You are on page 1of 45

COMPOSITION OF CONTRACT

PROVIDING AND FIXING OF RETRO REFLECTIVE WARNING/MANDATORY,


INFORMATORY ROAD SIGN BOARDS AND PROVIDING AND FIXING OF BUILT UP
OVERHEAD STRUCTURE (GANTRY) FROM 52.88 TO 202.00 ON ROAD TANAKPURPITHORAGARH (NH-125) IN 761 BRTF UNDER PROJECT SHIVALIK IN
UTTARAKHAND STATE
------------------------------------------------------------------------------------------------------------------------S/No.
Contents
Page No.
------------------------------------------------------------------------------------------------------------------------1.
Contents sheet
01
2.

Tender forwarding letter and instructions to tenderers


for filling of tender

02 to 13

*3.

General condition of contract IAFW-2249 Print 1989


with errata 1 to 20 and amendment No. 1 to 15 for
measurement/item rate contract IAFW 1779-A

13 to 104

4.

Special conditions

105 to 113

5.

Particular specifications

114 to 119

6.

Drawings

120 to 125

7.

Notice of Tender

126 to 128

8.

Price bid Part-II

129 to 136

9.

Errata and amendments to NIT/ Tender

10.

Relevant Correspondence

11.

Acceptance letter
________
Total ________

* Note:- These documents can be seen in the office of HQ CE (P) Shivalik, Rishikesh
and 761 BRTF, C/O 56 APO during working hours.

(Signature of Contractor)
Dated :

2010

(NK Dixit)
EE (Civ) SG
SSW
For Chief Engineer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No 02
Registered/SDS/Post
Headquarters
Chief Engineer
Project Shivalik
C/O 56 APO

80260/761 TF/T-P Rd/09-10/XY/E8

06 Oct 2010

M/s_____________________
________________________
PART I QUALIFYING BID

PROVIDING AND FIXING OF RETRO REFLECTIVE WARNING/MANDATORY,


INFORMATORY ROAD SIGN BOARDS AND PROVIDING AND FIXING OF BUILT UP
OVERHEAD STRUCTURE (GANTRY) FROM 52.88 TO 202.00 ON ROAD TANAKPURPITHORAGARH (NH-125) IN 761 BRTF UNDER PROJECT SHIVALIK IN
UTTARAKHAND STATE
Dear sir (s),
1.
Tender documents in respect of the above work is forwarded herewith. Please note that the
tender will be received in the office of the Chief Engineer, Project Shivalik, IDPL Complex,
Virbhadra, Rishikesh upto 1500 Hrs on 02 Nov 2010 and Qualifying Bid will be opened on the
same day immediately after receipt of tender documents. The date of opening of Price Bid
will be intimated accordingly. Tender received after the due date and time will not be considered.
2.
Tenderers or their duly authorized representative who have submitted their tenders and who
wish to be present at the time of opening of tenders may visit the office of Chief Engineer Project
Shivalik at the above mentioned time.
3.

Tender documents are prepared in two parts containing the following documents:Part I Qualifying Bid (Srl Page 1 to Srl Page 128)
(i)

Tender forwarding letters including instruction to tenderers.

(ii)

Eligibility criteria prequalification documents.

(iii)

General Condition of Contract.

(iv)

Special Condition of Contract.

(v)

Particular specification

(vi)

Notice Inviting Tender and errata/amendments

(vii)

Drawings

Part II BOQ Priced Bid (Srl Page 129 to Srl Page 136 )
(i)
Schedule A Requirement (Srl Page 130)
(ii)

Schedule A (Srl Page No 131 to 132)

(iii)

Schedule B, C & D (Srl Page No 133 to 134)

(iv)

Tender (Srl Page No. 135)

(v)

Acceptance (Srl Page 136)

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No. 03

4.
Tender documents shall be submitted in two parts and each part will be in a separate sealed
envelope (supplied by the tenderers) marked Part I and marked Part II. Both the envelope
containing Part I (Qualifying bid) and Part II (Priced Bid) duly sealed shall be put in one large
size envelope (cloth lined outer cover to be supplied by the tenderers). This outer cover shall
indicate name of work, name of bidder, last date and time of receipt of tender prominently.
5.
The tender documents (in full) issued by BRO along with various documents required to be
submitted/should be dropped in Tender Box kept at the Office of Chief Engineer Project
Shivalik, IDPL Complex, Virbhadra, Rishikesh before the date and time fixed for receipt of
tender. The tender received after due date and time shall not be considered and shall be returned
to the tendered unopened. BRO shall not be responsible for any postal or other delay and shall not
take care to ensure the submission of tender at place and time fixed for receipt of tender.
6.
The tenderers are requested to forward the following documents along with the tender for
evaluation as under (for contractors not enlisted with BRO):(i)

Annual turnover during last five years.

(ii)
Credential for the similar work done during last 5 years, along with certificate from
Govt Officers not below the rank of Executive Engineer under whom the work have been
executed.
(iii)

Working Capital (Photocopy of Bank pass books of the firm be enclosed)

(iv)

Balance Sheets for last 5 years.

(v)
Registration certificate with Govt Deptt/PSU duly attested by Gazetted Officer of
concerned Deptt after 01 Apr 2010.
(vi)
Sale Tax Registration Certificate along with name and residential address of
Partners/Proprietor with address of Police Station under whom the residential address falls.
(vii)

Solvency certificate from nationalized bank issued after 01 Apr 2010.

(viii)

Photo copy of Pan Card of Partners/Proprietor.

(ix)
Name of Technical personal posted/deployed by the firm along with affidavit from
staff and photo copy of their qualification.
(x)
Affidavit for immovable property held by the firm with value along with valuation
certificate from enlisted valuer duly indicating that property is free from any disputes and
encumbrances and clearly belongs to the contractor and has never been mortgaged and
hypothecated.
(xi)
Affidavit for movable property (Veh/Eqpt/Plant etc) held by the firm with value along
with valuation certificate from enlisted valuer.
(xii)
The contractor should be authorised original convertor of retro-reflective
sheeting manufacturer. A current dated authorization certificate issued by the
manufacturer stating contractor is authorised convertor is required to be enclosed.
The certificate should be in original and issued after 01 Sep 2009. Certificate issued
by distributor dealer/power of attorney shall be invalid.
7.
Those contractors enlisted with BRO but not working with Project Shivalik/Deepak are
required to produce performance certificate from the concerned Project Chief Engineer where
he/his firm is working. The performance certificate should not be 30 days old.
Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No.04

8.
Tender shall be opened immediately after the time indicated in Para 1 herein before in the
presence of tenderers or their authorized representative. Part II (Price bid) of tenderer shall be put
in one envelope and sealed by the opening officer. Part 1 (qualifying bid) will be opened and
evaluated as per BRO eligibility criteria/Pre-Qualification criteria given in the tender documents.
Qualified bidders will be informed in advance for date of opening of financial bid (Part II). Priced bid
in respect of technically disqualified tender will be returned unopened. Please note that:(a)
The tender shall be based on details and datas given in tender documents,
Particular specifications, General conditions of contracts, drawings, general information and
lump sum contract form with schedule A (list of work) to be priced by tenderers.
(b)
The Chief Engineer Project Shivalik, IDPL Complex, Virbhadra, Rishikesh will be
Accepting Officer here-in-after referred to as such for the purpose of this contract.
(c)
The tender shall be accompanied with Earnest Money amounting to Rs 180000/(Rupees one lakhs eighty thousand only) in the form of Deposit at Call Receipt/Term
Deposit Receipt/Special Term Deposit Receipt issued in favour of Chief Engineer (P)
Shivalik, Rishikesh by Scheduled Bank. If an unregistered/un-enlisted firm revokes his offer
(tender) after opening of bids within the validity period of his offer, the earnest money
deposited by the firms along with his tender will be forfeited. The Chief Engineer (P)
Shivalik, IDPL Complex, Virbhadra, Rishikesh will return the Earnest Money wherever
applicable to all unsuccessful tenderer by endorsing an authority on the deposit receipt for
its refund.
(d)
The security deposit amount for this work shall be 25% more than the amount of
earnest money based on the value of contract (i.e 1.25 times of the earnest money) subject
to the provision that in no case the individual Security Deposit shall exceed Rs. 11,25,000/(Rupees eleven lakh twenty five thousand only).
(e)
The tenderer shall be deemed to have full knowledge of all relevant drawing
documents, samples, site & etc, whether he had inspected them or not.
(f)
The tenderer are strictly advised to quote their rates at the proper place meant for
the purpose at Srl. Page No 131 to 132 of tender documents, both in figures as well as in
words.
(g)
Any tender which stipulates any alterations to any of the conditions laid down or
which proposes any other conditions of any description whatsoever is liable to be rejected.
(h)
Tenderers are requested to submit their strictly complying with the various provisions
given in the tender documents.
(j)
Accepting Officer reserves the right to accept the tender submitted by a Public
Sector Undertaking, giving a price/purchase preference over other tender (s), which may be
lower, as are admissible. under the Govt. Policy No claim for any compensation or
otherwise shall be admissible from those whose tenders may be rejected on account of the
said Policy.
(k)
The submission of tender by a person implies that he has read this tender forwarding
letter, the conditions of contract and has made himself aware of the scope and specifications
of the work to be done and of the conditions and other factors, site conditions taxes & levies
prevailing etc which may affect the quotation and execution of the work.
(l)
Tenderer must be very careful to deliver a bonafide tender; failing which the tender
will be out rightly rejected. Tenderers are, therefore, advised to ensure that their tender must
satisfy each and every condition laid down in the notice.
Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No.05

9.
Tenderer must ensure that the tender is unambiguous and is completed in all respects. Your
particular attention is drawn to the following requirements, which must be complied with:(a)
Tender documents are to be signed, dated and witnessed at all the pages provided
for the purposed. Each page and all corrections are to be initialled.
(b)

All corrections should be signed or initialled. Use of correcting fluid is not allowed.

(c)

Cloth lined envelope shall be used for returning the tender documents.

