0/8 and
Retaining wall at Km 0/2,0/4
Cement Concrete 1:3:6 mix using
40mm ISS HBG metal including
cost and conveyance of all
materials to site from approved
sources including cost of cement
should be arranged by the
contractor at his own risk and
cost to the actual workspot
handling charges for the same at
both ends including curing with

MoRTH
Number

Unit in

Rate in

Amount

Words

Figures

Rupees Two
Hundred Sixty
Only

Rs.260.00

Each

Rs.7,800.00

304

Rupees Fifty
seven and paise
Fifty Only

Rs.57.50

One
Cubic
metre

Rs.15,007.50

1000
1500
1700
2100

Rupees Two
thousand Ninety
two and paise
Sixteen Only

Rs.2,092.16

Words

One
Cubic
metre

Rs.251,812.38

SCHEDULE A
Name of Work :
S.
No

Probable Qunatity

7) Forming and Improving the road from Sivagiri Anjur road branching at Molavinayagampudur to
Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division
Description of Work

Unit in

Rate in

MoRTH
Number

Words

Figures

1000
1500
1700
2100
2200

Rupees Two
thousand Eight
Hundred Ninety
one and paise
Twelve Only

Rs.2,891.12

soft potable water and all other


incidental charges etc., complete
for FOUNDATION. pipe culvert at Km
0/2,0/4,0/6,0/8 and Retaining wall at Km
0/2,0/4

16

455.00

CONTRACTOR

Cum

Cement Concrete 1:2:4 mix using


40mm ISS HBG metal including
cost and conveyance of all
materials to site from approved
sources including cost of cement
should be arranged by the
contractor at his own risk and
cost to the actual workspot
handling charges for the same at
both ends including curing with
soft potable water and all other
incidental charges etc., complete
for STRUCTURE pipe culvert at Km
0/2,0/4,0/6,0/8 and Retaining wall at Km
0/2,0/4

Amount

Words

One
Cubic
metre

Rs.1,315,459.60

10

SCHEDULE A
Name of Work :
S.
No
17

Probable Qunatity

160.00

Nos.

17.00

Nos.

18

CONTRACTOR

7) Forming and Improving the road from Sivagiri Anjur road branching at Molavinayagampudur to
Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division
Description of Work

Providing and fixing PVC seepage


pipes of 100mm dia of required
lengths for abutments wings and
retaining walls including cost and
conveyance of all materials to
worksite, and labour charges for
fixing, etc, complete to drain the
back water including loading and
unloading
transporting
and
delivery in good condition at
work site as directed by the
departmental
officers
etc.,
complete Retaining wall at Km 0/2,0/4
Supply of NP3 class RCC 1000
mm dia hume pipes supplied by
the contractor at his own cost
specified below confirming to
I.S.458 - 1989 cost of pipe
including all other incidental
charges testing charges including
loading
and
unloading
transporting and delivery in good
condition at work site as directed
by the departmental officers etc.,
complete pipe culvert at Km
0/2,0/4,0/6,0/8

MoRTH
Number

Unit in

Rate in

Amount

Words

Figures

2700

Rupees One
Hundred Only

Rs.100.00

Each

Rs.16,000.00

2900

Rupees Five
thousand Five
Hundred Only

Rs.5,500.00

Each

Rs.93,500.00

Words

11

SCHEDULE A
Name of Work :
S.
No
19

Probable Qunatity

42.50

RM

Total
Road work
CD work
Total
LS items
Total Estimate
cost
Tender Excess

CONTRACTOR

7) Forming and Improving the road from Sivagiri Anjur road branching at Molavinayagampudur to
Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division
Description of Work

Hoisting and fixing of 1000 mm


dia RCC hume pipe to proper
gradient including all labour
charges and all other incidental
charges etc., complete. pipe culvert
at Km 0/2,0/4,0/6,0/8

MoRTH
Number

2905
2906

Unit in

Rate in
Words

Figures

Rupees Forty five


and paise Thirty
five Only

Rs.45.35

Amount

Words

Rupees Thirty three lakh Twelve thousand Nine Hundred Fifty and paise Eighty five Only

RM

Rs.1,927.38

Rs.1,731,657.86
Rs.3,312,950.85

Rs.1,581,296.99
Rs.1,731,653.86
Rs.3,312,950.85

12

SCHEDULE B
1. Site plan LS & CS Drawing 16 Nos.
2. CD works Drawings 6

SCHEDULE C
1. Descriptive Specification Report.
2. Descriptive Source of materials and lead Statement.
3. Special conditions of contract.

