51
Page 1 of 51 NATIONAL HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT - DARBHANGA TENDER DOCUMENT FOR CONSTRUCTION OF TEMPORARY TOLL PLAZA (2 + 2 LANE) AT KM. 98+640 (NEAR NARUAR VILLAGE) FROM KM. 69.500 to KM. 148.550 SECTION OF NH-57, DISTT. MADHUBANI IN THE STATE OF BIHAR National Highways Authority of India, Project Implementation Unit - Darbhanga H/o. Sh. S.N.Mishra, Ward No. 10, Professor Colony, Dighee West, Darbhanga, Pin No. 846004 Phone/Fax No.- 06272-250194 E- mail id: [email protected] and [email protected]

NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Embed Size (px)

Citation preview

Page 1: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 1 of 51

NATIONAL HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT - DARBHANGA

TENDER DOCUMENT

FOR

CONSTRUCTION OF TEMPORARY TOLL PLAZA (2 + 2 LANE) AT KM. 98+640

(NEAR NARUAR VILLAGE) FROM KM. 69.500 to KM. 148.550 SECTION OF NH-57,

DISTT. MADHUBANI IN THE STATE OF BIHAR

National Highways Authority of India,

Project Implementation Unit - Darbhanga

H/o. Sh. S.N.Mishra, Ward No. 10,

Professor Colony, Dighee West,

Darbhanga, Pin No. 846004

Phone/Fax No.- 06272-250194

E- mail id: [email protected]

and

[email protected]

Page 2: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 2 of 51

TABLE OF CONTENTS

SECTION PARTICULARS COVER PAGE OF TENDER DOCUMENT TABLE OF CONTENTS SECTION - I Short Notice Inviting E-Tender SECTION – II Instruction to Bidders and Various Forms SECTION – III Form of Agreement SECTION – IV(A) General Conditions of Contract SECTION – IV(B) Special Conditions of Contract SECTION – V Scope of Work SECTION – VI Specifications and Typical Drawings SECTION – VII Bill of Quantities

Page 3: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 3 of 51

SECTION-I

SHORT NOTICE INVITING E-TENDER

(E-TENDERING MODE ONLY)

Page 4: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 4 of 51

Office of the Project Director, PIU-Darbhanga (BIHAR) National Highways Authority of India,

(Ministry of Road Transport & Highways)

NIT No.:- 04/2013-14

INVITATIONS FOR BIDS (IFB) NATIONAL COMPETITIVE BIDDING

1. National Highways Authority of India, PIU-Darbhanga (Bihar) invites item rate

bids online for the construction of temporary Toll Plaza (2+2 lane) at Km.98+640 (near Naruar village) from KM. 69.500 to KM. 148.550 section of NH-57, Distt – Darbhanga in the state of Bihar”.

2. Website http://www.nhai.org & http://www.tenderwizard.com/nhai

may be referred for detailed terms and conditions of the Invitation for Bids (IFB) and Bidding Documents etc. Amendment / Corrigendum/Clarification, if any will

be hosted on website only.

3. Tender/Bids will be available online from 01.08.2013 to 14.08.2013 upto 17:00 Hours. Bids must be submitted online on or before 17:00 Hours on 15.08.2013 and cost of tender documents along with BID Security and Other Documents must be submitted by 12:00 Hours on 16.08.2013 and Technical Bids received online will be opened on 16.08.2013 at 16:00 Hours in the Regional Office of the Chief General Manager (Tech) Patna.

Project Director NHAI PIU Darbhanga

Page 5: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 5 of 51

National Highways Authority of India Short Notice Inviting e-Tender NIT No. 04/2013-14

(National Competitive Bidding through e-Tendering mode only)

1. National Highways Authority of India (hereinafter called “the Employer”) hereby invites item rate bids on two bid systems through e-tendering for the following works from the experienced Road/Bridge Contractors/ firms/ organizations excluding those firms who have been declared as non-performing by NHAI or the firms those are blacklisted/ debarred for specified period by NHAI and against whom such action is under process by NHAI.

Name of

work

/Contract

Package

Estimated

Cost (Rs.

In Lakhs)

Bid

Security

(Rs.)

Time of

completion

Average annual

turnover for last

3 years (Rs.)

Eligibility criteria

as completed work

of similar nature

during last 5 years

(Rs. In Lakhs)

Construction of temporary Toll Plaza

(2+2 lane) at Km.98+640 (near Naruar village) from KM. 69.500 to KM. 148.550 section of NH-57, Distt – Madhubani in the state of Bihar”.

190.68 3,82,000/- 120 Days 95,00,000/-

1. One similar Completed work not less than the amount equal to 80% of the estimated cost put to tender (Rs. 152.54 lakhs). (or) 2. Two similar completed work each not less than the amount equal to 50% of the estimated cost put to tender (Rs. 95.34 lakhs). (or) 3. Three similar completed work each not less than the amount equal to 40% of the estimated cost put to tender (Rs. 76.27

Page 6: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 6 of 51

lakhs). Cost of Bid Documents (Non-Refundable) : Rs. 5,000/- (in form of DD in favor of National

Highways Authority of India, payable at Darbhanga)

e-Tender Processing fee (non-Refundable)

: Rs. 13483.00 (through e-payment gateway of Punjab National Bank using Credit Card/Debit Card-Master Card and Visa card only)

2. The Scope of works includes the Construction of Toll Plaza which will invariably involve

provision and fixing of toll canopy, Portable Cabins, Administrative Block, rest room,

Toilets, illumination of toll plaza, installing and commissioning of generators, electrical

works, water cooler, furniture, traffic signs and other appurtenance), and structural works

involving space frame etc.

3. To participate in the E-Bid submission, it is mandatory for the bidders to have user ID &

password which has to obtained by submitting an annual registration charges of INR 2000/-

+ Service Tax @12.36% to M/s ITI Ltd. The registration obtained, as mentioned above shall

be valid for one year from date of its issuance and be subsequently renewed. The bidder shall

be able to participate in e-tendering of any project of NHAI. Bidder shall obtain user ID and

password in its own name.

4. The detailed tender document can be viewed from the website www.tenderwizard.com/NHAI

or www.nhai.org from 01.08.2013 to 14.08.2013 upto 17:00 hrs.

5. The Complete Bid Document can be downloaded with effect from 01.08.2013 to 14.08.2013

upto 17:00 hrs. from the NHAI e-Tendering portal free of cost. To participate for bidding,

bidders have to pay a non-refundable document fee in the form of Demand Draft favoring

“National Highways Authority of India” payable at Darbhanga & tender processing fee (non-

refundable) in the form of e-payment in favor of M/s ITI Ltd. The Amendments/clarifications

to the bid document if any will be hosted on the above website only.

6. The bid should be submitted online in the prescribed format given in the website. No other

mode of submission is acceptable.

7. The last date of online submission of the Bid is 15.08.2013 upto 17.00 Hrs (as mentioned on

the e-Portal only) (“Bid Due Date”). The Bids would be opened by the evaluation committee

from 16.08.2013 at 16.00 Hrs online at the Regional office of the Chief General Manager

(Tech), Patna. Representatives of the bidders (maximum of two) who choose to attend may

attend the online opening of the bids at Regional Office – Patna on the date & time as

mentioned above. However, such representatives shall be allowed to attend the opening of

the bids only if they produce letter of authority on the letterhead of the bidder, at the time of

opening of bids as mentioned above.

8. It is clarified that, the bidders have to upload the details of DD towards the cost of bid.

However the tender processing fee and annual registration charges in favour of M/s ITI

Page 7: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 7 of 51

Ltd would be accepted by e-payment mode through e-payment gateway of Punjab

National Bank using credit card, debit card, master card and visa card only.

9. For any clarification, the following office may be contacted:

Project Director

National Highways Authority of India.

Project Implementation Unit - Darbhanga

H/o. Sh. S.N.Mishra, Ward No. 10,

Professor Colony, Dighee West,

Darbhanga, 846004 (Bihar)

Phone/Fax No.- 06272-250194

mailto:[email protected]

10. Conditional bids would be rejected.

11. NHAI reserves the right to accept/reject any or all the bids without assigning any reasons

thereof.

12. The Authorized signatory holding Power of Attorney shall only be the Digital Signatory. In

case authorized signatory holding Power of Attorney and Digital Signatory are not the same,

the bid shall be considered non-responsive.