(d)
In case you are submitting a BLANK TENDER word BLANK must be prominently
endorsed on the envelope, the forwarding letter and general summary duly signed by the
tenderer. The tender documents complete including drawing (s) is required to be returned
to this office.
(e)
If a tender is submitted on behalf of a firm, it may be signed either by all partners or a
person holding a valid power of attorney from all the partners constituting the firm. The
person signing the tender on behalf of another or on behalf of a firm shall attach with tender a
proper power of attorney duly executed in his favour by such other person or by all the
partners stating specifically that he has authority to bind such other person (s) or the firm as
the case may be in all matters pertaining to the contract including the arbitration clause. The
power of attorney shall be executed as indicated below:(i)

In case of individual, a suitable affidavit should be submitted.

(ii)

In case of partnership concern, power of attorney shall be executed by all partners.

(iii)
In case of company, power of attorney shall be executed in accordance with the
constitution of company.
10.
Attention of Tenderer is drawn to the Indian Official Secret Act 1923 (XIX of 1923) as
amended up to date particularly Section 5 thereof.
11.
In view of postal and other delays, it is suggested that your tender be posted sufficiently in
advance of the last date fixed for receipt of tenders or sent through a special messenger, if
necessary. Tender received late will not be considered. Telegraphic communications received in
connection with this tender will also be not considered.
12.
The tender shall remain open for acceptance for a period of NINETY DAYS (90 DAYS) from
the date of opening of the tender (excluding the date of opening).
13.
This tender shall be signed and returned along with the tender documents and shall form
part of the tender documents.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No. 06
IMPORTANT

14.
Tenderers are required to quote for complete scope of work as per Schedule A particular
specification, special conditions and other provisions of the tender documents, failing which the
tender will be considered as non bonafide and shall be liable for rejection. Tenderers rate shall
be inclusive of all statute levies duties, surcharges, taxes, octroi, service tax etc and including
VAT/State sale tax, on works contract payable under the respective statutes pursuant to the
Constitution 46th Amendment Act 1982. Any other conditions stipulated by the tenderer regarding
Sale Tax on works contract will not be considered any such tender will be liable for rejection.
15.
The tenderes are advised to visit the work site to acquaint themselves of working and site
condition before submitting their tender their tender.
16.

Evaluation Criteria
Pre-qualification of the tenderers shall be done based on evaluation criteria as under :

Stage I: Initial Filter Test

Stage II: Scoring of Specified Criteria.

16.1 Initial Filter Test


The Applicant will be first evaluated on 7 (SEVEN) initial criteria, which will act as an initial filter.
The initial Criteria are given table below. Applicants who do not pass this test will not be evaluated
further.
INITIAL FILTER
Name of Applicant
__________________________________________________________________
No
1.

Criteria
Yes
Has the Applicant (*) abandoned any work in the last seven financial years
or has it been blacklisted by any Government department-PSU or has any
of its contracts been terminated for failure by the Applications or any
member to perform?
2.
Is there any Govt dues/recovery outstanding against the firm?
3.
Is there any consistent history of unsuccessful or bad litigation
(Court/Arbitration cases) in last seven years?
4.
Has any misleading information given in the application?
5.
Has the Applicant suffered bankruptcy/insolvency in the last five financial
years ?
6.
Has the Applicant inadequate liquidity working capital less than 10% of
the Estimated Cost as per NIT?
7.
Whether the upper tendering limit of contractor enlisted with Central
Deptt/State/PSU is less than Rs 120 lakhs
Notes :
1. Joint venture will not be accepted.

No

2. Experience as sub-contractor will not be considered and the tenderer will be


disqualified.
3. Yes answer to any of the above question will disqualify the applicant.
(*) : the last five/seven means the last five/seven years from the date of opening of Qualifying
Bid.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No. 07

16.2 Scoring of Specified Criteria.


Applicants who passes the initial Filter Test will be further evaluated on the criteria listed below on
tables with points as shown on each table by a Technical Expert Committee to be appointed by the
Accepting Officer, Criterion reference for evaluation for each application who passed the initial filter
test are listed in table below :Table of evaluation Criteria and Maximum Points Available for Scoring
Criterion
Reference
C1
C2
C3
C4
C5

Key Area

Description

Financial
Financial

Working Capital
Annual Average Construction
Turnover
Key Technical Personnel
Experience in hilly area
Similar type of work

Organizational
Experience
Working
Experience

Maximum Points
30
20
10
10
30
Total

100

16.3 The highest rated applicants will be selected as being pre-qualified subject to final
verification and acceptance by the Accepting Officer at its sole discretion, as follows.

In no case firm obtaining less than 60 points of total maximum points will be
considered as qualified irrespective of the number of participants and position
secured.

16.4 The word Estimated Cost means the value of work given in the NIT (Notice Inviting Tender).
16.5 All documents submitted for evaluation of Qualifying Bid should be submitted duly
binded and serially numbered. In case documents received are not properly binded and
serially numbered, any loss of documents will be considered due to negligence of the
tenderer.

(Signature of Contractor)
For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No.08
FINANCIAL STANDING
Criterion C1
Working Capital

Requirement

Assessment Scoring
Value for
points
Criterion in
Rupees (in Lakh)

1. The applicant must have the necessary liquidity to withstand


the working capital that the contract will require until payment is
received for accepted completed work.
2. Liquidity will be determined from the bank balance only.

3. Credit limit/bank limits will not be considered for calculating


working capital.
4. Contractor to submit photocopy of pass book duly attested by
the concerned bank.
5. The following details as per pass book be submitted :Max bank balance during Mar 2010- Rs __________.

More than 50% of


estimated cost

30

More than and


equal to 25% but
less than 50% of
estimated cost

20

More than and


equal to 10% but
less than 25% of
estimated cost

15

Less than 10% of


estimated cost

Remarks

The cost of
work given
in NIT will
be treated
as
Estimated
cost

Max bank balance during Apr 2010- Rs ___________.


Max bank balance during May 2010- Rs __________.
Max bank balance during Jun 2010 Rs __________.
Max bank balance during Jul 2010 Rs ___________.
Max bank balance during Aug 2010 Rs __________.
Total
- Rs ___________.
Working Capital = Total
6

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No. 09
ANNUAL TURNOVER
Criterion C2
ROAD WORKS

Description
Annual Turn Over

Assessment Scoring
Criterion Value (in Rupees)
Average annual turnover during last three
financial years ending 31 Mar of the FY:-

The experience and


capabilities
to More than 50% of estimated cost/Yr
execute the work with
desired speed is also More than or equal to 30% and less than
one of the major 50% of estimated cost/yr
factor.
Less than 30% of estimated cost /Yr

Remarks
Points

20

1. Any
documentation as
required to
demonstrate
conformance.

10
0

2. Form 16 A issued
by
concerned
authority
alongwith
the
acceptance
letters of contracts be
submitted.

Note :- 1. Only experience of Govt Sector/PSU will be considered.


2. The cost of work given in NIT will be treated as Estimated cost.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No 10

ORGANIZATIONAL STANDING
Criterion C3
Key Technical Personnel
Information to be provided

Assessment
Qualifications and Experience
Graduate
Engineer

Remarks
Points

Diploma
Engineer

Qualification and experience of


Technical staff CV of each
following pers should be
submitted

Junior Engineer/site supervisor


(02 Nos)

Signature of Contractor

CV alongwith
photograph to
be submitted

02 Nos

5x2=10

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No. 11

EXPERIENCE IN HILLY AREA (EXECUTION CONTRACT/SUPPLY CONTRACT) (AFTER 01 APR


2005)
Criterion C4

Description
As the work to be executed in
hilly terrain, the experience in
hilly terrain is key factor for
successful completion of project.
Experience in hilly area for road
and bridge works completed/in
progress more than 25% of the
estimated cost per financial
year will be considered.

Assessment Scoring

Points

More than 4 yrs

10

More than or equal to 2


yrs and Less than 4 Yrs

05

Less than 2 yrs

Remarks
1. Any documentation as
required to demonstrate
conformance.
2. Form 16 A issued by
authority
concern
be
submitted
alongwith
acceptance
letters
of
contract.

Note :- 1. Experience of Govt Department/PSU will only be considered.


2. The cost of work given in NIT will be treated as Estimated Cost.

Signature of Contractor
For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No. 12
WORKING EXPERIENCE

Description
Experience of having
successfully
completed
similar
type of work is one of
the major factors for
successful
completion of project.

Criterion C5
Assessment Scoring

Points

Experience of having successfully


completed similar works during last 7
years ending last day of month
previous to the one in which
applications are invited should be
either of the following:-

1.
Acceptance
letter
alongwith its completion
certificate
issued
by
competent authority for the
particular work. For each
work separate acceptance
letter
and
completion
certificate is required to be
submitted.

(i) Three similar completed works


costing not less than the amount
equal to 40% of the estimated cost.

2. In case of running
contract payment received
upto last RAR will be
considered for evaluation.

OR
Two similar completed works costing
not less than the amount equal to
50% of the estimated cost.

Remarks

30

OR
One similar completed work costing
not less than the amount equal to
80% of the estimated cost.

3. Similar Type of Work


means supply of retro
reflective
warning/mandatory
/informatory road sign
boards.

(ii) Two similar completed works


costing not less than the amount
equal to 40% of the estimated cost.
OR
20
One similar completed work costing
not less than the amount equal to
70% of the estimated cost.
(iii) One similar completed work
costing not less than the amount
equal to 60% of the estimated cost.

15

(iv) Others

Note :- 1. Experience of Govt Department/PSU will only be considered.


2. The value of executed works shall be brought to current costing level
by enhancing the actual value of work at simple rate of 7% per annum;
calculated from the date of completion to last date of receipt of
applications for tenders.
3. The cost of work given in NIT will be treated as Estimated cost.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11
GENERAL CONDITIONS OF CONTRACTS
IAFW-2249: 1989 PRINT
FOR
LUMP SUM CONTRACTS (IAFW-2159)
AND
ITEM RATE CONTRACTS (IAFW-2249)

1.
A copy of the GENERAL CONDITIONS OF CONTRACTS (IAFW-2249): 1989 Print with
Errata 1 to 20 and Amendment No1 to 15 has been supplied to me/us and or is in my/our
possession. I/We have read and understood the provisions contained in the aforesaid GENERAL
CONDITIONS OF CONTRACS before submission of this tender and I/we agree that I/we shall
abide by the terms and conditions thereof, as modified, if any elsewhere in these tender documents.
2.
It is hereby further agreed and declared by me/us, the GENERAL CONDITIONS OF
CONTRACTS including conditions 70 thereof pertaining to settlement of disputes by arbitration,
containing pages (Serial page No. 13 to 104) with Errata 1 to 20 and Amendment No 1 to 15 form
part of these tender documents.
3.
Wherever the phrases Commander Works Engineer (CWE) and Garrison Engineer (GE)
have been used in the General Conditions of Contract (IAFW-2249) the same are considered as
Task Force Commander and OC Contract respectively as applicable in Border Roads Organization.