RATE OF PROGRESS

Name of Work : Forming and Improving the road from Sivagiri Anjur

road branching at Molavinayagampudur to Siluvampalayam (Via)


Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division

End of Ist Month

25% of Works should be completed.

End of IInd Month

40% of works should be completed.

End of IIIrd Month

60% of works should be completed.

End of IVth Month

90% of Works should be completed.

End of Vth Month

100% of Works should be completed in all respects.

.
DIVISIONAL ENGINEER (H),
PROJECTS, ERODE - 2.

CONTRACTOR

13

BRIEF SPECIFICATION REPORT TO ACCOMPANY FOR THE WORK OF


7) Forming and Improving the road from Sivagiri Anjur road branching at

Molavinayagampudur to Siluvampalayam (Via) Vettuvapalayam Km 0/0-1/0


Perundurai (H) Projects, Sub Division
Location

This road starts at km 1/0 of Sivagiri - Anjur Road and end at


Siluvampalayam - Amman koil Road. This Road is an important
unclassified road of Erode Division belongs to Kodumudi (H)
subdivision and being maintained by Sivagiri Town panchayat

Reach

CBR value

Pavement
Thickness
Required

0/0-1/0

263

Existing
Pavement
Thickness

Proposed Pavement
Layers
sub
Base Total
base

120

150

Total
thickness
Provided

270

270

Proposals:
1.

Clearing and grubbing the jungles on both sides of road.

2.

Earth work for filling with required compaction for formation to the standard width

3.

Providing and laying well graded materials for Granular sub-base

4.

Providing and laying WBM Grading II - 75mm thick

5.

Providing and laying WBM Grading III - 75mm. thick

6.

Providing and laying tack coat 4.0kg of emulsion bitumen for 10 sqm.

7.

Providing and laying premix carpet with seal coat type 'A'

8.

C D works & Protective works: pipe culvert at Km 0/2,0/4,0/6,0/8 and Retaining wall at Km
0/2,0/4

The work will be carried out as per IRC Special Publication No.20, MoRTH and IRC
specification and other relevant instructions issued from the Higher Authorities from
time to time.
CONTRACTOR.

DIVISIONAL ENGINEER (H),


PROJECTS, ERODE - 2.

LEAD PARTICULARS

CONTRACTOR

14

Name of Work : Forming and Improving the road from Sivagiri Anjur

road branching at Molavinayagampudur to Siluvampalayam (Via)


Vettuvapalayam Km 0/0-1/0 Perundurai (H) Projects, Sub Division
Description
All sizes of IRC and HBG Metal
Gravel
Sand
Earth
Emulsion bitumen, bulk bitumen 60/70
Grade, Cement and Steel for
reinforcement

CONTRACTOR.

CONTRACTOR

Stretch Km
0/0 -1/0
11
2
45
2
Supplied by the
Contractor

DIVISIONAL ENGINEER (H),


PROJECTS, ERODE - 2.

15

SPEICAL CONDITION

On evolution 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 while executing agreement shall entail cancellation
of award of award of contract and forfeiture of EMD.

Divisional Engineer (H),


Projects, Erode.

CONTRACTOR

16

SPECIAL CONDITION

The quoted percentage implies and inclusive of the rates for all
items including cost and conveyance of all materials, labour charges,
hire charges for all tools and plants etc., Payment of duties and taxes
livable, Insurance and any incidental service extra.
The work should be carried over as per SSRB and MORTH and other
specification issued form time to time by the higher authorities.
Quality control should be maintained during execution of work at every
stage. The contractor should afford necessary facilities to the
departmental officers to conduct necessary test at the site during
execution all expenses connected therewith shall also be borne by the
contractor.
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 competent authority before execution by the
contractor at this cost.
If there is any change in the material or composition no extra will be
paid. The contractor has to get the design mix approved to give the
designated CBR without any extra cost. All the items contemplated in the
tender or for the work to be carried out as per MORTH IV revision.,
Specification only for Semi dense Bituminous concrete the work has to
be done as
per clause 508 or 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.
The Contractor is bound to get the job mix formula and to do the work
based on the test results as given by the Highways research Station. The
tenderer final Amount includes expenses towards the above said job mix
formula and no fluctuation or variation from the quoted rate is
admissible for doing this item of work as per job mix formula.
Divisional Engineer (H),
Projects, Erode.

