Download as pdf or txt
Download as pdf or txt
You are on page 1of 58

ROADS & TRANSPORT AUTHORITY

1060/2 ‫ ط‬:
‫ تطوير وصلة األصايل‬- ‫تحسينات محور الشيخ راشد‬

PROJECT: R1060/2
IMPROVEMENT OF SHEIKH RASHED - DEVELOPMENT
OF AL ASAYEL LINK

TENDER DOCUMENTS

Volume 1

TENDER AND CONTRACT CONDITIONS

EMPLOYER: CONSULTANT:

Roads Department AECOM Middle East Ltd.


Roads & Transport Authority P.O. Box 51028
P.O. Box 118899 Dubai – U.A.E.
Dubai – U.A.E.

RTA MAY 2024


R1060/2 - Improvement of Sheikh Rashed – Development of Al Asayel link
Tenderer & Contract Conditions

PROJECT R1060/2:
IMPROVEMENT OF SHEIKH RASHED –
DEVELOPMENT OF AL ASAYEL LINK

GENERAL INDEX

VOLUME 1 - TENDERER & CONTRACT CONDITIONS

VOLUME 2 - SPECIFICATIONS

• PART I - RTA SPECIFICATIONS

o BOOK 1 – ROAD WORKS

o BOOK 2 – SERVICE WORKS & APPENDICES

• PART II - DM SPECIFICATIONS

o BOOK 1 - DM GENERAL SPECIFICATIONS, PART-1

o BOOK 2 - DM GENERAL SPECIFICATIONS, PART-2


& APPENDICES

Volume 3 - BILL OF QUANTITIES

Volume 4 - DRAWINGS

Volume 5 - GEOTECHNICAL INVESTIGATION REPORT

May 2024 Tender Documents i


R1060/2: Improvement of Sheikh Rashed - Development of Al Asayel Link
Tender & Contract Conditions Volume 1

PROJECT R1060/2:
IMPROVEMENT OF SHEIKH RASHED - DEVELOPMENT OF
AL ASAYEL LINK

VOLUME 1

TENDER & CONTRACT CONDITIONS

CONTENTS

BREIF DESCRIPTION OF THE PROJECT iii

A. INSTRUCTIONS TO TENDERERS A/1 – A/7


B. CONDITIONS OF CONTRACT
PART I - GENERAL CONDITIONS B/1
PART II - CONDITIONS OF PARTICULAR APPLICATION B/2 – B/7
C. LETTER OF TENDER AND APPENDIX TO TENDER C/1- C/5

D. FORM OF AGREEMENT D/1- D/3

E. SPECIMEN FORM OF TENDER BOND, PERFORMANCE E/1- E/3


SECURITY& ADVANCE PAYMENT BOND

F. RULES OF ARBITRATION & CONCILIATION F/1

G List of Drawings G/1-G/-9

H Schedule of Engineer’s Overtime Rates H/1

J RTA Corporate Safety Policy and Circulars for Quality, Health, J/1
Safety and Environment (QHSE) on Roads Projects

K Green Economy Bid Evaluation Check List K/1

L RTA Classification of Assets L/1 – L/5

May 2024 Tender Documents Page ii


R1060/2: Improvement of Sheikh Rashed - Development of Al Asayel Link
Tender & Contract Conditions Volume 1

PROJECT R1060/2:
IMPROVEMENT OF SHEIKH RASHED - DEVELOPMENT OF
AL ASAYEL LINK

Description of the Project

Project Scope:

The improvement of Sheikh Rashid Road and the development of the Al Asayel link will provide
strategic connectivity to reduce traffic congestion on the major roadway network that includes Al
Asayel Street (D72), Oud Metha Road (E66), Al Khail Road (E44).

This initiative aims to optimize traffic flow on major roadway networks by upgrading road
capacity to accommodate growing volumes of vehicles and implementing strategic connectivity
of Al Asayel Street (D72) with Al Khail Road (E44) road towards Business Bay crossing and
Oud Metha Road (E66) towards Wafi interchange for efficient traffic management. Additionally,
the construction of the Al Asayel link will provide a key connection between Al Asayel Street to
both Al Khail Road and Oud Metha Road, offering motorists alternate routes and easing
congestion on existing roadways in addition to extra mitigation along Oud Metha road and Al
Khail to increase its capacity and solve the existing issues which will lead to ease of Traffic
movement on these strategic corridors.

May 2024 Tender Documents Page iii


A) Instruction to Tenderers
INSTRUCTIONS TO TENDERERS

Tenderers are required to comply with the following instructions, failure to comply with
these instructions may lead to rejection of the Tender.

1. General

The following documents form the Tender Documents.