(Signature of Contractor)
Dated_________

For Accepting Officer


Dated____________

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No. 105


SPECIAL CONDITION

1.
General : The following special conditions shall be read in conjunction with
General Conditions of contract IAFW-2249,1989 print including variance with that of the
aforesaid provisions, the former shall be deemed to take precedence there.
2.
Inspection of Site :
The contractor is advised to inspect the site (s) of work
by making prior appointment with the Chief Engineer Project Shivalik, IDPL Complex,
Virbhadra, Rishikesh Commander 761 BRTF or OC 65 RCC C/o 56 APO so as to
acquaint himself with communication, conditions of access and all other cognate matters
concerning the execution and completion of the work. The tenderer shall be deemed to
have inspected the site and made himself familiar with various factors which may affect his
quotation whether he actually inspects the site or not. No extra charges consequent on
misunderstanding or otherwise will be allowed.
3.
Land for Office, etc : The contractor shall have to make his own arrangement
for land as may be required by him for housing of staff and labour and for erection of
stores sheds, Office, go-downs, for installation of HMP etc. The contractor must ensure
that the staff, labour,Plant/equipment, stores etc, employed or collected in connection with
the work are so located that there is no hindrance to the free flow of the traffic on the
highway. Suitable warning boards, light and other measures shall be provided by the
contractor at his own cost for safe movement of traffic.
4.
Water :
The contractor shall make his own arrangement for the supply of water
required for the work and for the use by his staff/workmen at his own expense. The
contractor shall also arrange for storage and conveyance of water, if necessary, at his own
expense.
5.

Wages payable to labour :


(a)
The contractor shall pay wages not less than the fair wage fixed from time to
time by the State Government or minimum wages fixed under the minimum wages
Act by Central Government whichever is higher.
(b)
The contractor shall observe the Laws/ Rule Regulations of Government of
Uttaranchal State regarding the employment of labour, mode of payment of wages
and cognate matters relating to the local conditions.

6.
Royalties : No quarries on charge of department are available. The contractor
shall make his own arrangement for obtaining land for quarrying sand/stones and
obtaining other materials required for the work. Payment of royalties of each materials
shall be borne by the contractor.
7.
Movement of Contractors Vehicles : Minimum classification of existing bridges
on the roads are Class 18 R bridges, contractor should not bring any heavier
plant/equipment as such vehicle/plant/ equipment shall not be allowed on the
bridges. The contractors vehicles may be required to ply in convoys as per
directions given by the concerned Civil/Military authorities. No extra payment/time will
be admissible on this account.
In case the condition of these bridges warrant further downward load classification
due to any unforeseen circumstances, the same will be done by the OC Contract whose
decision shall be final and binding. In case of any such eventuality, the contractor may have
to unload his heavy load carried at locations, indicated to suit the load classification
indicated by the OC Contract. Any such heavy load carriage thus necessitated across such
indicated bridge(s) shall have to be done by the contractor without any additional payment
and no claim whatsoever on these accounts will be entertained.
Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/
8.

/2010-11

Supply of Railway Wagon

Page No. 106


:

(a)
The contractor shall himself be solely responsible for obtaining Railway
Wagons for the movement of materials for the works. In the event of contractor
being unable to get Railway wagons through his resources he may apply in writing
to the TFC, who may afford help to the extent, be deemed fit, for obtaining from the
railway authorities such wagons and priorities thereof, as may be necessary for
transport of materials.
(b)
It should be noted that this condition does not amount to any guarantee,
expressed or implied, that the contractor shall be provided wagons on priorities. The
Government shall not be held liable in case no wagons on priorities are allotted.
(c)
The contractor shall have the wagons consigned to the TFC or to any other
Government Official nominated by the TFC for the purpose. The TFC shall have the
Railway receipts endorsed in favour of the contractor to the Railway authorities.
Although the wagons may be consigned to the TFC or any other official nominated
by him, the contractor shall still be responsible for any under charges on railway
freight, for the carriage, loading/unloading of the materials at both the ends for
payment of any penalty for not utilizing the allotted wagons as also for any
demurrage, wharfage etc.
(d)
If as a result of the TFC or any other Government official named as the
consignee, the TFC is required to pay to the Railway any charges mentioned herein-before. Such charges shall be recovered from the payments being made to the
contractor as Advance on Account or any other amounts which may become due
to the contractor.
(e)
The materials shall be at the risk of the contractor during transit and during
loading/ unloading and also while being stored or stacked. Government will not be
held responsible for any losses that may occur at any time.
(f)
The contractor shall have no claim whatsoever for compensation, damages,
extension of time etc against Government on account of non allotment, delay in
allotment or allotment of any insufficient number of wagons.
(g)
The assistance given by the TFC in arrangement for the provisions of
Railway wagons under the above conditions shall not be held to confirm any
additional right on the contractor or create any liability for Government which is not
contemplated under any other conditions of this contract.
(h)
The contractor shall not use the wagons to be provided under the above
arrangement for any purpose other than the transportation of materials required for
the work under this contract.
9.

Attendance of Departmental Workmen and other Agencies :


The contractor shall permit free access and generally afford all facilities and
usual convenience to other agencies and/or Departmental workmen to carry out
works, if any, under separate arrangements. The contractor shall not be allowed any
extra payment on this account.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/
10.

/2010-11

Page No.107

Security Restrictions :
(a)
Contractor shall employ only Indian National after verifying their
antecedents and loyalty. The contractor shall, on demand by the Engineer-inCharge, submit list of his agents, employees and work people concerned and shall
satisfy the Engineer-in-Charge as to the bonafide credential of such people.
(b)
The contractor and his workmen shall observe all the rules promulgated by
the authority controlling the area in which work is to be carried out e.g. prohibition of
smoking, lighting, fire precautions, search of persons on entry and exit, keeping to
specified routes and restricted hours of work etc. Through search of all persons and
transport may be conducted by the departmental authorities at the site of works at
any time and any number of times for security reasons, permits are to be obtained
from Civil authorities by the contractor, for himself, his staff and labour. Nothing shall
be paid extra on this account.
(c)
Necessary assistance will be extended to the contractor by the department for
providing passes/permits to the contractor, his representatives and workmen to enter
the State UP/UK etc.

11.
Taxes :
The tendered item rate/ total amount shall interalia, be deemed to
be inclusive of all taxes, viz., terminal taxes, toll taxes, octroi, sales taxes and the like levies
payable under the respective existing status.
12.
REIMBURSEMENT/REFUND ON VARIATION IN : TAXES DIRECTLY RELATED
TO CONTRACT VALUE
(a) The rates quoted by the contractor shall be deemed to be inclusive of all
taxes ( including sales Tax/VAT on materials, Sales Tax/VAT on Works Contracts,
Turnover Tax, Service Tax, Labour Welfare Cess/Tax etc), duties, Royalties, Octroi
& other levies payable under the respective states. No re-imbursement/refund for
variation in rates of taxes, duties, royalties, Octroi & other levies, and/or
imposition/abolition of any new/existing taxes, duties, Royalties, Octroi & Other
levies shall be made except as provided in sub para (b) here-in-below :
(b)
(i)
The taxes which are levied by Government at certain percentage rates
of Contract Sum/Amount shall be termed as taxes directly related to contract value
such as Sales Tax/VAT on works contracts, Turnover Tax, Labour Welfare Cess/tax
and like but excluding Income Tax. The tendered rates shall be deemed to be
inclusive of all taxes directly related to contract value with existing percentage
rates as prevailing on last due date for receipt of tenders. Any increase in
percentage rates of taxes directly related to contract value with reference to
prevailing rates on last
due date for receipt of tenders shall be reimbursed to the
contractor and any decrease in percentage rates of tax directly related to contract
value with reference to prevailing rates on last due date for receipt of tenders shall
be refunded Contractor the Govt./deducted by the Govt. from any payments due
to the contractor. Similarly imposition of any new taxes directly
related
to
contract value after the last due date for receipt of tenders shall be reimbursed
to
the contractor and abolition of any taxes directly related to contract
value
prevailing on last due date for receipt of tenders shall be refunded by the contractor
to the Govt./deducted by the Govt. from the payments due to the contractor.

Signature of Contractor
Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

/2010-11

Page No.108

(ii)
The contractor shall, within a reasonable time of his becoming aware of
variation in percentage rates and/or imposition of any taxes directly related to
contract value give written notice thereof to the OC Contract stating that the same is
given pursuant to this Special Condition, together with all information relating thereto
which he may be in a position to supply. The contractors shall submit the other
documentary proof/information as the OC Contract may require.
(iii)
The contractor shall, for the purpose of this condition keep such books of
account another documents as are necessary and shall allow inspection of the same
by a duly authorized representative of Govt,, and shall further, at the request of the
OC Contract furnish, verified in such a manner as the OC Contract may require, any
documents so kept and such other information as the OC Contract may require.
(iv)
Reimbursement for increase in percentage rates/imposition of taxes directly
related to contract value shall be made only if the contractor necessarily and
properly pays additional taxes directly related to contract value to the Govt.
without getting the same adjusted, against any other tax liability or without getting
the same refunded from the concerned Government
Authority and submit
documentary proof for the same as the OC Contract may require.
13.
Foreign Exchange/Import Licence:
No foreign and/or import license will be
arranged by the department in connection with the work under this contract.
14.