Dated: 22nd

July 2013

Project Director

PIU-Darbhanga

Page 8: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 8 of 51

SECTION-II

INSTRUCTION TO BIDDERS

AND VARIOUS FORMS

Page 9: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 9 of 51

PROCEDURE UNDER E-TENDERING

INSTRUCTION TO BIDDER (Note: Bid document stands modified to the extent required as per these instructions)

2.1 Accessing / Purchasing of bid documents

i) It is mandatory for all bidders to have Class – III Digital Signature Certificate (in the name of person who will sign the bid) from any of the licensed Certifying Agency. (Bidders can see the list of licensed CA’s from the link www.cca.gov.in) to participate in e-tendering of NHAI).

ii) To participate in the E-Bid submission, it is mandatory for the bidders to get registered their

firm/Consortium with e-tendering portal http://www.nhai.org// to have user ID & password which has to be obtained by submitting an annual registration charges of INR 2247/- (Inclusive of all taxes) to M/s ITI Ltd. in the form of Demand Draft issued from a scheduled Bank in India in favor of “M/s ITI Ltd” payable at New Delhi. Validity of online registration is 1 year.

iii) The complete Bid Document can be viewed / downloaded from the NHAI e-tendering portal

free of cost (www.nhai.org).

iv) Detailed tender document can be viewed from e-tender portal of NHAI www.nhai.org or www.tenderwizard.com/NHAI from 01.08.2013 to 14.08.2013 (17.00 Hrs.)

v) To participate for bidding, bidders have to pay Rs. 5,000/-(Rs. Five Thousand Only) towards

fee for bid document (non-refundable) in the form of Demand Draft issued from a scheduled Bank in India in favour of “National Highways Authority of India” payable at Darbhanga. Tender Processing fee (Non-Refundable) of Rs. 13483/- (Rs. Thirteen Thousand Four Hundred and Eighty Three Only) inclusive of all Taxes to be paid to “M/s. ITI Ltd”. The online payment facility for the submission of Registration Fee and Tender Processing Fee, which is payable to e-tender service provider {M/s. ITI Ltd.}, has been enabled on e-tender Portal http://www.tenderwizard.com/nhai. The bidders shall pay Registration Charges and Tender Processing Fees through e-payment gateway of Punjab National Bank using Credit Card / Debit Card – Master Card and Visa Card only.

vi) Detailed tender document can be downloaded from e-tender portal of NHAI www.nhai.org or

www.tenderwizard.com/NHAI from 01.08.2013 to 14.08.2013 (17.00 Hrs.) Following may be noted

(a) Registration should be valid at least up to date of submission of bid. (b) Bids can be submitted only during the validity of their registration. (c) The amendments/ clarifications to the bid document, if any, will be hosted on the NHAI website. (d) If the firm/ Consortium is already registered with e-tendering portal of NHAI and validity of registration is not expired the firm/ consortium is not required for fresh registration.

Page 10: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 10 of 51

2.2 DEFINITIONS

a) “NHAI” means National Highways Authority of India b) “The Employer” or “The Purchaser” means the National Highways Authority of India

c) “The Consultant” means agency appointed by NHAI with a stipulated mandate.

d) “The Bidder” means a firm or JV or Consortium which participates in the tender and submits its proposal.

e) “Successful Bidder” means the Bidder, who, after the complete evaluation process, gets the

Letter of Award. The Successful Bidder shall be deemed as “Contractor” appearing anywhere in the document.

f) “The Letter of Award” means the issue of a signed letter by the Purchaser of its intention to award the work mentioning the total Contract Value. The timeline for delivery of products and services will start from the date of issue of Letter of Award.

g) “The Contract” means the agreement entered into between the Employer and the Contractor, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

h) “The Contactor” means the individual or firm supplying the Goods and Services under this contract.

i) “The Contract Price” means the price payable to the Successful Bidder under the Letter of Award for the full and proper performance of its contractual obligations. The Contract Price shall be deemed as “Contract Value” appearing anywhere in the document.

j) “NIT” is the Notice Inviting Tender. k) “OEM” - means Original Equipment Manufacturer.

l) “Hard Bound” means properly binding with cover page of Technical and Financial Proposal

separately by way of stitching duly bounded. Spiral Binding may not be treated as Hard bound and each page of the bid should be signed by the authorized signatory of the agency.

2.3 BIDDING DOCUMENTS 2.3.1 The process and procedures of bidding, the materials to be supplied and the various terms and

conditions of this tender are provided in the Bid Document. The Bid Documents include:

i. Section I : Notice Inviting Tender ii. Section II : Instructions to Bidders and various forms iii. Section III : Form of Agreement iv. Section IV (A) : General Conditions of Contract

Page 11: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 11 of 51

v. Section IV (B) : Special Conditions of Contract vi. Section V : Scope of work vii. Section VI : Technical Specifications and drawings viii. Section VII : Schedule of quantities and formats for Submission of Proposals

2.3.2 The Bidder is expected to examine carefully the contents of the bidding documents and should carefully read all the instructions, terms and conditions, specifications and various forms that are provided in the Bid Document. The tender may be rejected if any or all of the information asked for in this document are not furnished along with the tender or if the tender is not responsive with the Bid Document.

2.4 AMENDMENT OF BID DOCUMENTS

At any time, prior to the deadline of submission of Bids, the Employer may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the bid documents by issuing addendums.

2.5 COST OF BIDDING The Bidder has to bear all the costs associated with the preparation and submission of the bid. Employer will, in no case, be responsible or liable for any of the costs, regardless of the conduct or outcome of the bidding process.

2.6 COST OF TENDER DOCUMENTS AND BID SECURITY DEPOSIT 2.6.1 The proposal should be submitted along with an Cost of Tender Documents of Rs.5,000/-

and an BID SECURITY of Rs. 3,82,000/- in the form of a demand draft / pay order issued by any Nationalized or Scheduled Bank in favour of “National Highways Authority of India, PIU Darbhanga payable at Darbhanga.

2.6.2 Any Bid not accompanied by an acceptable BID SECURITY and/or the Cost of Tender

Documents shall be rejected by Employer as non responsive. This bid security shall be in favour of Employer as named in Appendix and may be in one of the following forms:

a. Receipt in challan of cash deposit in the Govt. Treasury in India. b. Deposit-at-call Receipt from any scheduled Indian Bank or a foreign Bank located in

India and approved by the Reserve bank of India. c. Indian Post Office / National Savings Certificate duly endorsed by the competent

postal authority in India. d. Bank Guarantee from any scheduled Indian Bank, in the format given in Volume III. e. Fixed Deposit Receipt, a certified cheque or an irrevocable letter of credit, issued by

any Scheduled Indian Bank or a foreign Bank approved by the Reserve bank of India. 2.6.3 Bank Guarantees (and other instruments having fixed validity) issued as surety for the bid

shall be valid for 45 days beyond the validity of the bid.

2.6.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period

Page 12: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 12 of 51

2.6.5 The BID SECURITY of the successful bidder will be discharged when the bidder has signed the Agreement and furnished the required Performance Security.

2.6.6 The BID SECURITY will be forfeited:

i) If a Bidder withdraws its bid during the period of bid validity; Or ii) If the Bidder does not accept the Employer's corrections of arithmetic errors in the Bidder’s bid (if any); or iii) In case of successful Bidder, if it fails within the specified time limit to:

a) Furnish the required performance security, or b) Sign the agreement.

2.7 BID PRICES 2.7.1 The Bidder shall fill in rates and prices of all items of the works described in the bill of

quantities. 2.7.2 All duties, Taxes and other levies payable by the Contractor under the contract, or for any

other cause shall be included in the rates and prices and the total bid price submitted by the Bidder.

2.8 DISCOUNTS The Bidders are informed that discount, if any, should be included in the total bid price.

2.9 BID VALIDITY The bids shall remain valid for a period of 120 days from the last date of submission.

2.10 ONLY ONE BID PER PARTY Each Bidder is permitted to submit ONLY ONE BID irrespective of whether he is the sole bidder, or the Leader or Member of a duly formed JV or Consortium. In case it is found that

any party has submitted more than one bid for the subject work(s) in any of the above

capacities, all bids so submitted shall be summarily rejected and the EMPLOYER shall not entertain any request/correspondence in this matter.

2.11 SUBMISSION OF PROPOSALS 2.11.1 All the proposals will have to be submitted ONLY in HARD BOUND (Hard bound implies

such binding between two covers through stitching or otherwise whereby it may not be possible to replace any paper without disturbing the document) form with all pages sequentially numbered either at the top or at the bottom right corner of each page. It should also have an index giving page wise information of above documents. Incomplete proposal or those received without hard bound will summarily be rejected.