CONTRACTOR

17

SPECIAL CONDITIONS OF CONTRACT :

The special conditions described hereunder shall have the meaning and
intent out lined in clause 107-05 of P.S. to S.S.R.B. The 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 I)
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 Technical specifications.
These technical specifications shall comprise the following.

Part I General Specifications


Part I Shall comprise the Specification for Road and Bridge Works
Third Revision 1995 and the corrigendum published at New Delhi by
Indian Roads Congress on behalf of Government of India, Ministry of
Surface Transport (Road Wing), and shall be deemed to be bound into
this document and becomes part and parcel of the agreement.
Part II Supplementary Specifications
Part II Shall comprise various substitute. Modified and Additional Clauses
to the Specification for Road and Bridge Works referred to in Part I (to
cover specific aspects of
the particular works not covered by the same) and accordingly, the said
specification so amended shall form part of the contract.
A substitute clause as indicated by the suffix S is an amendment of a
clause in Part I General Specification and supersedes the whole of
that clause. Then any reference to the superseded clause shall be
deemed to refer to the substitute clause.
A modified clause as indicated by the Suffix M shall be read as a partial
amendment to the
cited clause in Part I- General Specification. Any provision in the said
modified clause conflicting with those of Part I General Specification
shall be deemed to supersede the relevant portion of Part I General
Specification. Any other non-conflicting provisions shall apply and NOT
deemed as substitute.

CONTRACTOR

18

An additional clause, as indicated by the suffix A shall bear additional


clause numbers no cited in Part-I- General Specification and shall include
provisions supplementing those of Part I- General Specification.
In so far as any substitute, modified and additional clause may conflict or
be inconsistent with any of the provisions of Part I- General Specification
under reference, the substitute, modified and additional clause shall
always prevail. Words like Contract, Contractor, Drawing, Works,
Site, Provisional Sum used in the above mentioned specification shall
be deemed to have the same meaning as under stood from the definition
of these terms in and as included in the General Conditions of Contract.
In the absence of any definite provisions on any particular issue in the
aforesaid specification, reference may be made o the latest IRC Codes of
practice, I.S. Specifications and SSRB, in that order. Where even these
are silent, the construction and completion of the
works shall conform to sound engineering practice and, in case of any
dispute arising out of
the interpretation of the above, the decision of the Engineer-in-charge
shall be final and binding on the contractor. These shall be deemed to be
bound to this document and becomes part and parcel of the agreement.

Supplementary Specifications for Structures


The following list shows the clauses of Part- I which are either substituted
or modified or added:
Substituted clause
2905,

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


2908 to 2911.

Modified clauses
1716.2.5(a),

112.4, 112.5, 112.6, 1009.3, 1010, 1209,


2005.1, 2005.2, 2602(c).

Added clauses

CONTRACTOR

103, 109.8, 120.7, 304.3.7, 305.2.2.2, 305, 1012.1,


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

19

New clauses

1816, 2211, 2912.

COMMERCIAL CONDITIONS:

1.1

Steel and Cement will not be supplied by the department. The


contractors have to procure the same and use it on the work.

1.2

Steel conforming to standards and specifications shall be procured.

1.3

The Cement should be procured in lot from the authorized Dealers


and should not be purchased locally in piecemeal.

1.4

The contractors have to produce the Test Certificate confirming to


I.S. and other accepted Codes and standards in support of the
quality of materials procured. If the materials are found to be
substandard or not confirming to the prescribed test standards, the
same will be rejected without any claim for damages whatever.

1.5

The quoted rate shall be inclusive of cost of steel and cement,


conveyance, handling and storage charges and other requisites as
contained in clause 103-04 of P.S. to S.S.R.B.

2.1

The bitumen and bitumen emulsion required for use in the work will
not be supplied by the department.

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 Standard Specification and use it on the work.

2.3

The quoted rate shall be inclusive of cost of bitumen, bitumen


emulsion conveyance and handling and storage charges and other
requisites as contained in Clause 103-04 of PS to SSRB.

2.4

All the requisite tests to ensure quality of bitumen have to be


carried out before acceptance and certified.

3.

All the Provisions contained in CL 106 and 107 of P.S. to S.S.R.B. in


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

CONTRACTOR

20

4.1

The contractor shall be responsible to make good and remedy at


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

4.2

In case of works like resurfacing of the existing roads and black


topping, the defect liability period shall be 6(six) months.