Contractors Plant/Equipment at Site:


(a)
The Contractor shall furnish to the Engineer-in-Charge a distribution return of
his plant/equipment on the work site, stating the following particulars:(i)
Particulars of plant/eqpt i.e., Make, Manufactures No., Model No, if
any, Registration No, if any, capacity, year of Manufacture, year of purchase
etc.
(ii)
Total quantity on site of work
(iii)

Location indicating quantity at the site work

(b)
For the purpose of this condition, Plants/Eqpts shall include all vehicles,
eqpt/plant but not the workmens tool and/ or any manually operated tools.
(c)
The Engineer-in-Charge shall record the particulars supplied by the contractor
as aforesaid, in the work diary and send a return to the OC Contract for record in his
office.
(d)
The first return shall be submitted immediately after any plant or equipment
has been brought by the contractor to the work site. Thereafter, every week changes
in the return shall be furnished in the following form :
S/No

Particulars of
Plants/Eqpts

Total No of site
of work

Location

Remarks

Addition since
Reduction since
___________________________________________________________________
Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

/2010-11

Page No.109

(e)
A complete return showing the upto date position of Plants/eqpts at site shall
be submitted on 15th of every month till the works are completed and the site
cleared.
(f)
The contractors attention is invited to condition 34 of General Condition of
this contact according to which no tool, plant/eqpt shall be removed off the site
without written approval of OC Contract.
15.

Loss or damages on account of Enemy action :


(a)
If as a result of enemy action, the contractor suffers any loss or damage, the
Government shall reimburse to the contractor such loss or damage to the extent and
in the manner here-in-after provided :(i)
The loss suffered by him on account of any damage or destruction of
his plant/equipment ( as defined in condition 13 (b) above) or materials or any
part or parts thereof. The amount of loss assessed by the Accepting Officer of
the contract on this account shall be final and binding.
(ii)
Compensation paid by him under law for the time being in force to any
workmen employed by him for any injury caused to him or the workmens
legal successors for loss of the workmen.
(b)

16.

No reimbursement shall be made nor any compensation shall be payable


under the above provisions unless the contractor had taken air Defences
precautions ordered in writing by OC concerned or in the absence of such
order, reasonable precautions were taken. No reimbursement shall be made
nor shall any compensation be payable for any plant/equipment or equipment
not lying on the site of work at the time of enemy action.

Time and Progress chart :


(a)
The time and progress chart to be prepared as per General Conditions
of contracts shall consist of detailed net-work analysis and a time schedule. The
critical path net-work will be drawn jointly by the OC Contract and the contractor
soon after acceptance of the tender. The time scheduling of the activities including a
net-work for all preliminary arrangements for mobilization of resources e.g.
manpower, plant and machinery shall be done by the contractor so as to complete
the work within the stipulated time. On completion of the time schedule a firm
calendar date schedule shall be prepared and submitted by the contractor to OC
Contract who will approve it after due scrutiny. The schedule will be submitted in
quadruplicate within three weeks from the date of handing over the site.
(b)
During the currency of the work, the contractor is expected to adhere to the
time schedule and this adherence will be a part of the contractors performance
under the contract. During the execution of the work the contractor is expected to
participate in the review and updating of the net-work undertaken by the OC
Contract. The review may be undertaken at the discretion of the OC Contract either
as periodic appraisal measure or when the quantum of work ordered on the
contractor is substantially changed through deviation orders or amendments. Any
requisition of the schedule as a result of the review shall be submitted by the
contractor to the OC Contract within a week who will approve it after due scrutiny.

Signature of Contractor
Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

/2010-11

Page No.110

The contractor shall adhere to the revised schedule thereafter. In case of the
contractor agreeing to the revised schedule the same will be referred to the
accepting officer whose decision will be final, conclusive and binding. OCs approval
to the revised schedule resulting in a completion date beyond the stipulated date(s)
of completion shall not automatically amount to grant of extension of time. Extension
of time shall be considered and decided by the appropriate authority mentioned in
condition 11 of General Conditions of contract and separately regulated.
(c)
The contractor is expected to mobilize and employ sufficient resources to
achieve the detailed time schedule within the broad frame-work of the accepted
methods of work and safety.
(d)
No additional payments will be made to the contractor for any multiple shift
work or other incentive methods contemplated by him in his work schedule even
though the time schedule is approved by the department.
17.

Permit from Local Authorities for plying vehicles :

Contractor shall make his own arrangements for obtaining necessary permit from
local authorities for plying his vehicles for the work in accordance with the rules and
regulations of the land.
18.

Registration for Trade Tax, Income Tax etc :

Tendered item rates shall also be deemed to include payment of all taxes
like Registration fee, Trade Tax, Income Tax ,Service Tax and other taxes / levies to
be paid to the State Government or Central Government already in force and as may be
modified from time to time. The contractor may ascertain full details in this respect from the
concerned department(s).
19.
Electricity : No electricity will be supplied by the department. The contractor shall
make his own arrangement for necessary electricity and power, if required.
20.

Completion Drawings :

The contractor shall submit completion drawings to the OC Contract within one
month of actual completion, but before final payment. Completion drawings (accurate and
correct in all respects), in bound copies, 3 sets of prints and one polyester film of quality, to
be approved by TFC.
21.
Appointment of Arbitrator (Applicable only for contract agreement to be
executed between BRO and a Public Enterprises :
In the event of any dispute or difference between the parties hereto, such dispute
or differences shall be resolved amicably by mutual consultation or through the good offices
of empowered agencies of the Government. In the event of any such dispute or differences
relating to the interpretation and application of the provisions of contracts where such
resolution is not possible then the un-resolved dispute or differences shall be referred by
either party to the Arbitration of one of the Arbitrators in the department of Public
Enterprises to be nominated by the Secretary to the Government of India in-charge of the
Bureau of Public Enterprises and in such case the Arbitration and Conciliation Act 1996
shall not be applicable to the arbitration under this clause. The award of the Arbitrator shall
be bindings upon both the parties to the dispute. Provided, however, any party, aggrieved
by such award, may make a further reference for setting aside or revision of the award to
the Law Secretary, department of Legal Affairs, Ministry of Law and Justice, Government of
India, upon such reference the dispute shall be decided, the Law Secretary or the special
Secretary/additional Secretary when so authorized by the Law Secretary, whose decision
shall bind the parties conclusively. The parties to the dispute will share equally; the cost of
arbitration proceedings as intimated by the Arbitrator.
Signature of Contractor
Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

22.

/2010-11

Page No.111

Security of Classified Documents :

The contractor shall not communicate any classified information regarding works
either to sub-contractors or others without prior approval of Engineer-in-Charge. The
contractor shall also not make copies of the design/drawings and other documents
furnished to him in respect of works and he shall return all documents on completion of the
works or whenever ordered to do so. The contractor shall along with final bill attach a
receipt from the Engineer-in-Charge in respect of his having returned the classified
documents.
23.

Record of consumption of Stores:


(a)
For the purpose of keeping a record of stores consumed in works, the
contractor shall maintain a pucca bound register in the form approved by the
Engineer-in-Charge showing daily quantity used in works. The register shall be
signed daily by the contractors representative and the Engineer-in-Charge in token
of their verification of its correctness. The check will not, however, absolve the
contractor of his responsibility to justify the consumption of stores at the time of
finalization of his work.
(b)
The register shall be kept at site in the safe custody of the contractor during
progress of the work and shall, on demand, be produced for verification of inspecting
officers.

24.
In the tender documents/contract documents wherever the following words
appear should be read as under :(a)

CWE means

Commander in Task Force (GREF)/TFC

(b)
(c)

GE means
Engineer-in-Charge means

:
:

(d)

MES means

Officer Commanding (OC)


Assistant Engineer (AE), Assistant
Executing
Engineer
(AEE)
or
Superintendent Grade I/II
or Store Supervisor Grade I/II (SS I/II)
General Reserve Engineer Force (GREF)

25.
Certificate regarding payment of Royalty: - The contractor
certificate regarding payment of Royalty charges along with the bill .

shall

submit

It is certified that I/We, M/s (Primary Licence Holder) having a license


No__________
ssued
by
Forest
/Mining
Department,
Government
of
____________M/s
___________________________(Contractor)
against
CA
No
CE(P)
/TF
Commander_____________to____________during
the
period
from________________to_______________.

Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

/2010-11

Page No.112
Quantity supplied

It is further certified that Royalty etc for the above quantity of materials at applicable
rates have been paid by us to the concerned department of the Government of
Uttarakhand. A copy of No demand certificate/Challan/Permit/Affidavit duly verified by the
concerned department etc is herewith.
(M/s __________________________________)
Primary License Holder
26.

Inspection.

26.1

Inspection Authority. Commander Task Force.

26.2 Inspection Officer/Agent. Board of Officers detailed by Commander TF/ the


authority concerned for the purpose shall carry out the inspection.
26.3

Facilities for Inspection.

26.3.1
The firm shall supply one complete set of Inspection Authority within a period
of 15 days from the date of placement of order on the firm. However, firm is not liable to
give those drawing, which they feel are their trade secrets.
26.3.2
All inspection facilities including inspection gauges, testing benches/testing
tools etc shall be provided by the firms free of cost of inspection and testing of the
components for ensuring the stores are manufactured in accordance with specification,
drawing and standard.
27
Bolts, nuts, washers, plates and supports conforming to IS specifications
mentioned in the Particular Specifications for erection of gantry and road sign
boards will be provided by the contractor at least 15 days before transporting the
gantry/road sign board to site.
27.1 Matter to be written on Retroreflective Road Sign Overhead Gantry Sign
Board/Butterfly Board/Cantilever Board/Shoulder mounted Sign Board alongwith
detailed specifications will be provided in written by OC contract while placing work
order.
27.2 Specified location between Km 52.88 to 202.00 on Tanakpur-Pithoragarh road
where Retroreflective Road Sign Overhead Gantry Sign Board/Butterfly Board/Cantilever
Board/Shoulder mounted Sign Board are to be fixed will be provided by OC Contract in
writing.
28.
Testing Certificate. The contractor to furnish testing certificate of material being
used from the approved laboratory as directed by Engineer-in-Charge/OC Contract. The
payments for testing of material from approved laboratory will be borne by the contractor.
29.
Rates :
The contract unit rate for the work as mentioned in schedule A herein shall be paid in full for carrying out the required operation as specified. The rates
will be deemed inclusive of various factors specified in SchA and Particular Specification
of tender documents. No reimbursement on account of variations in cost of material, fuel
and labours required for the completion/execution work shall be entertained
30.
Disputes : All cases of disputes under this contract shall be dealt under Arbitration
and Conciliation Act 1996. The arbitration award published by the Arbitrator shall be filed in
the any appropriate court in Uttarakhand State or Nanital Court shall be deemed to have
jurisdiction on all matter executed/ to be executed under this contract. The arbitrator shall
give reasons for the award in each and every case in respect of the value of claims or
counter claims.
Signature of Contractor
Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

/2010-11

Page No.113

31.
Legal Jurisdiction : Legal jurisdiction for this contract agreement shall be Honble
Nanital High Court only.
32.

Following details shall be furnished by the contractor to OC Contract :


(a)

Bank A/C No

(b)

Bankers Name and address

( c)

Permanent address

33.
No RAR will be paid on supply of material. RAR will be paid for executed work in all
respect.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No.114
PARTICULAR SPECIFICATIONS

A.