2.11.2 The Bidder shall furnish the attested copies of original documents defining the constitution

or legal status, place of registration, and principal place of business of the firm and written power of attorney/ authorization to the signatory of the Bid to commit the Bidder;

Page 13: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 13 of 51

2.11.3 The Bidders are required to fill up and submit the Section II documents with their proposals.

2.11.4 The proposals shall be submitted in three parts, viz.

(a) Envelope-1: Containing Cost of Tender Documents Rs.5000/- in the form of DD only as described above. The envelope should be superscribed as “Envelope 1 – BID SECURITY

& Cost of Tender Documents” at the top left corner. (b) Envelope-2: Pre-qualification Proposal and Technical Proposal superscribed as “Envelope 2

– Pre-qualification and Technical Proposal” Containing duly signed form PQ-1& form PQ-2 and other required Prequalification documents as prescribed in this Section-II, clause-by-clause compliance to the technical specifications of the material as prescribed in Section-VI, all technical literature, brochures etc.. In the technical proposal, there should not be any indication about the prices (printed or otherwise) of any of the products offered.

2.11.5 All the sealed envelopes should again be placed in a sealed cover super-scribed as CONSTRUCTION OF TEMPORARY TOLL PLAZA (2 + 2 LANE) AT KM.

98+640 (NEAR NARUAR VILLAGE) FROM KM 69.500 TO KM. 148.550

SECTION OF NH-57, DISTT. MADHUBANI IN THE STATE OF BIHAR.

Bid from: M/s ____________)” “NOT TO BE OPENED BEFORE 16:00 Hrs on 16.08.2013”, which will be received & opened in the Office of the Chief General Manager (Tech), Regional Office – Patna

2.11.5 The Bids and all correspondence and documents relating to the bids, shall be written in the

English language and properly hard bound as described in clause no. 2.2.

2.12 LATE BIDS

Any bid received by the Employer after the time and date for receipt of bids prescribed by the Employer in the tender as per Section-II – 2.17 may not be accepted.

2.13 MODIFICATION AND WITHDRAWAL OF BIDS

2.13.1 The Bidder is allowed to modify or withdraw its submitted bid any time prior to the last date prescribed for receipt of bids, by giving a written notice to the Purchaser.

2.13.2 Subsequent to the last date for receipt of bids, no modification/withdrawal of bids shall be allowed.

2.13.3 The Bidders cannot withdraw the bid in the interval between the last date for receipt of bids and the expiry of the bid validity period specified in the Bid. Such withdrawal may result in the forfeiture of its BID SECURITY from the Bidder.

2.14 LOCAL CONDITIONS 2.14.1 Each Bidder is expected to fully get acquainted with the local conditions and factors, which

would have any effect on the performance of the contract and / or the cost.

Page 14: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 14 of 51

2.14.2 The Bidder is expected to visit and examine the proposed Toll Plaza location and its surroundings and obtain all information that may be necessary for preparing the bid at their own interest and cost.

2.14.3 The Bidder and any of their employees/agents/subcontractors will be granted permission by the Purchaser to enter upon its premises and lands for the purpose of such inspection, but only upon the express condition that the Bidder and any of their employees/agents/subcontractors will be responsible for any personal injury (whether fatal or otherwise), loss of or damage to life, property and other loss damage, costs and expenses however caused, which, but for the exercise of such permission would not have arisen.

2.14.4 The Bidder is expected to know all conditions and factors, which may have any effect on the execution of the contract after issue of Letter of Award as described in the bidding documents. The Purchaser shall not entertain any request for clarification from the Bidder regarding such local conditions.

2.15 CONTACTING THE PURCHASER

Any effort by a Bidder influencing the Purchaser’s bid evaluation, bid comparison or contract award decisions may result in the rejection of the bid.

2.16 ELIGIBILITY/ PRE-QUALIFICATION CRITERIA

Bidders who meet ALL of the following pre-qualification criteria need only apply. (i) Average Annual Financial Turnover of the bidder during the last 3 years, ending 31st March

of previous financial year should be at least 95.00 Lacs. Documentary proof needs to be submitted for the above.

(ii) Experience in Construction of temporary User Fee Plaza during the last 5 years ending last day of month previous to the month of publication of this tender, should be either of the following:

Three similar completed works each costing not less than the amount equal to 76.27 lakh of the estimated cost; OR Two similar completed works each costing not less than the amount equal to 95.34 lakh of the estimated cost; OR One similar completed works costing not less than the amount equal to 152.54 lakh of the estimated cost.

Similar Works Mean:

Construction of Permanent / Temporary Toll Plaza within NH/SH in the country with

semi-automatic / automatic computerised format of operation for collection of user fee

or the works involving construction of Right/Flexible pavements.

Contractors who are only engaged in Construction of Rigid/flexible pavement or

construction of Toll Plaza who opts for the outsourcing/sublet of part of the work may

be considered on satisfactory submission documents regarding outsourcing/subletting of

the other part of the work.

(iii) Each bidder must produce an affidavit on a Stamp Paper, duly attested from the Notary Public, that the information furnished with the bid documents is correct in all respects.

Page 15: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 15 of 51

(iv) Failure to submit the certificates/documents as specified above shall make the bid non-responsive.

2.17 SCHEDULE OF EVENTS

The tentative dates for the schedule of key events of this tender are given as under:

Events Date

1. Last date and time of proposal / documents submission: 12:00 Hrs on 16.08.2013

2. Date and time of opening of the Pre-qualification Documents and Technical Proposals at NHAI Regional office of the Chief General Manager (Tech), Regional Office – Patna

3. Date of opening of the Financial Proposal at NHAI Regional office of the Chief General Manager (Tech),– Patna which will be intimated accordingly to the prequalified bidders.

2.18 OPENING OF PROPOSAL

The Evaluation Committee or its authorized representative will open the tenders. Sequence of opening shall be as follows:

i. Cost of Tender Documents and Earnest Money Deposit (BID SECURITY) ii. Pre-Qualification & Technical Proposals iii. Commercial/Financial Proposals

2.19 EVALUATION

2.19.1 The Purchaser reserves the right to modify the Evaluation Process at any time during the Tender Process, without assigning any reason, whatsoever, and without any requirement of intimating the Bidders of any such change.

2.19.2 Any time during the process of evaluation, the Purchaser may seek for clarifications from any or all Bidders.

2.19.3 Phase-1: Cost of Tender Documents & BID SECURITY: First, the envelope containing Cost of Tender Documents and Earnest Money Deposit will be opened and if both are found furnished by the Bidders in the prescribed manner, then the second envelope containing Pre- Qualification & Technical Proposal documents shall be opened. At any stage during the evaluation, if the BID SECURITY is found invalid, the respective Bidder’s bid will be summarily rejected.

Phase-2: Pre-Qualification and Technical Proposal Evaluation: The Bidder shall have to fulfill all the Pre-qualification Criteria as specified in Section-II – 2.16. These documents will be scrutinized along with the Technical Proposal in this phase of evaluation. Those bidders who do not fulfill the terms and conditions of Pre-qualification Criteria as specified in this tender or whose Technical Proposal is non-responsive will not be eligible for further Commercial Proposals Evaluation. Technical Proposals of the Bidders would be evaluated for the clause-by-clause compliance of the technical specifications as mentioned in the Bid document.

Page 16: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 16 of 51

Evaluation of Pre-qualification and Technical Proposal by Purchaser shall not be questioned by any of the Bidders. The Purchaser reserves the right to ask for a technical elaboration/clarification in the form of a technical presentation from the Bidder on the already submitted Technical Proposal at any point of time before opening of the Commercial Proposal.

2.19.3 Phase-3: Commercial Proposal Evaluation: The Price Bids of only the qualifying firms

who are short-listed in Phase-2 will be evaluated. The proposals shall be opened in presence of their representatives who choose to attend. The date of opening shall be intimated to the qualified bidders at the appropriate time. The Commercial Proposal Evaluation will be based on the “Total Cost”, which would be the total payouts including all taxes, duties and levies etc. applicable for the said works.

2.20 DECIDING AWARD OF CONTRACT 2.20.1 The Purchaser reserves the right to ask for a technical elaboration/clarification in the form of

a technical presentation from the Bidder on the already submitted Technical Proposal at any point of time before opening of the Commercial Proposal. The Bidder has to present the required information to Purchaser and its appointed representative on the date asked for, at no cost to the Purchaser.

2.20.2 Arithmetical errors will be rectified on the following basis: If there is a discrepancy between

the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If the Bidder does not accept the correction of the errors, his bid will be rejected. If there is a discrepancy between words and figures, the amount mentioned in words will prevail.

2.20.3 The Purchaser will notify the Successful Bidder on its intention to award the work through

“Letter of Award” mentioning the total Contract Value. The timeline for delivery of products and services will start from the date of issue of Letter of Award.

2.20.4 Successful bidder have to submit a unconditional performance bank guarantee from a

nationalize bank of an amount of 10% of total bid cost valid for six month from date of letter of acceptance (LOA) before the signing of the agreement .