4.3

In the event of the contractor failing to rectify the defect or


damages within the period specified by the Engineer-in-charge in
his notice aforesaid, the Engineering - charge may rectify or
remove and re-execute the work and/or remove and replace with
other materials or articles complained of, as the case may be, by or
other means at the risk and expense of the contractor.

4.4.1

At the time of making final payment for major works like


formation of road including metalling and black topping 2 % of
the total value of work done shall be retained by the department.
This amount will be refunded to the contractor on the expiry of one
year reckoned from the date of completion of work provided that
the contractor execute an indemnity bond for a further period of
two years indemnifying the Government against any loss or
expenditure incurred to rectify any defect noticed due to faulty
workmanship by the contractor or substandard materials used by
the contractor.

4.4.2

In case of works like resurfacing of the existing roads and


black topping, the amount will be refunded to the contractor on the
expiry of six months from the date of completion of work.

4.4.3

At the time of making final payment for Minor/Major Bridges 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 2 years reckoned from the date of completion of work
provided that the contractor executed an indemnity bond for a
further period of 3 years indemnifying the Government against any
loss or expenditure incurred to rectify any defects noticed due to
faulty workmanship by the contractor or sub standard materials
used by the contractor. (as per vide Chief Engineer, (General)

CONTRACTOR

21

Highways, Chennai-5, Circular Memo.No.10730/ Contracts-1/20017/Dated:28.08.2002.


4.5

Making final payment shall not discharge or release the contractor


from his responsibilities and liabilities under the contract.

5.

In case, when the departmental tools and plants are hired to the
contractors in places of work where the standard schedule of rates
of Public Works Department allow extra special tract percentage,
the hire charges will be enhanced by the corresponding extra
percentage and recovered from the contractor.

6.

Without limiting his obligations and responsibilities under the


contract, the contractor shall insure in the joint name of the
Government and the contractor against all loss or damage from
whatever cause (other than the excepted risks) for which he is
responsible under the terms of contract and in such a manner that
the Government and the contractor are covered during the period
of construction of the works and defects liability period for

i)

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

i)

The materials, constructional plant and other things brought


to site by the contractor to the full value of such materials,
constructional plants and other things.

7.

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

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 indicated below. In case, the
tenderer is professionally qualified, he must employ technical men
to meet the norms besides himself. The tenderers should state in

CONTRACTOR

22

clear terms whether they are professionally qualified or whether


they under take to employ Technical Assistants required by the
department as specified in the schedule below for the work. In case
the selected tenderer is professionally qualified or has undertaken
to employ technically qualified personnel under him, he shall see
that one of the Technically qualified men is always present at the
site of the work while the work is in progress personally checking
all the items of works and paying extra attention to such works as
may demand special attention (i.e.) bituminous courses R.C.C. 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) less
than One Retired Sub-divisional Officer/Assistant
Executive Engineer (or) Assistant Divisional
Engineer.

Above Rs10.00 Lakhs


Upto
Rs.25.00 Lakhs

One B.E. Civil Engineering with three years


experience (or) One Retired Sub-Divisional Officer
plus one Diploma Holder in Civil Engineering or two
diploma holders in Civil Engineering with three and
five years experience respectively.

Above Rs.25.00 Lakhs


Upto
Rs.50.00 Lakhs

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


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

If the tenderer fails to employ the Technical men as indicated above


for the works, penalty shall be levied during the period of such nonemployment 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.

CONTRACTOR

23

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 / Assistant is not required for the due fulfillment of the
contract.
9.
Income Tax at 2% of the bill amount will be recovered from all
interim bills and final bill of the contractor or at such rates which the
Government may by notification fix from time to time.
10. Sales Tax at 4% of the bill amount will be recovered from all interim
bills and final bill of the contractor or at such rates which the
Government may by notification fix from time to time.
11. Recovery at 0.30% of the estimated value of the contract will be
made from the contractors or at such rates, the Government may by
notification fix from time to time towards Tamil Nadu Manual workers
welfare fund with reference to the Tamil nadu Manual works (Regulation
of Employment and condition of work act 1982)