TRAFFIC SIGNS

1.

GENERAL :

1.1
The colour, configuration, size and location of all traffic signs for highways other than
Expressways shall be in accordance with the Code of Practice for road signs, IRC:67 or as the
drawings provided by the OC contract. For Expressways, the size of the signs, letters and their
placement shall be as specified in the Contract drawings and relevant specifications. In the
absence of any details or for any missing details, the signs shall be provided as directed by the
engineer.
1.2
The signs shall be reflectorised or as directed by the Engineer-in-Charge/OC Contract.
When they are of reflectorised type, they shall be of retro-reflectorised type and made of
microprismatic reflective sheeting as per ASTMD4956-07 fixed over aluminium sheeting as per
these specifications.
1.3
In general, cautionary and mandatory signs shall be fabricated through process of screening
printing. In regard to informatory signs with inscriptions, either the message could be printed over
the reflective sheeting or as directed by the Engineer-in-Charge/OC Contract.
2.

Design for Foundation for installing Gantry.

2.1
Design given in the tender documents, for foundation for installing Gantry and Over
Head structure, is a rough guidance only.
2.2
Design for foundation for installing Overhead Gantries will be provided by the
contractor after the approval of Cdr TF only. Based on the approved design, work for
foundation will be carried out departmentally. Necessary nut, bolts required for installation
will be provided by the contractor well in time.
3.
Materials.
The various materials and fabrication of the traffic signs shall conform to the
following requirements:3.1
Concrete: Concrete shall be of the grade shown on the Contract drawings or otherwise as
directed by the Engineer-in-Charge/OC contract. Work will be carried out departmentally.
3.2
Reinforcing Steel. Reinforcing steel shall conform to the requirement of IS : 1786 unless
otherwise shown on the drawing or otherwise as directed by the Engineer-in-Charge or OC
Contract. Work will be carried out departmentally.
3.3
Bolts, Nuts, Washers.
High strength bolts shall conform to IS: 1367 whereas
precision bolts, nuts, etc. , shall conform to IS:1364.
3.4
Plates and supports.
Plates and support sections for the sign posts shall conform to
IS:226 and IS:2602 or any other relevant IS specifications.
3.5
Aluminium.
Aluminium sheets used for sign boards shall be of smooth, hard and
corrosion resistant aluminium alloy conforming to IS: 736-Material designation 24345 or 1900.
3.6
Signs with a maximum side dimension not exceeding 600 mm shall not be less than 1.5 mm
thick. All others shall be at least 2 mm thick. The thickness of the sheet shall be related to the size
of the sign and its support and shall be such that it does not bend or deform under the prevailing
wind and other loads.
3.7
In respect of sign sizes not covered by IRC:67, the structural details (thickness, etc.) shall be
as per the drawings or otherwise as directed by the Engineer-in-Charge/OC contract.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

4.

/2010-11

Page No.115

Traffic Signs having Retro-reflective Sheeting.

4.1
General requirements. The retro-reflective sheeting used on the sign shall
consist of the white or coloured sheeting having a smooth outer surface which has the
property of retro-reflection over its entire surface. It shall be weather resistant and show
colour fastness. It shall be new and unused and shall show no evidence of cracking,
scaling, pitting, blistering, edge lifting or curling and shall have negligible shrinkage or
expansion. A certificate of having tested the sheeting for these properties in an
unprotected outdoor exposure facing the sun for two years and its having passed
these tests shall be obtained from a reputed laboratory, by the manufacturer of the
sheeting. The reflective sheeting shall be of high intensity prismatic as per ASTMD 495607.
4.2. High Intensity Prismatic Sheeting.
This sheeting shall be of micro prismatic.
The retro-reflective surface after cleaning with soap and water and in dry condition shall
have the minimum co-efficient of retro-reflection (determined in accordance with ASTMD
4956-07).
HIGH INTENSITY PRISMATIC TYPE IV SHEETING

Observation
angle

Entrance
angle

White

Yellow

Orange

Green

Red

Blue

Brown

0.10B
0B
0.1
0
0.2
0
0.2
0
0.5
0
0.5

+40
0
+30
0
-4
0
+30
0
-4
0
+30

500
240
260
170
150
72

380
175
270
135
110
54

200
94
145
68
60
28

70
32
50
25
21
10

90
42
65
30
27
13

42
20
30
14
13
6

25
12
18
8.5
7.5
3.5

Fluorescent
YellowGreen
400
185
290
135
120
55

Fluorescent
Yellow

Fluorescent
Orange

300
140
220
100
90
40

150
70
105
50
45
22

4.3
Messages/Borders. The mesages (legands, letters, numerals etc.) and borders shall be
screen-printed only. Screen printing shall be processed and finished with materials and in a
manner specified by the sheeting manufacturer.
4.4
For screen-printed transparent coloured areas on white sheeting, the co-efficient of retroreflection shall not be less than 50 percent of the values of corresponding colour in Tables 800-1
and 800-2 of MOSRT&H specifications (fourth revision ) re-printed Nov 2008, as applicable,.
4.5
Colour. Unless otherwise specified, the general colour scheme shall be as stipulated in
IS:5 Colour of Ready Mixed Paints, viz
Blue

IS

Colour

No. 166: French Blue

Red

IS

Colour

No. 537: Signal Red

Green

IS

Colour

No. 284: India Green

Orange

IS

Colour

No. 591: Deep Orange

The colours shall be durable and uniform in acceptable hue when viewed in day light or
under normal headlights at night.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No.116

4.6
Adhesives.
The sheeting shall either have a pressure-sensitive adhesive of the
aggressive-tack type requiring no heat, solvent or other preparation for adhesion to a smooth clean
surface, or a tack free adhesive activated by heat, applied in a heat-vacuum applicator, in a manner
recommended by the sheeting manufacturer. The adhesive shall be protected by an easily
removable liner (removable by peeling without soaking in water or other solvent) and shall be
suitable for the type of material of the base plate used for the sign. The adhesive shall form a
durable bond to smooth, corrosion and weather resistant surface of the base plate such that it shall
not be possible to remove the sheeting from the sign base in one piece by use of sharp instrument.
In case of pressure-sensitive adhesive sheeting, the sheeting shall be applied in accordance with
the manufacturers specifications. Sheeting with adhesives requiring use of solvents or other
preparation for adhesive shall be applied strictly in accordance with the manufacturers instructions.
4.7
Refurbishment.
Where existing signs are specified for refurbishment, the sheeting
shall have a semi-rigid aluminium backing pre-coated with aggressive-tack type pressure sensitive
adhesive. The adhesive shall be suitable for the type of material used for the sign and should
thoroughly bond with the material.
4.8

Fabrication.

4.8.1 Surface to be reflectorised shall be effectively prepared to receive the retro-reflective


sheeting. The aluminium sheeting shall be de-greased either by acid or hot alkaline etching and all
scale/dust removed to obtain a smooth plain surface before the application of retro-reflective
sheeting. If the surface is rough, approved surface primer may be used. After cleaning, metal shall
not be handled, except by suitable device or clean canvas gloves, between all cleaning and
preparation operation and application of reflective sheeting/primer. There shall be no opportunity
for metal to come in contact with grease, oil other contaminants prior to the application of retroreflective sheeting.
4.8.2 Complete sheets of the material shall be used on the signs except where it is unavoidable;
at splices, sheeting with pressure sensitive adhesives shall be overlapped not less than 5 mm.
sheeting with heat-activated adhesives may be spliced with an overlap not less than 5 mm or butted
with a gap not exceeding 0.75 mm. Where screen printing with transparent colours is proposed,
only butt jointing shall be used. The material shall cover the sign surface evenly and shall be free
from twists, cracks and folds. Cut-outs to produce legends and borders shall be bonded with the
sheeting in the manner specified by the manufacturer.
4.9
Warranty and durability.
The contractor shall obtain from the manufacturer a seven
year warranty for satisfactory field performance including stipulated retro-reflectance of the retroreflective sheeting of high intensity grade and a five year warranty for the adhesive sheeting of
engineering grade and submit the same to the Engineer. In addition, a seven year and a five year
warranty for satisfactory in-field performance of the finished sign with retro-reflective sheeting of
high intensity grade and engineering grade respectively, inclusive of the screen printed or cut
letters/legends and their bonding to the retro-reflective sheeting shall be obtained from the
Contractor/supplier and passed on to the engineer-In-Charge/OC Contract. The
Contractor/Supplier shall also furnish a certification that the signs and materials supplied
against the assigned work meets all the stipulated requirements and carry the stipulated
warranty.
4.9.1 Processed and applied in accordance with recommended procedures, the reflective material
shall be weather resistant and, following cleaning, shall show on appreciable discoloration,
cracking, blistering or dimensional change and shall not have less than 50 per cent of the specified
minimum reflective intensity values (Tables 800-1 and 800-2 of MOSRT&H specifications (fourth
revision ) re-printed Nov 2008) when subjected to accelerated weathering for 1000 hours, using
type E or EH Weatherometer (AASHTO Designation M 268).

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

5.

/2010-11

Page No.117

Installation.