2.20.5 The Purchaser will subsequently send the Successful Bidder the Form of Contract Agreement

provided in the Bidding Documents, incorporating all agreements between the parties. 2.20.6 As soon as practically possible, following receipt of the Form of Contract Agreement, the

successful Bidder shall sign and date the Form of Contract Agreement and return it to the Purchaser. This is deemed as the “Contract” or “Contract Agreement” defined elsewhere in this tender document.

2.20.7 The contract will be awarded on least cost basis.

Page 17: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 17 of 51

2.21 GENERAL INSTRUCTIONS TO THE BIDDERS

2.21.1 The Bidder should be an authorized contractor/dealer having license issued by licensing authority under whose purview issuing of such license is notified by the government. The license shall be valid during the tenancy of the contract. The bidders shall have adequate qualified and experienced Engineers to carry out the job.

2.21.2 They shall also have enough experience in the works as per BOQ for Construction of Temporary Toll Plaza till date. Proof for the experience shall be enclosed with the tender technical bid.

2.21.3 The cost of preparing a proposal, cost involved for the technical presentation and of visits to the offices of NHAI (if any) is not reimbursable.

2.21.4 The remuneration, which the Successful Bidder shall receive from the contract, will be subject to normal tax liability in India.

2.21.5 All cutting, overwriting in the proposal should be authenticated by the initials of the authorized signatory. In case of any calculation error the unit rates would prevail. The amount will also have to be written in words.

2.21.6 Successful bidder must ensure his establishment in India for post-installation services and support.

2.21.7 Canvassing in any form will lead to disqualification of the bid.

2.22 CONFIDENTIALITY

2.22.1 The Bidder shall keep confidential any information related to this tender with the same degree of care as it would treat its own confidential information. The Bidders shall note that the confidential information will be used only for the purposes of this tender and shall not be disclosed to any third party for any reason whatsoever.

2.22.2 As used herein, the term “Confidential Information” means any written information, including without intimation, information created by or for the other party, which relates to internal controls, computer or data processing programs, algorithms, electronic data processing applications, routines, subroutines, techniques or systems, or information concerning the business or financial affairs and methods of operation or proposed methods of operation, accounts, transactions, proposed transactions or security procedures of either party or any of its affiliates, or any client of either party, except such information which is in the public domain at the time of its disclosure or thereafter enters the public domain other than as a result of a breach of duty on the part of the party receiving such information. It is the express intent of the parties that all the business process and methods used by the Bidder in rendering the services hereunder are the Confidential Information of the Bidder.

2.22.3 At all times during the performance of the Services, the Bidder shall abide by all applicable NHAI’s security rules, policies, standards, guidelines and procedures. The Bidder should note that before any of its employees or assignees is given access to the Confidential Information, each such employee and assignees shall agree to be bound by the term of this tender and such rules, policies, standards, guidelines and procedures by its employees or agents.

2.22.4 The Bidder should not disclose to any other party and keep confidential the terms and conditions of this tender, any amendment hereof, and any Attachment or Annexure hereof.

Page 18: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 18 of 51

Form: PQ-1 BIDDER’S ANNUAL TURNOVER

Proof for clause 2.16 (i) __________ (Location)

__________ (Date) From (Name & Address of the Statutory Auditor) To

Project Director National Highways Authority of India,

Project Implementation Unit - Darbhanga

H/o. Sh. S.N.Mishra, Ward No. 10,

Professor Colony, Dighee West,

Darbhanga, Pin No. 846004

Phone/Fax No.- 06272-250194

Subject: Construction of Temporary Toll Plaza (2 + 2 Lane) at Km. 98+640 (near Naruar

Village) from Km. 69.500 to Km. 148.550 Section of NH-57, Distt. Madhubani in the state of

Bihar Dear Sir, We hereby certify that the average annual turnover of M/s. _________________ (name of the bidder) is not less than Rs. 0.00 Lacs during the last three financial years.

Year (2009-2010)

Year (2010-2011)

Year (2011-2012)

Sl No. Firm

Amount Amount Amount 1 Yours Sincerely,

(Signature of Statutory Auditor) Name of the Statutory Auditor: Name of the Statutory Auditor Firm: Seal: Important Notes: • The above data should relate only to the Bidder /JV who has submitted the tender. Data relating to sister companies, group companies, parent company, subsidiary companies shall not be considered.

Page 19: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 19 of 51

Form: PQ-2

SIMILAR WORK EXPERIENCE Declaration for clause 2.16 (ii)

From (Name & Address of the Statutory Auditor) To Project Director National Highways Authority of India,

Project Implementation Unit - Darbhanga

H/o. Sh. S.N.Mishra, Ward No. 10,

Professor Colony, Dighee West,

Darbhanga, Pin No. 846004

Phone/Fax No.- 06272-250194

Subject: Construction of Temporary Toll Plaza (2 + 2 Lane) at Km. 98+640 (near Naruar

Village) from Km. 69.500 to Km. 148.550 Section of NH-57, Distt. Madhubani in the state of

Bihar. 1. We hereby declare and confirm that we, ____________ (Name of the Bidder), having registered office at _______________ (address) have successfully executed following projects. We are providing the details below: (Note: add rows as required).

Sl. No.

Name of the

client/ organization

Purchase

Order (P.O) No. &

Date of issue

of P.O.

Project

Value Brief

Scope of work

Whether the copies of the

purchase orders / contracts

from the client as required, is

attached?

Yes/No Pg. No. on the Proposal

Yours Sincerely,

(Signature of Authorized Signatory) Name and Designation of the Authorized Signatory: Name and address of the Bidder Company with seal

Page 20: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 20 of 51

AFFIDAVIT (On non judicial stamp paper duly notarized)

1. I, the undersigned, do hereby certify that all the statements made in the enclosed attachments

are true and correct. 2. The undersigned also hereby certifies that neither our firm M/s______________________

have abandoned any work on National Highways in India nor any contract awarded to us for such works have been rescinded, during last five years prior to the date of this bid.

3. The undersigned hereby authorise(s) and request(s) any bank, person, firm or corporation to

furnish pertinent information deemed necessary and requested by NHAI to verify this statement or regarding my (our) competence and general reputation.

4. The undersigned understands and agrees that further qualifying information may be

requested, and agrees to furnish any such information at the request of the NHAI and within the prescribed time.

_____________________________________ (Signed by an Authorized Representative of the Firm)

_____________________ Name of the Representative

______________________________ Name of Firm

______________________ DATE

Page 21: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 21 of 51

UNDERTAKING I, the undersigned do hereby undertake that our firm M/s________________________agree to abide by this bid for a period of ______________ days after the date fixed for receiving the same and it shall be binding on us and may be accepted at any time before the expiration of that period.

_____________________________________ (Signed by an Authorized Representative of the Firm)

_____________________ Name of the Representative

______________________________

Name of Firm

______________________ DATE

Page 22: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 22 of 51

LETTER OF APPLICATION To Project Director National Highways Authority of India,

Project Implementation Unit - Darbhanga

H/o. Sh. S.N.Mishra, Ward No. 10,

Professor Colony, Dighee West,

Darbhanga, Pin No. 846004

Phone/Fax No.- 06272-250194

Subject: Construction of Temporary Toll Plaza (2 + 2 Lane) at Km. 98+640 (near Naruar

Village) from Km. 69.500 to Km. 148.550 Section of NH-57, Distt. Madhubani in the state of

Bihar. Dear Sir,

Having examined the Bid Document, Instruction to Bidders, Qualification Information, Scope of works etc. for the subject work. We, hereby submit our bid for the subject work. It is certified that the information furnished in this document is true and correct. The proposal is unconditional. We undersigned accept that NHAI reserves the right to reject any or all application without assigning any reason. Thanking you;

Yours faithfully,

(Authorized Signatory) for and on behalf of M/s_____________

Page 23: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 23 of 51

SECTION-III

FORM OF AGREEMENT

Page 24: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 24 of 51

SECTION -III

FORM OF AGREEMENT This agreement made the ______________ day of ____________________ 2013_____________________ between the National Highways Authority of India, PIU, Darbhanga (hereinafter called “the Employer”) of the one part and _________________ (here in after called “the Contractor”) of the other part. AND WHEREAS the Employer invited bids from eligible bidders of the execution of certain works, viz. “Construction of Temporary Toll Plaza (2 + 2 Lane) at Km. 98+640 (near Naruar Village)

from Km. 69.500 to Km. 148.550 Section of NH-57, Distt. Madhubani in the state of Bihar. AND WHEREAS pursuant to the bid submitted by the Contractor, vide ____________ (here in after referred to as the “BID” or “ÖFFER”) for the execution of works, the Employer by his letter of acceptance dated ___________ accepted the offer submitted by the Contractor for the execution and completion of such works and the remedying of any defects thereon, on terms and conditions in accordance with the documents listed in para 2 below. AND WHEREAS the Contractor by a deed of undertaking dated ________ has agreed to abide by all the terms of the bid, including but not limited to the amount quoted for the execution of Contract, as stated in the bid, and also to comply with such terms and conditions as may be required from time to time and whereas the contractor has agreed to undertake such works. NOW THIS AGREEMENT WITNESSETH as follows: 1. In this agreement words and expressions shall have the same meaning as are respectively

assigned to them in the conditions of contract hereinafter referred to; 2. The following documents shall be deemed to form and be read and constructed as part of this

agreement viz. a) The Contract Agreement, b) Letter of Acceptance, c) Contractor's Bid, d) Conditions of Contract e) Specifications, Scope of Work, and f) Bill of Quantities h) Any other document listed in the contract data.