- Letter of Invitation to Tender

Volume 1 - Tender and Contract Conditions

Volume 2 – Part I - RTA Specifications

Volume 2 – Part II - DM Specifications

Volume 3 - Bill of Quantities

Volume 4 - Tender and Contract Drawings

Volume 5 - Soil Investigation Technical Notes

- Any circular, addendum or Tender Notice issued by the


Engineer or Employer

2. Visiting Site and Examining Documents


The Tenderer shall visit the Site and is responsible for obtaining any information
which may be necessary for the purpose of making a Tender and entering into
contract with the Employer. He shall carefully examine the Tender Documents
and satisfy himself as to the risks, obligations and responsibilities to be
undertaken in the Contract.
The data provided is given in accordance with Sub-Clause 4.10 of the Conditions
of Contract. The provision of this information does not absolve the Contractor from
responsibility for making his own interpretation and judging the completeness of
the information given.

3. Indemnity to Employer
The Tenderer and any of his employees or agents will be granted permission by
the Employer to enter the Employer’s premises and lands for the purpose of
inspection in connection with the proposed Tender, but only on the condition that
the Tenderer will release and indemnify the Employer and his servants and agents
from and against all liability in respect of personal injury, loss of or damage to
property and any other loss, damage, cost and expense however caused which,
but for the exercise of such permission, would not have arisen.

Page A/1
4. Doubt and Obscurities
Should there be any doubt or obscurity in the meaning of any of the Tender
Documents or as to anything to be done or not to be done or as to any other
matter or thing, the Tenderer must set forth such doubt or obscurity in writing and
submit the same to the Engineer not later than *__ days before the Closing
Date of the Tender. The replies to written queries, the explanations and
clarifications given and copies of documents or drawings shown at meetings will
be distributed as Notices to Tenderers to all Tenderers not later than * days
before the Closing Date of the Tender. No instruction, clarification or other
information given verbally by the Engineer or any of his assistants at any meeting
or discussions held in terms of this clause shall be binding or taken into account in
preparing and evaluating Tenders unless and until such instruction, clarification or
information is confirmed in writing by the Engineer to all Tenderers. In no case will
any procedure in connection with clarification and interpretation of Tender
Documents give the right to Tenderers to claim an extension to the Closing Date
of the Tender.

5. Quantities

All measurements shall be made in accordance with Sub-Clause 12.2 of the


Conditions of Contract.

In accordance with Sub-Clause 14.1 of the Conditions of Contract, any quantities


listed in the Bill of Quantities or other Schedules are estimated quantities.

6. Pricing

All items in the Tender Documents are to be priced and extended in ink. Any
alteration must be initialed by the person signing the Tender.

The rates and prices set down by the Tenderer against the items in the Tender
Documents are to be for the full inclusive value of the Works and shall include for
profit and all obligations and liabilities of every kind arising under the Contract. If
any items are left unpriced, it shall be deemed that the cost of the work described
thereunder is allowed elsewhere in the documents. The Tenderer may not make
any alterations to the Bill of Quantities.

Tenderer must complete all Daywork Schedules and Price Analysis Schedules
provided in this Tender Documents and submit together with their Tender.
Non-compliance to this may result in rejection of the Tender.

7. Fixed Price

Tenderers are to note that in accordance with Sub-Clause 4.11 of the Conditions
of Contract, the Accepted Contract Amount shall cover all the Contractor’s
obligations under the Contract (including those under Provisional Sums, if any)
and all things necessary for the proper execution and completion of the Works
and the remedying of any defects.
Page A/2
In accordance with Sub-Clause 13.7 and 13.8 of the Conditions of Contract, the
Contractor shall have no entitlement to a change in the Contract Price due to
changes in costs or Legislation.
8. Qualification

The Tender must be submitted in compliance with the Tender Documents and
shall be free of any qualifications. Should the Tenderer wish to submit an
alternative offer to the Employer for consideration, such offer must be additional to
and completely separate from this Tender.

9. Alternative Tenders

Alternative Tenders based on specifications or information other than those in the


Tender Documents will be considered provided that a Tender fully complying with
the Tender Documents is also submitted. The Tenderer shall give full details of
such alternative specifications together with the effect, if any, on the Tender Sum.

The Employer shall be free to accept whichever Tender he may choose.


Alternative Tenders must be submitted in the manner stated in Clause 14 and 16
of these Instructions to Tenderers and be endorsed "Alternative No. 1"

10 Expenses of Tender

The Employer will not be responsible for, nor pay any expense which may be
incurred by any Tenderer in the preparation and submission of his Tender.

11. Documents Confidential

All documents issued and information given to the Tenderer shall be treated as
confidential.

12. Currency

The currency of the Contract will be the U.A.E. Dirham.

13. Language

During the period of tendering all correspondence with the Engineer shall be in the
English language.

14. Tender Document to be submitted

The Tenderer shall submit the complete set of the Tender Documents together
with two copies (excluding drawings) each shall be clearly marked "COPY". In the
event of any discrepancy the information entered in the original shall take
precedence.