5.1
Sign posts, their foundations and sign mountings shall be so constructed as to hold these in
a proper and permanent position against the normal storm wind loads or displacement by
vandalism. Normally, signs with an area upto 0.9 sq. m. shall be mounted on a single post, and for
greater area two or more supports shall be provided. Sign supports may be of mild steel, reinforced
concrete or galvanized iron (G.I). Post-ends shall be firmly fixed to the ground by means of
properly designed foundation. The work of foundation shall conform to relevant specifications as
specified.
5.2
All components of signs and supports, other than the reflective portion and G.I. posts shall
be thoroughly descaled, cleaned primed and painted with two coats of epoxy paint. Any part of mild
steel (M.S) post below ground shall be painted with three coats of red lead paint.
5.3
The signs shall be fixed to the posts by welding in the case of steel posts and by bolts and
washers of suitable size in the case of reinforced concrete or G.I posts. After the nuts have been
tightened the tails of the board shall be furred over with a hammer to prevent removal.
6.
Measurement for payment. The measurement of standard cautionary, mandatory and
information signs shall be in numbers of different types of sign boards supplied as per Schedule A.
7.
Rate. The contract unit rate shall be payment in full for the cost of making the road sign,
including all materials, supply at the site and incidentals to complete the work in accordance with
the specifications as per Schedule A and Particular Specifications.
B.

OVERHEAD SIGNS (GANTRY)

1.

General

1.1
Overhead signs may be used in lieu of, or as an adjunct to, ground signs where the situation
so warrants for proper information and guidance of the road user.
1.2
From safety and aesthetic standpoints, overhead signs shall be mounted on overhead
bridge structures wherever possible. Where these are required to be provided at some other
locations, the support system should be properly designed based on sound engineering principles,
to safely sustain the dead load, live load and wind load on the completed sign system. For this
purpose, the overhead signs shall be designed to withstand a wind loading of 150kg/m2 normal to
the face of the sign and 30 kg/ m2 transverse to the face of the sign. In addition to the dead load of
the structure, walkway loading of 250 kg concentrated live load shall also be considered for the
design of the overhead sign structure.
2.
Height.
Overhead signs shall provide a vertical clearance of not less than 5.5 m over
the entire width of the pavement and shoulders except where a lesser vertical clearance is used for
the design of other structures. The vertical clearance to overhead sign structures or supports need
not be greater than 300 mm in excess of the minimum design clearance of other structures.
2.1

Lateral clearance.

2.1.1 The minimum clearance outside the usable roadway shoulder for expressway signs
mounted at the road side or for overhead sign supports either to the right or left side of the roadway
shall be 1.80 m. This minimum clearance of 1.80 m shall also apply outside of an unmountable
kerb. Where practicable, a sign should not be less than 3 m from the edge of the nearest traffic
lane. Large guide signs should be farther removed preferably 9 m or more from the nearest traffic
lane, unless otherwise specified. Lesser clearances, but not generally less than 1.80 m , may be
used on connecting roadways or ramps at inter-changes.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No.118

2.1.2 Where a median is 3.6 m or less in width, consideration should be given to spanning over
both roadways without a central support. Where overhead sign supports cannot be placed at a safe
distance away from the line of traffic or in an otherwise protected site, they should either be so
designed as to minimize the impact forces or protect motorists adequately by a physical barrier or
guard rail of suitable design.
2.1.3 Number of Signs at an Overhead Installation.
In no case should there be more than
three signs displayed at any one location, including regulatory or warning signs, either on the
overhead structure or on its support.
2.1.4

Materials for Overhead Sign and Support Structure.

2.1.4.1
Aluminium alloy or galvanized steel to be used as truss design supports shall
conform to relevant IS. These shall be of sections and type as per structural design requirements
as shown on the plans.
2.1.4.2
After steel trusses have been fabricated and all required holes punched or drilled on
both the horizontal truss units and the vertical and support units, they shall be painted in
accordance with IS specifications.
2.1.4.3
Where aluminium sheets are used for road signs, they shall be of smooth, hard and
corrosion resistant aluminium alloy conforming to IS 736-Material Designation 24345 or 1900. The
thickness of sheet shall be related to the size of the sign with minimum thickness of sheet as 2.0
mm.
2.1.4.4
High strength bolts shall conform to IS:1367 whereas precision bolts, nuts etc shall
conform to IS:1364.
2.1.4.5

Plates and supports sections for sign posts shall conform to IS:226 and IS: 2062.

2.1.4.6
The overhead signs shall be reflectorised with high intensity retro-reflective sheeting
preferably of encapsulated lens type.
2.2

Size, Locations, etc of Signs.

2.2.1 The size of the signs, letters and their placement shall be as specified in the contract
drawings and specifications.
2.2.2 In the absence of details or for any missing details in the Contract documents, the signs
shall be provided as directed by the engineer.
3.

Installation.

3.1
The supporting structure and signs shall be fabricated and erected as per details given in
the plans.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No.119

3.2
Sign posts, their foundations and sign mountings shall be so constructed as to hold signs in
a proper and permanent position to adequately resist swaying in the wind or displacement by
vandalism.
3.3
The Work of construction of foundation for sign supports including excavation and backfill,
forms, steel reinforcement, concrete and its placement shall conform to the relevant specifications
given in these specifications.
3.4
The structures shall be erected with the specified camber and in such a manner as to
prevent excessive stress, injury and defacement.
3.5
Brackets shall be provided for mounting signs of the type to be supported by the structure.
For better visibility, they shall be adjustable to permit mounting the sign faces at any angle between
a truly vertical position and three degree from vertical. This angle shall be obtained by rotating the
front lower edge of the sign forward. All brackets shall be of a length equal to the heights of the
signs being supported.
3.6
Before erecting support structures, the bottom support structures, the bottom of each base
plate shall be protected with an approved material which will adequately prevent any harmful
reaction between the plate and the concrete.
3.7
The end supports shall be plumbed by the use of leveling nuts and the space between the
foundation and base plate shall be completely filled with an anti-shrink grout.
3.8
Anchor bolts for sign supports shall be set to proper locations and elevation with templates
and carefully checked after construction of the sign foundation and before the concrete has set.
3.9
All nuts on aluminium trusses, except those used on the flanges, shall be tightened only until
they are snug. This includes the nuts on the anchor bolts. A thread lubricant shall be used with
each aluminium nut.
3.10 All nuts on galvanized steel trusses, with the exception of high strength bolt connections,
shall be tightened only to a snug condition.
3.11

Field welding shall not be permitted.

3.12 After installation of signs is complete, the sign shall be inspected by the Engineer. If
specular reflection is apparent on any sign, its positioning shall be adjusted by the Contractor to
eliminate or minimize this condition.
4.

Measurement for Payment.

4.1
Aluminium or steel overhead sign structure will be measured for payment by the specific unit
(each) complete in place or for each component of the overhead sign structure as indicated in the
Schedule A.
4.2
Flat sheet aluminium signs with retro-reflective sheeting thereon shall be measured for
payment by the square meter for each thickness, complete in place.
5.

Rate

5.1
Overhead sign structures shall be measured in Nos while the sign board shall be measured
in sq.m. The contract unit rate for overhead sign structure shall be payment in full compensation for
furnishing all labour, materials, tools, equipment, excavation, fabrication and installation and all
other incidental costs necessary to complete the work to the Specifications as per Schedule A &
Particular Specifications.
5.2
The contract unit rate for alminium sheet signs shall include the cost of making the sign
including all materials and fixing the same in position and all other incidental costs necessary to
complete the work to the specifications as per Schedule A & Particular Specifications.

Signature of Contractor

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No. 120

761 BRTF

Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

/2010-11

Page No. 121

761 BRTF

Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

/2010-11
Page No. 122

750x750x10

761 BRTF

Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

/2010-11
Page No. 123

50 NB (M)

761 BRTF

Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

/2010-11
Page No. 124

761 BRTF

Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/

/2010-11
Page No. 125

761 BRTF

Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA CE (P) SVK/ /2010-11

NIT No 22 dt 03 Sep 2010

Page No. 126

BORDER ROADS ORGANISATION


CHIEF ENGINEER PROJECT SHIVALIK
NOTICE INVITING TENDER
1.
A sealed tender is invited for PROVIDING AND FIXING OF RETRO REFLECTIVE
WARNING/MANDATORY, INFORMATORY ROAD SIGN BOARDS AND PROVIDING
AND FIXING OF BUILT UP OVERHEAD STRUCTURE (GANTRY) FROM 52.88 TO
202.00 ON ROAD TANAKPUR-PITHORAGARH (NH-125) IN 761 BRTF UNDER
PROJECT SHIVALIK IN UTTARAKHAND STATE.
2.
Tender documents may be downloaded from BRO website www.bro.gov.in or
www.bro.nic.in and printout is to be taken on A4 size paper. It is advisable that the
downloaded tender documents is to be printed through laser printer only. Submission of
Xerox copy of photo copy of tender is not permitted.
3.
The work is estimated to cost Rs 120.00 lakhs (Rupees one hundred twenty lacs
only) approximately. This estimate, however, is not a guarantee and is merely given as
rough guide and if works cost more or less, tendered shall have no claim on that account of
what so ever nature.
4.
The tender shall be based on General conditions of contract on IAFW 2249 and item
rate contract form based on IAFW-1779A with Schedule A (list of works) to be priced by
tenderers.
5.
Not more than one tender shall be submitted by one contractor or one firm of
contractors. Under no circumstances will a father or his son (s) or other close relations who
have business dealing with one another will be allowed to tender for the same contract as
separate competitors. A breach of this condition will render the tenders of both parties
liable to rejection.
6.
The work is to be completed within 06 Months from the date of commencement to
be indicated in work order.
Interested tenderer may also submit application in the office of the HQ CE (P)
Shivalik, IDPL Complex, Virbhadra, Rishikesh, Uttarakhand so as reach this HQ on or
before 04 Oct 2010. However invitation for applications for issue of tender documents does
not constitute and guarantee for issue of tender to applicant even to enlisted contractors of
appropriate class. Issue of tender will be decided by the Accepting officer based on past
track records, financial position and experience of similar works of the
applicants/contractor. The decision of the Accepting Officer for issue of tender or otherwise
to the applicant/contractor shall be final and applicant/contractor shall not be entitled to any
compensation for rejection of his application. Tender forms and conditions of contract and
others necessary documents will be issued by 06 Oct 2010 onwards.
7.