3. The foregoing documents shall be construed as complementary and mutually explanatory one with another. Should any ambiguity or discrepancy be noted then the order of precedence of these documents shall be subject to the order as listed above and interpreted in the above order of priority.

4. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the works and remedy any defects therein in conformity in all respect with the provisions of the contract.

Page 25: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 25 of 51

5. the employer hereby covenants to pay the contractor in consideration of the execution and completion of the works and the remedying of defects therein the contract price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.

IN WITNESS WHEREOF the parties here to have caused this agreement to be executed the day and year first before written. Signed, sealed and delivered by the said Employer through his Authorized Representative and the said Contractor through his Power of Attorney holder.

Binding Signature of Employer ___________________________________ For and on behalf of National Highways Authority of India, New Delhi – 110 075

Binding Signature of Contractor __________________________________ In the presence of In the Presence of 1. Name : 1. Name: Address: Address: 2. Name : 2. Name: Address: Address:

Page 26: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 26 of 51

SECTION-IV (A)

GENERAL CONDITIONS OF CONTRACT

Page 27: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 27 of 51

SECTION – IV (A)

GENERAL CONDITIONS OF THE CONTRACT

4.1 SPECIFICATIONS

The Products supplied under this contract shall conform to the Technical Specifications given in this tender under Section VI.

4.2 PERFORMANCE GUARANTEE AND RETENTION MONEY 4.2.1 10% percent amount of the total contract price will be retained as retention money duly

deducted at the time of payment, which may be forfeited against poor performance during the defect liability/ warranty period as specified in clause no. 4.4.

4.2.2 Retention money as mentioned in clause no. 4.2.1 shall become due to the contractor after 3

months of successful completion of warranty (DLP) period. 4.2.3 Agency has to submit an unconditional performance bank guarantee of an amount 10% of the

bid cost valid upto one year from the date of LOA in prescribed format from a nationalized bank as enclosed.

4.2.4 Unconditional performance bank guarantee will be returned to agency after successful

completion of the work and final acceptance. 4.3 DELIVERY OF MATERIALS AND RELATED DOCUMENTATION 4.3.1 Construction of Temporary Toll Plaza (2 + 2 Lane) at Km. 98+700 (near Naruar

Village) from Km. 69.500 to Km. 148.550 Section of NH-57, Distt. Madhubani in the state of Bihar along with the related documents as per schedule of quantity Section (Section VII) and Technical Specification Section (Section VI) is the responsibility of the Bidder.

4.3.2 The Successful Bidder shall ensure that all Products/equipment is supplied within the

Implementation schedule mentioned in the tender document under Section IV. 4.3.3 The Successful Bidder shall submit the Warranty Papers and any other relevant

documentation related to the supplied products related to Construction of Temporary Toll

Plaza (2 + 2 Lane) at Km. 98+640 (near Naruar Village) from Km. 69.500 to Km.

148.550 Section of NH-57, Distt. Madhubani in the state of Bihar.

4.4 WARRANTY 4.4.1 The Bidder is required to provide on-site comprehensive warranty valid for 12 months for all

supplied material. This warranty shall be for all the materials. 4.4.2 The Bidder shall warrant that all the material supplied under the contract is newly

manufactured and shall have no defect arising out of design, materials or workmanship or from any act or omission of the Bidder that may develop under normal use of the supplied material in the conditions prevailing across the country.

Page 28: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 28 of 51

4.4.3 NHAI shall promptly notify the Bidder about any claims arising under this warranty. Upon

receipt of such notice, the Bidder shall repair/replace/reconfigure/re-provision the defective equipment or service. Replacement under warranty clause shall be made by the Successful Bidder free of all charges at site including freight, insurance and other incidental charges.

4.4.4 The Bidder shall, at the time of submitting the bid submit the Technical Proposal specifying

how the Bidder proposes to carry out repair under Warranty. The Bidder shall also indicate what spares will be kept in different locations. The infrastructure planned to be created by the Bidder to fulfil his obligations under Warranty and his action plan to deal with the various situations arising out of hardware and software faults shall be clearly indicated.

4.4.5 All works shall be warranted against any defect for one year starting from the date of issue

completion certificate. The period shall be known as Defect Liability Period. The contractor shall make good all defects as notified by the Purchaser during the period. The contractor shall attend all such defect within a period of 15 days after notification of the defects and shall repair/replace/reconfigure/re-provision the defective equipment or service, free of all charges at site including freight, insurance and other incidental charges, failing which Project Director, PIU, Darbhanga may proceed to take such remedial action as may be necessary at the Bidder’s risk and expense and without prejudice to any other rights, which NHAI may have against the Bidder under the contract including the right to use the retention money for remedy for such defect. The decision of the Project Director will be binding while deciding the defect.

4.4.6 Agency has to submit all required test reports from the supplier of the material and also

submit the original warranty papers to NHAI.

4.5 PAYMENT TERMS

For Construction of Temporary Toll Plaza (2 + 2 Lane) at Km. 98+640 (near Naruar Village)

from Km. 69.500 to Km. 148.550 Section of NH-57, Distt. Madhubani in the state of Bihar. and

defect liability for 12 Months:

4.5.1 Payment shall be made in Indian Rupees only. 4.5.2 90% of total price after satisfactory completion of work as per approved drawing and design

at the site and Final Acceptance Sign-off. 4.5.3 10% of total contract value will be kept as retention money due to the contractor as specified

in clause no. 4.2.

4.6 PRICES

The rates and prices quoted by the bidder shall be fixed for the duration of the contract and shall not be subjected to adjustment

4.7 PURCHASER’S RIGHTS 4.7.1 The Purchaser reserves the right to make changes within the scope of the Contract at any

point of time.

Page 29: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 29 of 51

4.7.2 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds of purchaser’s action.

4.8 TIME SCHEDULE TO COMPLETE THE CONTRACT

4.8.1 The successful bidder shall complete the assignment within specified days mention in letter of proceed.

4.8.2 The Successful Bidder shall ensure that the delivery of Products/equipment and/or the

delivery of the services are in accordance with the time schedules specified in Clause 4.8.1. In case of any deviation from the schedule, the Purchaser reserves the right to either cancel the Contract and/or recover Liquidated Damage charges @ 0.1% ((1/1000) of contract price per day of delay subject to a maximum of 10% of contract price.

4.8.3 The Successful Bidder, if faced with problems in timely delivery of services, which have

dependencies on the Service Provider and/or the Purchaser, which are beyond their control at any time before the Final Acceptance Sign-off, shall immediately inform the Purchaser in writing, about the causes of the delay and tentative duration of such delay etc. The Purchaser, on receipt of such notice, shall analyze the facts at the earliest and may at its sole discretion, extend the contract period as deemed reasonable.

4.8.4 Any delay by the Successful Bidder in the delivery of Products/equipment and/or the services

will make the Successful Bidder liable to any or all of the following: i) Forfeiture of Performance Bank Guarantee. ii) Imposition of Liquidated Damage charges iii) Termination of the contract for default.

4.9 FORCE MAJEURE 4.9.1 Neither party shall be responsible to the other for any delay or failure in performance of its

obligations due to any occurrence commonly known as Force Majeure which is beyond the control of any of the parties, including, but without limited to, fire, flood, explosion, acts of God or any governmental body, public disorder, riots, embargoes, or strikes, acts of military authority, epidemics, strikes, lockouts or other labour disputes, insurrections, civil commotion, war, enemy actions.

4.9.2 If a Force Majeure arises, the Bidder shall promptly notify NHAI in writing of such condition

and the cause thereof. Unless otherwise directed by NHAI, the Bidder shall continue to perform his obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event. The Bidder shall be excused from performance of his obligations in whole or part as long as such causes, circumstances or events shall continue to prevent or delay such performance.