12. In case of any dispute or difference between the parties to the


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

CONTRACTOR

24

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

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


of their cost against any losses due to damage of nature calamities like

CONTRACTOR

25

unprecedented floods, cyclone, fire, lighting, earth quakes, volcanic


eruption and other convulsion of nature.
The Government will not be responsible for such losses and the
Government is not liable to pay any compensation towards such losses
sustained by the contractor.
From commencement to completion and upto the expiry of
observation period, the work shall be under the charge and care of the
contractor and the contractor shall take full responsibility for the care
thereof and for taking precautions to prevent loss or damage and shall
be liable for any damage or loss that may happen to the works or any
part including the departmental tools and plant thereof from any cause
whatsoever and shall at his own cost repair and make good the same so
that at completion and expiry of observation period, the work shall be in
good condition and in conformity in every respect with the requirements
of the contract and instructions of Engineer.
(G.O.Ms.No.620/TD/dt.27/07/1978 and amendment issued in
G.O.Ms.No.742/TD/Dt.27/06/1983).

Divisional Engineer (H),


Projects, Erode.

CONTRACTOR

26

DAMAGE TO LONG DISTANCE COMMUNICATION CABLE OF TELECOM


DEPARTMENT CAUSED BY PRIVATE CONTRACTOR
When the contractor executing the Department work cause any
damage to Telecom Cable the contractor have to pay penalty to the
Telecom Department for the Loss incurred by the Telecom department.
(Vide Lr.No.73341/Salaries/99-6/dt.12.3.2000 from the Deputy Secretary
to the Government, Finance (Salaries) Department, Chennai-9).
CONDITION FOR DAMAGES TO DRINKING WATER PIPE LINE (OR) OTHER
GOVERNMENT PROPERTY CAUSED BY THE CONTRACTORS.
When the Contractor executing the Department work cause any
damaged to the drinking water pipe lines (or) other Government
property, the Contractors have to restore the same at their own cost
within a weeks time. (Vide the Government Lr.No.6675/HS- 2/20011/dt.18.4.2001 communicated in the Chief Engineers (General) H&RW,
Chennai-5 Memo.No.19690/Salai-1/2001 dt.7.7.2001).
CONDITION FOR ELEMINATION OF CHILD LABOUR AS PER G.O. MS. NO.
53/LABOUR & EMPLOYMENT (U2) DEPARTMENT DATED 12.5.2003
The Contractor should not engage child labour (below the age of 16
years ) in the execution of works. If the contractor engages child labour
who have not completed 16 years of age, the work Contract assigned to
him shall be cancelled and such contractor shall be black listed for three
years.

CONTRACTOR

27

SCHEDULE D
Applicable to all cases of works where a minimum of fifty workers
are employed.
Rules for the provisions of health and sanitary arrangements for
workers.
The contractor's special attention is invited to clause 108-11 of the
P.S. to S.S.R.B. and he is requested to provide at his own expenses the
following amenities to the satisfaction of Divisional Engineer.
1. F IRST AID:
At the worksite, there shall be maintained at an accessible place first aid
appliances and medicines including adequate supply of sterilised
dressing and sterilised cotton wool. The appliances shall be kept in good
order. They shall be placed under the charge of responsible person who
shall be readily available during working hours.
2. D RINKING WATER:
A.

Water of Good quality fit for drinking purposes shall be


provided for the workers on the scale of not less than 3
gallons per head per day.

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

Every water supply storage shall be at a distance of not less


than 50m from any latrine drain or other sources of pollutions
where water has to be drawn from an existing well, which is
within such proximity of any latrine drain or other sources of
pollutions. The well shall be properly chlorinated before water
is drawn from it for drinking. All such wells shall be entirely

CONTRACTOR

28

closed and provided with a trap door which shall be dust and
waterproof.
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.

3. W ASHING 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.
4. L ATRINES 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.
2 seats
B.
3 seats
seats

C.

Where the No. of persons employed does not

Exceed 50.
Where the No. of persons employed exceed

50 but does not exceed 100.


For every additional hundred

If women are employed separately, latrine and urinals screened


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

CONTRACTOR

29

5. S HELTERS 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.
6. C RECHES:
At every worksite at which 50 or more women workers are
ordinarily employed there shall be provided two huts of suitable
size for the use of children under the age of five years belonging to
each women (one hut shall be used for infants, games and play and
the other as their bed room). The huts shall not be constructed on a
standard not lower than the following.
i) Thatched roofs (ii) Mud floors and walls (iii) planks spread over
the mud floor and covered with matting. The use of the huts shall
be restricted to children their attendants and mothers of the
children.

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

Divisional Engineer (H),

CONTRACTOR

30

Projects, Erode.

CONTRACTOR

31

Вам также может понравиться