8.
The Chief Engineer (P) Shivalik, will be Accepting Officer here-in- after referred to as
such for the purpose of this contract.
9.
Tender (in full) either downloaded from BRO web site or issued by BRO will be
received by HQ CE (P) Shivalik, IDPL Complex, Virbhadra, Rishikesh, Uttarakhand on or
before 1500 HRS on 02 Nov 2010 and Qualifying Bid will be opened on the same day
immediately after receipt of tender. The date of opening of Priced Bid will be
intimated to the qualified firms accordingly.
10.
Intending tenderers are advised to visit BRO website three days prior to date of
opening of tender for any corrigendum/addendum/amendment. Tender received after due
date shall not be considered for opening and no reason for delay or claim whatsoever shall
be entertained.
Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer


Contd ..P/2..

CA NO. CE (P) SVK/

/2010-11

Page No. 127

P/2
11.
The tender shall be accompanied by Earnest money amounting to Rs.180000/(Rupees one lakh eighty thousand only) in the form of deposit at call receipt issued in
favour of the Chief Engineer Project Shivalik, IDPL Complex, Virbhadra, Rishikesh by a
scheduled Bank or in the form of receipt of treasury Challan. The amount being credited to
the revenue deposit of the Chief Engineer Project Shivalik, Rishikesh. Chief Engineer (P)
Shivalik will return the earnest money wherever applicable to all unsuccessful tenderers by
endorsing an authority on the deposit for its refund. Chief Engineer (P) Shivalik will return
the earnest money to successful tenderer by endorsing an authority on the deposit receipt
for its refund on receipt of the specified amount of security deposit or will retain the same
as part on account of security deposit if such transaction is feasible
12.
The tenderers are advised to visit the work site by making prior appointment with the
Commander HQ 761 BRTF, C/o 56 APO/OC 65 RCC (GREF), C/O 56 APO.
13.
A tenderer shall be deemed to have full knowledge of all relevant documents site etc
whether he has inspected them or not.
14.
Any tender which stipulates any alteration to any of the conditions laid down or
proposes any other conditions of any description whatsoever, is liable to be rejected.
15.
The Accepting Officer reserves his right to accept a tender submitted by a Public
Undertaking, giving a Price preference over other tender (s) which may be lower, as are
admissible under the Govt. policy. No claim for any compensation or otherwise shall be
admissible from such tenderer (s) whose tenders may be rejected on account of the said
policy.
16.
The submission of a tender by a tenderer implies that he had read this notice and
conditions of contract and has made himself aware of the scope and specifications of the
work to be done and of the conditions and rates at which stores etc will be issued to him
and local conditions and other factors bearing on the execution of the work.
17.
Applicant contractor have to attach a demand draft/Banker Cheque for Rs 1000/(Rupees one thousand only) in favour of CE (P) Shivalik, C/O 56 APO and payable at
SBI Rishikesh (Uttarakhand) obtained from any Nationalized/scheduled Bank valid for four
months with their application as the cost of tender forms/documents. The all applicable
Bank charges shall be borne by the applicant and he shall not have any claim what so ever
on this account on Govt. In case of re-tendering, the firms which has submitted the
DD/Banker Cheque in earlier calls will require to submit DD/Banker Cheque along with their
fresh application also. Tender not accompanied with the cost tender document is
liable to be rejected. However, public sector under taking/Govt undertaking firms are
exempted from the payment towards cost of tender documents.
18.
The demand Draft/ Banker Cheque attached with the application form shall be non
re-fundable if the tender documents are issued to the contractor. However, it shall be
returned to the applicant by the Accepting Officer in case the tender form is not issued.
19.
The applicant contractor shall not become automatically entitled for issue of tender
by virtue of enclosing DD along with the application and the Accepting Officer shall reserve
the right to deny issue of tender to any applicant contractor.
20.
The downloaded tender forms will be accepted if accompanied DD/Banker Cheque
for Rs 1000/- as cost of tender forms/documents.
21.
Application/Tender documents downloaded from website not accompanied requisite
value of Demand draft/Bankers Cheque toward cost of tender shall not be considered.
Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer


Contd ..P/3..

CA NO. CE (P) SVK/

/2010-11

Page No. 128


P/3
22.
In case of selective tendering or where in adequate applications are received
suitable contractor may be selected and they shall also be asked to forward DD/Banker
Cheque towards the cost of tender. Tenders will be issued to such contractors only
thereafter.
23.
The Accepting Officer does not bind himself to accept the lowest or any tender or to
give any reasons for not doing so.
24.
Tenderer who have downloaded the tender from the BRO website shall submit
declaration along with tender document that I/we have downloaded the tender from BRO
website www.bro.gov.in or www.bro.nic.in and I/we have not tempered/modified the
tender from in any manner. In case if the same is found to be tempered/modified in any
manner, I/we understand that my/our tender will be summarily rejected and I/we are liable
to be banned from doing business with BRO.
25.
For further particulars, you may also see Indian Trade Journal dated 20 Sep 2010
and refer bro website http:/www.bro.nic.in and www.bro.gov.in.
26.

This notice of tender shall form part of the contract.

(Signature of Contractor)
Dated :

2010

80260/761 TF/T-P Rd/09-10/ 67 /E8

SD(xxx)
EE (Civ) SG
SSW
For Accepting Officer
03 Sep 2010

Headquarters
Chief Engineer
Project Shivalik
C/o 56 APO
Distributions:
1. HQ CE (Project)___________
C/o 56/99 APO

2 761 BRTF (GREF)


C /o 56 APO

3. HQ DGBR/EDP Cell
Seema Sadak Bhawan,
Ring Road Delhi Cantt
New Delhi-110010

4. HQ 65 RCC (GREF), C/o 56 APO

5. HQ DGBR/E8 Section
Seema Sadak Bhawan,
Ring Road Delhi Cantt
New Delhi-110010

6. ACDA (P) Shivalik


C/O 56 APO

7. All India Traders Information Bureau


Post Box No. 25 (Post Office)
Shastri Nagar ,Jaipur (Rajasthan)

8. M/s______________________

9. Director General of Commercial


Intelligence and Statistics,
1, Council, House Street

___________________________
For information alongwith an advance
copy of condensed version of advertisement
for publishing same in your ITJ on 20 Sep 10

Kolkata-700 001

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA CE (P) SVK/

/2010-11

Page No 129
PART II PRICED BID

[TO BE USED IN CONJUNCTION WITH ATTACHED


CONDITIONS OF CONTRACTS BASED ON IAFW-1779A]

DGBR

GENERAL

DIRECTORATE GENERAL BORDER ROADS

Registered/AD
Headquarters
Chief Engineer
Project Shivalik
C/o 56 APO
80260/761 TF/T-P Rd/09-10/XY/E8

06 Oct 2010

Name of work :- PROVIDING

AND
FIXING
OF
RETRO
REFLECTIVE
WARNING/MANDATORY, INFORMATORY ROAD SIGN BOARDS AND PROVIDING
AND FIXING OF BUILT UP OVERHEAD STRUCTURE (GANTRY) FROM 52.88 TO
202.00 ON ROAD TANAKPUR-PITHORAGARH (NH-125) IN 761 BRTF UNDER
PROJECT SHIVALIK IN UTTARAKHAND STATE

1.
Shri/M/s___________________________________________________________
is/are hereby authorized to tender for the above work. The tender is to be delivered at the
office of Chief Engineer (P) Shivalik, IDPL Complex, Virbhadra, Rishikesh, Uttarakhand
upto 1500 Hrs on 02 Nov 2010 marked on the PROVIDING AND FIXING OF RETRO
REFLECTIVE WARNING/MANDATORY, INFORMATORY ROAD SIGN BOARDS AND
PROVIDING AND FIXING OF BUILT UP OVERHEAD STRUCTURE (GANTRY) FROM
52.88 TO 202.00 ON ROAD TANAKPUR-PITHORAGARH (NH-125) IN 761 BRTF
UNDER PROJECT SHIVALIK IN UTTARAKHAND STATE
2.

All documents must be returned whether or not, a tender has been submitted.

3.
Any correspondence concerning this tender should be addressed, quoting the
reference as given and indicated at the top of this sheet.
THE ACCEPTING OFFICER DOES NOT BIND
HIMSELF TO ACCEPT THE LOWEST OR ANY
TENDER AND RESERVES THE RIGHT TO DO
SO WITHOUT ASSIGNING ANY REASON

Signature of Officer
Issuing the tender Documents
(Signature of Contractor)

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA NO. CE (P) SVK/

/2010-11

Page No.130

SCHEDULE A

PROVIDING AND FIXING OF RETRO REFLECTIVE WARNING/MANDATORY,


INFORMATORY ROAD SIGN BOARDS AND PROVIDING AND FIXING OF BUILT UP
OVERHEAD STRUCTURE (GANTRY) FROM 52.88 TO 202.00 ON ROAD TANAKPURPITHORAGARH (NH-125) IN 761 BRTF UNDER PROJECT SHIVALIK IN
UTTARAKHAND STATE
1.
The unit rates/amount quoted by the tenderer for the various items in this schedule shall be
deemed to include for the provision of all constructional stores, Tools and plants,
Vehicles/Eqpts/plants, Manpower as required for successful completion of this work detailed in
tender documents.
2.
The tenderer is required to quote his unit rates both in words and figures under column 05 &
06 of schedule A extended the amount to column 07 & 08 on Srl page No 131 to 132.
3.
The period of completion stipulated in column No. 9 of schedule A shall be reckoned from
the date of placing of work order.
4.
No price escalation shall be paid for any item of work for this contract either during
commencing of contract or during the extended period of contract as granted under condition 11 of
General Condition of contract- IAFW-2249.
5.
The quantities quoted in column No. 4 of schedule A are approximate and are inserted as a
guide only and if it is more or less tenderer will have no claim on this account. However the same
shall not be varied beyond the deviation limit.
6.
The measurement will be taken after providing and fixing of Retro reflective
warning/mandatory informatory road sign boards and built up overhead structure (Gantry).
7.
The Total period of completion for the work will be 06 months from the date of
commencement to be indicated in the work order.
8.