4.10 TERMINATION 4.10.1 Termination on expiry of the CONTRACT: The Agreement shall be deemed to have been

automatically terminated on the expiry of the Contract period unless the NHAI has exercised its option to extend the Contract in accordance with the provisions, if any, of the Contract.

Page 30: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 30 of 51

4.10.2 Termination on account of Force Majeure: Either party shall have the right to terminate the Contract on account of Force Majeure, as set forth in clause 4.9.

4.10.3 Termination on account of insolvency: In the event the Successful Bidder at any time during

the term of the Contract becomes insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt, then NHAI shall, by a notice in Writing have the right to terminate the Contract and all the Successful Bidder’s rights and privileges hereunder, shall stand terminated forthwith.

4.10.4 Termination breach of contract: A breach by the Successful Bidder of its obligations

hereunder and such breach not being rectified by the Successful Bidder within 7 days of receipt of the Purchaser’s notice intimating such breach. Upon termination, the Successful Bidder shall surrender all the materials belonging to the Purchaser.

4.10.5 Termination for delay: Successful Bidder shall be required to perform all activities/services as per clause 4.8.1. If the Successful Bidder fails to do so, the Contract may be terminated by NHAI by giving 7 days written notice unless NHAI has extended the period.

4.10.6 NHAI may at any time terminate the Contract by giving 7 days notice without assigning any

reason. 4.10.7 Consequences of termination: In all cases of termination herein set forth, the obligation of the

NHAI to pay shall be limited to the period upto the date of effective termination. Notwithstanding the termination of the Agreement, the parties shall continue to be bound by the provisions of the Agreement that reasonably require some action or forbearance after such termination.

4.10.8 In case of termination of Contract herein set forth except under 4.10.1 and 4.10.2, the Contractor shall be put on holiday [i.e. neither any enquiry will be issued to the party by NHAI against any type of tender nor their offer will be considered by NHAI against any ongoing tender(s) where contract between NHAI and that particular Contractor (as a bidder) has not been finalized] for two years from the date of termination by NHAI to such Contractor.

4.11 ARBITRATION In the event of any dispute or difference arising out or touching upon any of the terms and conditions of this contract and / or in relation to the implementation or interpretation hereof, the same shall be resolved initially by mutual discussion and conciliation but in the event of failure thereof, the same shall be referred to a sole arbitration of the Chairman of National Highways Authority of India (NHAI) or his nominee and the decision of the Arbitrator shall be final and binding upon the parties. The arbitration shall be in Delhi and the Arbitrator shall give his award in accordance with “The Arbitration and Conciliation Act, 1996”. Both the parties know that sole Arbitrator might have dealt with the contract agreement in question and is an employee or officer of National Highways Authority of India (NHAI) but the same shall also not disqualify him in any manner from acting as a Sole Arbitrator. In this clause the expression Chairman, “National Highways Authority of India” shall also include any person who is for the time being is the administrative head of National Highways Authority of India or any person who for the time being is officiating as Chairman, National Highways Authority of India.

Page 31: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 31 of 51

In the event of arbitrator dying, neglected or refusing to act or resigning or being unable to act for any reason or his award being set aside by the Court for any reason it shall be lawful for the Chairman, National Highways Authority of India or his nominee to appoint another arbitrator in place of outgoing arbitrator in the manner aforesaid.

4.12 GOVERNING LAWS AND JURISDICTION The Agreement shall be governed by the laws in force in India. Any dispute arising in relation to the Agreement shall be subject to the jurisdiction of the courts at Darbhanga.

Page 32: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 32 of 51

SECTION-IV (B)

SPECIAL CONDITIONS OF CONTRACT

Page 33: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 33 of 51

SECTION – IV (B)

SPECIAL CONDITIONS OF THE CONTRACT

4.13 DEFINITION These conditions given in this Section IV (B), supplement the “Instructions to the Bidders” given in Section II & "Commercial and Legal Conditions of the Contract" given in Section IV (A) and in case of any conflict, the conditions given herein shall prevail over those in sections II and IV (A).

4.14 MATERIAL AND SUPPORTING PARTS 4.14.1 All the material to be supplied shall conform to the relevant technical specifications given in

Section VI of this document. 4.14.2 Material put up for inspection shall be those to be supplied and in quantities laid down in the

Schedule of Quantities. Any variation shall require the prior approval of the Purchaser before the material is manufactured.

4.14.3 All material brought to site shall be permitted to be erected only after inspection and

acceptance by the Purchaser. 4.14.4 The completed Construction of Temporary Toll Plaza (2 + 2 Lane) at Km. 98+640 (near

Naruar Village) from Km. 69.500 to Km. 148.550 Section of NH-57, Distt. Madhubani in the state of Bihar. at all stages shall be subjected to checks as decided by Purchaser. The contractor shall be liable to remedy all of such defects as discovered during these checks and make good all deficiencies brought out. The complete erection duly fixed at site shall be taken over finally on successful erection in entirety.

4.15 CONSIGNEE AND SECURITY OF MATERIAL Security of all the material in the section where the work is in progress shall be the contractor’s responsibility and he shall arrange to guard the same from theft / pilferage/vandalism. The cost of providing such security shall be deemed included in the offer, whether or not explicitly mentioned so. In the event of any loss the contractor shall be responsible for the same. The contractor shall insure the materials. Any stores lost, prior to formally taking over by the Purchaser, shall be made good by the contractor at no cost to the Purchaser.

Page 34: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 34 of 51

SECTION-V

SCOPE OF WORK

Page 35: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 35 of 51

SECTION – V

SCOPE OF WORK

5.1 GENERAL 5.1.1 Construction of Temporary Toll Plaza (2 + 2 Lane) at Km. 98+640 (near Naruar Village)

from Km. 69.500 to Km. 148.550 Section of NH-57, Distt. Madhubani in the state of Bihar. as directed by the purchaser with the required specifications as given in Section VI.

5.1.2 The work shall be executed to the highest standards using best quality material. The items

shall be of reputed make and brands and as approved by Project Director or its authorized representative, NHAI, PIU, Darbhanga. The cabins design shall use state-of-the art techniques/tools. The contractor shall ensure that the entire specification is complied with. It shall be the responsibility of the contractor to demonstrate compliance of technical specifications.

5.1.3 The completed supply & Erection shall be subject to checks at all stages as deemed necessary

by the purchaser. The same shall be done by the Purchaser and the contractor shall be liable to rectify such defects as brought out by the Purchaser during these checks and make good all deficiencies at his own cost.

5.1.4 All required necessary safety measures shall be adopted by the bidder at site.

Page 36: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 36 of 51

SECTION-VI

SPECIFICATIONS AND TYPICAL DRAWINGS

Page 37: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 37 of 51

SECTION – VI

SPECIFICATIONS AND TYPICAL DRAWINGS

The work shall be executed as per the direction of Project Director, NHAI, PIU, Darbhanga in accordance with description given in Priced Bid Sheet. The items shall be of reputed make and brands and as approved by Project Director or its authorized representative, NHAI, PIU, Darbhanga. The drawings enclosed are typical. The contractor shall prepare and submit the drawings along with shape, text size, format, colour etc. as applicable and got them approved from Project Director, NHAI, PIU, Darbhanga before execution.

6.1 CABIN : (BWP MODLES)

a) Frame work of Walls: Insulated wall panels made out of 6mm Boiling Water Proof Ply grid marine ply board mount on both side of seasonal pinewood size 3"x1.6" grid 2'x2' duly insulated with thermocole (50mm thick 16DEP).

b) Frame work of Floor Base: The frame work of platform shall be made of MS Steel

pipes (50x25mm) grid of 600x600mm paint red oxide & black Japan (company Asian Paint).

c) Level Above Ground: The entire structure shall be raised above the crown of the road

by 1’ to 1.5’ (as suitable to site condition) more using steel supports (iron joints) (guarder T).

d) Door: The partly glazed flush door 35mm size 7'x3' shall be made out of textured - coated exterior grade phenol bonded panels. Aluminum handles, L-drops for locking arrangements.

e) Window: Aluminum Anodized sliding windows under 16 guage make Jindal with 4mm make Modi Float with rubber gasket and locking arrangement will be provided.

f) Paint: Exterior with textured, water proof and fire resistant polymer coatings, interior with Oil Bound distemper in inner walls.

g) Roof: The roof will made with GI corrugated sheets (0.46 thick make Jindal)/ mounted on rooftop. Insulted material Thermocole (50mm thick/ 16 DEP) is sandwiched in two layers of claddings. The lower portion of the panels forms the ceiling of cabin.

h) Insulation: 50mm/16 DEP thermocole is used for walls & Roof. i) PVC: 1.5mm thick. j) Electrical wiring and fittings: Electrical points with wiring two nos. 15 Amps. power

point and 6 nos. 5 Amps. power point. Material should conform with relevant IS specifications.

k) Resistant of Wind, Floods & Earthquake: All the structure of the portable cabins shall be fully erected and encored, to withstand hurricane force of winds and the seismic shock of earthquake.

l) Anti Termite: All the structure of the portable cabins shall be water proof, termite proof, insect proof and calamity proof.

Page 38: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 38 of 51

m) Cabin Structure & Erection: Cabin structures shall consist of a series of interlocking/interlinking thermally insulated panels that are assembled to form both interior and exterior walls as well as the roof. Portable cabin Panels for rapid economical, high quality, thermally insulated, sturdy construction of a building that shall be erected on a specially designed relocateble locking floor or on a concrete post and anchored on all corner with Anchor plate which rest below the concrete post and attached to the ring beam with steel wire, the panels are further mounted on the rigid structure with the help of simple accessories.

n) Internal arrangement/ supplying such as work table, chairs of Godrej make and files shelves in the porta cabin shall be as per drawing.

6.2 CONTAINER CABIN

a) Cabin Size : Standard 40ft good condition cargo worthy Marine Container size

40'x8'x8'6" duly painted with two coats of primer and followed by two coats of enamel paint satin finish, colour of choice as per direction of Project Director/ Engineer In charge. The cabin should have no dents and scratches.

b) Interior Wall and Roof paneling- i) Frame work of 50mm x 25mm pipes. ii) Interior Panel Frame of M.S.Sq. Pipes. iii) Insulated with glass wool sheets 50mm. iv) 9mm partical board paneling, sunmica finish. v) Colour Shade & Design as per direction of Project Director/ Engineer In charge.

c) Floor frame made of Marine ply finished with Waterproof 1mm PVC Laminate Solarbite sheet.

d) Power coated aluminum sliding windows (6 nos.) with 4mm glass with safety grill and rainguard as per provision in the drawing.

e) Specially corrugated door with Insulation and ISI standard hardware. Door Closure, Handle, S.S. Latches etc.

f) Providing and fixing of ceiling fan, tube lights etc. of standard make with Anchor/Havell's Switch and MCP as per drawing with Concealed Electrical wiring etc. complete.

h) Supplying and Installation of 2 nos. Window A.C. (1.5 ton) Voltas/LG/Godrej make with entire concealed wiring and necessary accessories.

i) Provision of pantry area with sink and required sanitary fittings of standard make/ISI standard etc. complete. Water proof pre laminated sheet with aluminium beading is to be provided in pantry floor.

j) Specially corrugated door with Insulation and ISI standard hardware. Door Closure, Handle, S.S. Latches etc.

k) Internal arrangement/ supplying such as work table, chairs of Godrej make and files shelves in the porta cabin shall be as per drawing.

l) Foundation and base work for placing of marine container should be got approved from the Engineer In charge prior to the placing.

Page 39: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 39 of 51

6.3 TOILET BLOCK

a) Requisite number of porta toilet cabin including provision of adequate water supply fittings and sewerage facilities (Septic Tank and Soak Pit) and appurtenances as per the NBC shall be provided at the locations approved by the Engineer In charge.

6.4 PORTABLE WHEEL MOUNTED BARRIERS

a) As per drawing and design provided by NHAI 6.5 WATER SUPPLY WORKS

a) All the materials should be used ISI marks and required tests has to be conducted by the agency on own cost.

6.6 RETRO REFLECTIVE SIGN BOARDS

a) The relevant specifications applicable to the work given in IRC: 67 – 2010, MORTH

Specifications for Road and Bridge Works (Forth Revision) and others related BIS specifications are strictly followed and adhered.

6.7 PRE-ENGINEERED BUILDING:

Pre-Engineered Building for Toll Plaza including mainframe of canopy purlins and

girths, structural hardware, roofing sheets Pre-coated false ceiling, fixing fasteners

including red oxide zinc chromate 2 coats and synthetic enamel paint (Synthetic

enamel) construction of foundation, design of structure and foundation etc (area 25 m X

12 m = 300 sqm, 7 m clear height as per manufacturer’s design, drawings &

specifications

Building specification :

Type Tapered Column Width 12 m as per drawing Length 25 m as per drawing Clear height 7 m Bay Spacing 3 nos of Column as per drawing Deflection As per standards Wind Load as per IS:875 Roof live load 0.57 KN/m2 Seismic load V Bracing in roof/ wall Diagonal Rod Bracing as design if required Dead Load 0.15 KN/m2 Roofing 0.50 Hi-Rib Bare Galvalume sheet made

Page 40: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 40 of 51

out of 0.47 mm TCT, AZ-150,550 MPa Cladding Only in Fascia all around with pre-coated

sheet Gutter Included with Pre-coated sheet Down Pipe 4” PVC Pipe Finishes of Steel members Factory applied one coat of red oxide zinc

chromate primer & two coats of Synthetic enamel paint.

False ceiling 150F lineal steel pre-coated false ceiling made out of 0.50mm TCT in main Toll Structure

Structural Steel Specification:

a) Primary Steel : All primary steel members shall be solid web built up section

manufactured out of 345 MPa grade steel plates conforming to relevant IS standard.

Welding of web to flange shall be SAW type on altemate sides and stitch welds other

side. All columns/portals shall be supplied in fully finished for field assembly and

ready to erect condition.

b) Cold formed section: These shall be Z/C shaped cold formed section out of 345

MPa steel stripes minimum 2.00mm/2.3 mm thick, conforming to IS 513/801.

c) Miscl. Items : Rod bracing, flange bracing, misc. steel components such as clips etc

shall be out of 240/250 MPa grade steel conforming to IS 2062.

d) Structural Hardware: All primary steel connections shall be established using high

tensile Gr. 8.8 friction grip fasteners. Anchor bolts and misc. steel connections shall

be done by Gr. 4.6 fasteners.

6.8 Electrical room complete with generator:

6.9 Providing Electrical room complete as per drawing and Technical Specifications Clause

127, specifications for buildings works and direction of Engineer/ PD including arrangement

for electric supply, all electrical items like lights, exhaust fans, sockets, receptacles and

complete wiring, with necessary earth stations including supply and installation of new

standby diesel power generating set of minimum 200KVA to ensure uninterrupted power

supply to the entire Toll Plaza complex.

6.10 Retro-reflectorised sign boards:

6.11 Providing and fixing direction, destination, reassurance and place identification retro-

reflectorised sign made of high intensity grade sheeting with screen painted

messages/boards., fixed over a mild steel angle iron post 75 X 45 X 6 mm firmly fixed to the

ground by means of properly designed foundation with M15 grade cement concrete 45 X 45

X 60 cm, 60 cm below ground level as per approved drawing. MORT&H Specification

clause 801.

Page 41: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 41 of 51

Page 42: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 42 of 51

Page 43: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 43 of 51

Page 44: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 44 of 51

Page 45: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 45 of 51

SECTION-VII

Bill of Quantities

Page 46: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 46 of 51

National Highways Authority of India

NIT No …………………………..

Name of work: Construction of 2+2 lane Toll Plaza at Km 98+640 on Darbhanga - Jhanjharpur Section of NH-57

SCHEDULE OF QUANTITY

Name of the Contractor: ……………………………………………………………….

Sl.no. Description of items Quantity Unit quoted rates are negative

or positive

Rate in figures

in Rupees

Amount

1. Construction and installation of pre fabricated porta Cabin single booth size 4’ x 8’ for collection of Toll including electrification, providing and fixing of platform for computer and printer and seating arrangement etc. completion as per drawings and the directions’ of the Engineer in-charge/Project Director (pre fab porta cabin)

4 No.

2. Providing and fixing of steel container of standard size (40’x8’x8’6”) including, furniture, electrical fitting and wirings, and other required accessories as per drawing and specification complete in all respect and as directed by the engineer in-charge/Project Director for ADM block.

1 No.

3. Construction and installation of pre fabricated toilet block of size 6’x 8’ Toilet including Septic tank as per standard specification and direction of the Engineer incharge/Project Director.

1 No.

4. Supply and fixing of Booth protection Barrier with GI pipe etc complete for single booth as per drawing and the direction of the Engineer incharge/Project Director in a plaza.

100 Metre

5. Supplying and fixing of NAF PIV fire extinguisher of capacity 5kg of reputed made as directed by the Engineer.

4 No.

6. Providing and installation of 1 nos tube well (submersible pump set) having depth upto 400 feet at the suitable location at toll plaza site near administrative /office building of 1 BHP as per prevailing standard specifications complete in all respects including cost of all

1 No.

Page 47: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 47 of 51

material- GI and /or PVC pipes, cable, submersible pump set of standard make/machine, labour equipments and T&P required for boring and installation, commissioning and testing of pump, electrical wiring, cable and other suitable fitting, switches, boards, etc. suitable diameter GI pipe providing and fitting etc. upto overhead water tank, all taxes, royalties etc.