Rate quoted will be considered inclusive all types of taxes.

9.
The tender shall remain open for 90 days from the date of its opening (excluding the date of
opening).
10.

The work shall be conforming to particular specifications indicated in the tender documents.

11.

The tender will be considered for acceptance as a whole.

(Signature of Contractor)
Dated _____________

For Accepting Officer


Dated ___________

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA NO. CE (P) SVK/


S/No.

/2010-11
Description of Work

A/U

Unit Rate in
Approximate
Qty

Nos

22.00

Sqm

660.00

Nos

11.00

PROVIDING AND FIXING OF RETRO REFLECTIVE


WARNING/MANDATORY, INFORMATORY ROAD
SIGN BOARDS AND PROVIDING AND FIXING OF
BUILT UP OVERHEAD STRUCTURE (GANTRY)
FROM 52.88 TO 202.00 ON ROAD TANAKPURPITHORAGARH (NH-125) IN 761 BRTF UNDER
PROJECT SHIVALIK IN UTTARAKHAND STATE
1.

2.

3.

Page No.131

S C H E D U L E 'A' (Page 1)

Manufacturing supply, transportation, assembling & erection of


10 mtr. Span Overhead MS Gantry Structure (as per
Particular Specifications and drawings) made up of two single
ISI mark pipe of dia 300 NB with a vertical height clearance of 6
mtr from the carriageway, as per drgs. attached, duly painted
using epoxy paint of desired colour. The structure will be
hoisted on existing departmentally constructed RCC foundation.
Nuts bolts required for errection will be provided to the Deptt by
the contractor.
Manufacturing, supply, transportation, assembling & erection of
Retro Reflective Type-IV Overhead Gantry Sign Board to be
fixed on the existing structures. The board shall be made up of
the Type-IV Retro Reflective sheeting as per ASTMD 4956-07
pasted on 2mm Aluminium substrate & will be riveted on back
support frame of size MS 35x35x5mm and be duly clamped and
fixed on the existing gantry at the site.
Manufacturing, supply, transportation, assembling & erection of
MS Butterfly Structure of 6.0 mtr, span (as per Particular
Specifications and drawings) made up of 350 NB single ISI
mark pipe of a vertical height clearance of 6 mtr from the
ground, as per drgs. attached, duly painted using epoxy paint of
desired colour. The structure will be hoisted on existing
departmentally constructed RCC foundation. Nuts bolts required
for errection will be provided to the Deptt by the contractor.

Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

Figure
(Rs)
5

Words
(Rs)
6

Total Amount in
Figure
(Rs)
7

Words
(Rs)
8

Period of
Completion
9
06 Months
from the date
of
commencement
to be indicated
in the work
order

For Accepting Officer

CA NO. CE (P) SVK/


S/No.

/2010-11
Description of Work

S C H E D U L E 'A' (Page 2)
A/U

Unit Rate in
Approximate
Qty

1
4.

5.

6.

2
Manufacturing supply, transportation, assembling &
erection of Retro Reflective Type-IV Butterfly sign
Board to be fixed on the existing structure. The board
shall be made up of the Type-IV Retro Reflective
sheeting as per ASTMD 4956-07 pasted on 2mm
Aluminium substrate & will be riveted on MS back
support frame of size 35x35x5mm and be duly clamped
and fixed on the existing gantry at the site.
Manufacturing supply, transportation, assembling &
erection of MS Cantilever Structure of 6.0 mtr. Span
(as per Particular Specifications & drawings) made up
of 350 NB single ISI Mark pipe of a vertical height
clearance of 6 mtr. from the ground, as per drgs
attached, duly painted using epoxy paint of desired
colour. The structure will be hoisted on existing
departmentally constructed RCC foundation. Nuts bolts
required for errection will be provided to the Deptt by the
contractor.
Manufacturing supply, transportation, assembling &
erection of Retro Reflective Type-IV Cantilever / sign
Board to be fixed on the existing structure. The board
shall be made up of the Type-IV Retro Reflective
sheeting as per ASTMD 4956-07 pasted on 2mm
Aluminium substrate & will be riveted on MS back
support frame of size 35x35x5mm and be duly clamped
and fixed on the existing gantry at the site.

3
Sqm

4
198.00

Nos

27.00

Sqm

486.00

Manufacturing & supply of Retro reflective Type-IV


Double sided (1525x2440mm) Shoulder Mounted
Sign Board alongwith 5.5 mtr. Single post MS 150NB
(M) giving ground clearance of 2.1 mtr. The board
shall made up of the Type-IV Retro Reflective sheeting
as per ASTMD 4956-07 pasted on 2mm Aluminium
substrate & will be riveted on back support frame of size
35x35x5mm for each board. The post will have MS base
plate 300 x 300 x 12 mm.

Nos

15.00

Figure
(Rs)
5

Page No.132
Period of
Completion
Words
(Rs)
8
9

Total Amount in

Words
(Rs)
6

Figure
(Rs)
7

06 Months
from the date
of
commencement
to be indicated
in the work
order

Total
Signature of Contractor

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

For Accepting Officer

CA NO. CE (P) SVK/

Page No. 133

/2010-11

SCHEDULE B
ISSUE OF STORES ETC TO THE CONTRACTOR
NAME OF WORK :PROVIDING AND FIXING OF RETRO REFLECTIVE WARNING/MANDATORY,
INFORMATORY ROAD SIGN BOARDS AND PROVIDING AND FIXING OF BUILT UP
OVERHEAD STRUCTURE (GANTRY) FROM 52.88 TO 202.00 ON ROAD TANAKPURPITHORAGARH (NH-125) IN 761 BRTF UNDER PROJECT SHIVALIK IN
UTTARAKHAND STATE
Srl
No.

Particulars

Rate at which Material


will be issued to the
contractor
Unit
Rate
3
4

Place of issue by name

Remarks

- NIL ________________________________________________________________________

(Signature of Contractor)
For Accepting Officer
Dated____________

Dated __________

SCHEDULE C
LIST OF TOOLS AND PLANT (OTHER THAN TRANSPORT)
WHICH WILL BE HIRED TO THE CONTRACTOR
NAME OF WORK :PROVIDING AND FIXING OF RETRO REFLECTIVE WARNING/MANDATORY,
INFORMATORY ROAD SIGN BOARDS AND PROVIDING AND FIXING OF BUILT UP
OVERHEAD STRUCTURE (GANTRY) FROM 52.88 TO 202.00 ON ROAD TANAKPURPITHORAGARH (NH-125) IN 761 BRTF UNDER PROJECT SHIVALIK IN
UTTARAKHAND STATE
Srl
No
.

Quantity/
Particular
s

Details of crew
supplied

Hire charges
per unit per
working day
4

Stand by
charges
per unit per
off day
5

Place of
issue by
name

Remarks

-NIL-

(Signature of Contractor)
Dated ___________

For Accepting Officer


Dated ___________

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA NO. CE (P) SVK/

Page No. 134

/2010-11

SCHEDULE D
TRANSPORT TO BE HIRED TO THE CONTRACTOR
NAME OF WORK :PROVIDING AND FIXING OF RETRO REFLECTIVE WARNING/MANDATORY,
INFORMATORY ROAD SIGN BOARDS AND PROVIDING AND FIXING OF BUILT UP
OVERHEAD STRUCTURE (GANTRY) FROM 52.88 TO 202.00 ON ROAD TANAKPURPITHORAGARH (NH-125) IN 761 BRTF UNDER PROJECT SHIVALIK IN
UTTARAKHAND STATE
Srl
No
.
1

Quantity/Particulars

Rate per unit per working


day

Place of issue

Remarks

- NIL -

(Signature of Contractor)
Dated_________

For Accepting Officer


Dated____________

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA NO. CE (P) SVK/

Page No. 135

/2010-11

TENDER
1.

The President of India.

2.

Having examined and perused the following documents: (a)


(b)

Specifications on behalf of Chief Engineer.


Schedule A,B, C and D attached hereto.

(c)

General conditions of contract, IAFW-2249

(d)
(d)

Special conditions of contract.


Particulars specifications of contract.

3.
That a sum of Rs. 180000/- (Rupees one lakhs eighty thousand only) forwarded as
earnest money shall be retained as a part of security deposit or be refunded on receipt of the
appropriate amount as security deposit within the time specified in the clause of IAFW-2249
General conditions of contract
4.
To execute all the works referred to in the said documents upon the terms and conditions
contained or referred to therein as detailed in the General summary below and to carry out such
deviations as may be ordered vide condition 7 of General conditions of contracts upto a maximum
of 10 percent and further agree to refer all disputes as required by condition 70 to the sole
arbitration of an Engineer Officer to be appointed by the Director General Border Road, New Delhi
or his absence by the Officer Officiating as DGBR whose decision shall be final, conclusive and
binding. However, in case of disputes with PSE and or PSU the same will be referred to a Sole
Arbitrator to be appointed by Secretary Bureau of Public Sector Enterprises

Signature __________ in the capacity of ____________________________________and


authorized to sign the tender for and on behalf of Name ___________________________
( In capital letters)

(Signature of the Contractor)


Dated :
Witness: - 1

Name & Postal address


___________________
___________________
___________________

Witness: - 2
___________________
___________________

For Accepting Officer

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

CA NO. CE (P) SVK/

Page No. 136

/2010-11

ACCEPTANCE
______________ alterations have been made in this document and as evidence that these
alterations were made before the execution of this contract agreement, they are/have been
initialed by the contractor and Shri _____________________________.
The said officer is hereby authorized to sign and initial on behalf of the undersigned,
the documents forming part of contract.
The above tender is accepted by me on behalf of the President of India in respect of
item No._____________________ therein for the amount of Rs._________________
(Rupees___________________________________________________________Only)
Signature ______________ dated the _____________day of________________ 2010

FOR AND ON BEHALF OF THE


PRESIDENT OF INDIA

Signature of the Contractor


Signature_____________
Dated :______________

Appointment_________

Create PDF files without this message by purchasing novaPDF printer (http://www.novapdf.com)

You might also like