7. Concrete platform, toll booth 25.92 cum

8. Supply, erection, testing and commissioning of 200 KVA/160 KW diesel Gen-set comprising of Turbo Charged after cooled 1500 RPM , Electric start 6 cylinder, 4 stroke cycle, water cooled, with not less than 280 BHP (SDEC)/Cater pillar/Crompton make eco friendly (CPCB Norms Compliant) under NTP condition fo BS: 5514 with 10% overload for one hour in every 12 hours duration, Alternator should be Crompton/Leroy somer etc. or equivalent make rated 200KVA/160KW, 3 phase 415 V, 1500 RPM, 0.8 PF, 50HZ, ‘H’ class of insulation complete with AMF Panel and all standard accessories and all in house an acoustic enclosure sound proof canopy. The generator set installed at site as per satisfaction of the Engineer.

1 No

9. Supplying fixing testing and commissioning of manual panel for the 200 KVA DG set. As per direction of Engineer in charge/Project Director.

1 set

10. 12m high poles and street lights SGP/338/400 watt- Supplying and erection and of Bajaj make 12 meter poles with bottom 210mm A/F & top 90mm A/F, made up of 3mm thick HT sheet steel plate along with base plate of size 300x300x20 mm and 1500mm long double bracket arm made up of 48.30 mm dia GI pipe. The rate includes the cost of following work also: (a) M24x750 long ‘j’ type EN 8 grade

foundation bolts along with templates. (b) Supply & erection of Bakelite sheet with

2no. 6A SP MCB & stud type terminal block suitable for 4Cx35 sq. mm Cable.

(c) Supply of 3Cx2.5 sq. Cu Flexible Wire for connection of light fitting

(d) Casting of foundation for including excavation of pole pit. The concrete mix for RCC foundation of Octagonal pole shall be M20. The scope shall also include grouting of foundation bolts including watering and ramming & provision for passage of cable.

(e) Supply & erection of Bajaj type BGRST

8 no

Page 48: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 48 of 51

400 SV IP 66 LH ‘MOMENTUM’ street light fixture with one no. 400W HPSV- T lamp-2 Nos.

11. Supply of 25 m high mast system of Bajaj make with its accessories. Mast shaft shall be in three sections, hot dip galvanized and suitable for wind velocity as per IS 875 part 3. It shall also include accessories for high mast including head frame, steel wire rope 6mm dia (7/19 construction) double drum winch, Galvanized lantern carriage arrangement suitable for 12 luminaries symmetrically & its control gear boxes and lightning finial. The mast shall have an integral power tool installed inside the base compartment for its operation.

(i) Supply of foundation bolts manufactured from special steel along with nuts, washers, anchor plates and templates- 1 no.

(ii) Supply of non-integral floodlight luminaries type BGENF 22 with two nos. 400 W SON T Plus lamps and its control gear boxes-5 nos.

(iii) Supply of twin dome aviation obstruction lights of type BJAOL 2 with 2 nos. incandescent lamps (1 fitting per mast is necessary if no taller structures are in near vicinity) – 1no.

(iv) Supply of control panel housing suitable control circuit for operation of Mast. It also consists of suitable control for the power tool-1 nos.

The rate also includes the erection charges of the following items:

(i) Erection and commissioning of the high mast with the help of suitable equipments. – 1no.

(ii) Design and casting of suitable shallow foundation with M20 concrete for the high Mast considering the safe soil bearing capacity at site as 10T/sqmtr at 2m depth – 1 no.

(iii) GI Pipe earthing station for high mast (2 per mast is mandatory, one for lightning and one for electrical) 2 nos.

(iv) Installation of the above panel on suitable foundation – 1 no.

2 No.

12. Pre-Engineered building for Toll Plaza, including supply of main frame of canopy

300 sqm

Page 49: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 49 of 51

purlins and girths, structural hardware, roofing sheets, pre-coated false ceiling, fixing fasteners including priming red oxide zinc chromate 2 coats and painting synthetic enamel, construction of foundation, design of structure and foundation etc. (Area 25m x 12m = 300 Sqm).

13. Supplying, fitting, fixing of Lectro-mechanical barrier of 3m aluminium bar of standard make as approved by the Engineer.

4 No.

14. Providing, supplying, laying and fixing in position, installation and commissioning including making connection to the required points etc. of the following size PVC insulated aluminium conductor armored cables direct in ground including excavations in all type of soils including rocks, and cushioning, brick protection, covering and refilling the trench etc. including looping over gantry to access outdoor and indoor lighting facilities at medina and opposite shoulder etc. as per direction of Engineer/ Project Director including cost of all material, labour, T&P, taxes, levies, incidentals, transportation, overheads, stacking, loading unloading, testing, commissioning etc complete and as per direction of Engineer in-charge/Project Director. (i) 4x10 mm2 (ii) 4x16 mm2 (iii) 4x25 mm2 (iv) 3.5x70 mm2

600 1100 900 350

meter meter meter meter

15 Supplying retro-reflective traffic sign boards made out of 2 mm thick aluminium sheet duly framed with mild steel ISA 75X45X6 mm to form panels at the back of board capable of withstanding wind load applicable in the region embedding in cement concrete/RCC pedestals by anchor bolts complete as per drawing (IRC 67:2010 Table 6.9) in accordance with High Intensity Micro Prismatic Grade sheathing, Type XI and as directed by Engineer/ Project Director.

95.4 Sqm.

16 Providing and installation of overhead Poly-water tank of 3000 liter capacity of standard make mounted on 4.0m height metal rock of structural steel/pipes truss/ cribs of suitable and appropriate capacity including connection of suitable diameter GI pipes for sinks, toilets, kitchen, external standpipes as per specifications for building works. The design of system (water tank, steel rack and water distribution to office building etc.) shall be

1 No.

Page 50: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 50 of 51

submitted for approval of the Engineer/ Project Director before commencement of work on site. Work shall include cost of all materials whatsoever, fittings, labour, transportation, taxes etc, safety and security of material and workmen etc. for satisfactory completion of work.

17 Supplying & fixing of water cooler of 150 liter capacity of reputed brand Blue Star or equivalent including electrical& water connection with purifier-Aqua-guard complete.

1 No.

18 Fog light – Spply and erection of fog light Bajaj make- DGEF-21S400SVIP65 with one number 400W HPSV-T for light suitable for Toll Plaza.

6 No.

19 Supplying and installation Over-head Main signal including necessary fitting and cabling of standard make approved by the Engineer.

6 No.

Widening of pavement:

Sl.no. Description of items Quantity Unit quoted rates are negative

or positive

Rate in figures

in Rupees

Amount

1. Dismantling of existing structure like stone boulder, chute drain and catch pit and other structure comprises of RCC/PCC cement concrete as per MoRT&H Technical specification clause no. 202. (a) 200mm thick stone boulder pitching on

embankment slope. (b) RCC chute drain (c) Catch pits

302 7.3

27.72

cum cum cum

2 Embankment construction with approved soil from borrow pits, transporting to site, spreading, grading to required slopes and compacting to meet requirement as per MoRT&H specification clause 305.

14349.64 cum

3 Construction of sub-grade and earthen shoulders with approved materials obtained from borrow pits with all lift and lids, and compacted to meet requirement as per MoRT&H specification clause 305.

1664 cum

4 Construction of Granular Sub-base with approved material complete as per MoRT&H Technical specification clause 401. (Grading – I of Table 400)

605.28 Cum

5 Providing and laying Wet Mix Macadam as per MoRT&H Specification clause 406.

530 Cum

6 Providing and laying Prime Coat with bitumen emulsion of low porosity at the rate of 6kg/ 10 sqm as per MoRT&H specification clause 502.

2120 Sqm

7 Providing and laying of Tack Coat with 1800 Sqm

Page 51: NATIONAL HIGHWAYS AUTHORITY OF INDIA HIGHWAYS AUTHORITY OF INDIA PROJECT IMPLEMENTATION UNIT ... Madhubani in the state of ... Project Director National Highways Authority of India

Page 51 of 51

bitumen emulsion using bitumen pressure sprayer as per MoRT&H specification clause 503.

8 Providing and laying Dense Graded Bituminous Macadam complete as per drawing and MoRT&H specification clause no. 507 (Bitumen graded VG-30 & Aggregate grading – II)

198 cum

9 Bituminous Concrete (Providing and laying bituminous concrete wearing course using Crumb Rubber Modified Bitumen (CRMB-60) complete as per drawing and Technical Specification clause no. 509 complete in all respects.

72 cum