Page A/3
The Tenderer shall complete and comply with all parts of the Tender Documents
and shall sign and date the documents in the spaces provided.

The Tender is to be completed in English, except for the Letter of Tender and
Appendix to Tender which are to be completed in both Arabic and English.

Every page of the "original" shall be completed with the company seal and initialed
by the person signing the Tender. The Employer reserves the right to instruct the
successful Tenderer to stamp and initial every page of the Tender copies prior to
the formal award of the Contract.

The Tender must be signed by the principal of the company whose name appears
on the company’s trade licence or professional licence and the registered name
and address of the Tenderer must be printed in block capitals in the space
provided. Provided that the Tenderer should attach also an approved specimen
signature issued by the relevant UAE authority.
The Tenderers are required to submit the following documents as part of the
technical submission of the Tender:

a) A confirmation that they have inspected the Site physically and have
assessed the risks likely to be encountered during the Works;
b) A comprehensive project specific work plan;
c) A comprehensive detour plan to meet the contractual obligation of causing
minimal disruption to traffic;
d) A programme, in bar chart or network form, showing the sequence of
construction and completion date/s for the Works or parts thereof;
e) A chart showing the proposed site staff and management organization for
the work, and the numbers of supervisors and labourers including those to
be employed by the Subcontractors;
f) List of Contractor’s Equipment with number, types and capacities;
g) Record of completed projects related to roads, bridges, or marine works;
h) A list of proposed Subcontractors and Suppliers including local firms, with
particulars of the work which will be undertaken by them;
i) List of proposed sources of Materials;
j) Proposed location of borrow pit / disposal tip; and
k) Any other documentation to clarify the Tender submission.

15. Tender Bond

The Tender must be accompanied by a Tender Bond to the value as stated in the
Letter of Invitation and be as per the Specimen Form as provided in the Tender
Documents. The Tender Bond must be issued by a bank licensed by the Central
Bank of the UAE. The Tender Bond shall be valid for 120 days from the Closing
Date of this Tender and be automatically renewable before its expiry for further
periods each of them equal 30 days until such time as the RTA confirms in writing
that the Tender Bond is no longer required. Any offer which does not include a
compliant Tender Bond may be rejected immediately.

Page A/4
16. Delivery of Tender

The “Closing Date” for submissions of Tenders is * .

The Tender shall be submitted in plain envelopes or packages with all joints
properly sealed with red wax, without any indication of the identity of the Tenderer
and shall be addressed to:

Tender and Contracts Committee


Roads and Transport Authority
P. O. Box 118899
Dubai
United Arab Emirates

The envelopes or packages shall marked as follows:

Tender No. *

Project. *

And the Tender shall be deposited in Tender Box No. * at the


Vender Affairs Office of the Roads and Transport Authority Headquarters office.
Any drawings may be placed beside the Tender Box at the same time as
submitting the Tender. A representative of the Tenderer may be required to attend
the opening of Tenders at Roads and Transport Authority.
Any Tender submitted after the Closing Date or does not fulfill comply with the
Tender Documents may be rejected.
*As stated in the Letter of Invitation.

17. Correction of Errors

The rates and prices contained in the Tender will be examined by the Engineer
and Employer prior to issuing the Letter of Acceptance in order to ascertain that
the items are extended correctly at the rates quoted. Generally, should any error
be found, the rate will remain unaltered and the extended amount will be
corrected. The total amount of the Tender shall be amended accordingly. Any
amendments considered by the Employer or the Engineer shall be clarified with
the Tenderer.

Failure by the Employer or the Engineer to discover any error during the checking
of the tender shall not entitle the successful tenderer (or any other tenderer) to
make a claim for payment against the error if it is subsequently discovered.

18. Acceptance

The Employer does not bind himself to accept the lowest or any Tender and will
not state a reason for the acceptance or rejection of a Tender.

Page A/5
19. Return of Tender Bond

After the Contract has been awarded, the Tender Bonds will be returned by the
Employer to the unsuccessful Tenderers, provided that the Bond has not been
forfeited. The successful Tenderer shall extend the validity of the Tender Bond
until he provides the Performance Security in accordance with Sub-clause 4.2 of
the Conditions of Contract, at which time the Tender Bond will be returned.

20. Address of the Tenderer

The Tenderer shall state in his Tender the address in Dubai to which all
correspondence concerning his Tender shall be addressed.

21. No alteration to be made to documents

Other than as described in Clause 6 above, no alteration, other than filling in all
the blanks intended to be filled in, shall be made in any of the documents issued.
If any alteration is made and if these instructions are not fully complied with, the
Tender may be rejected.

22. Tender Bond – Confiscation

The Tenderers attention is drawn to the fact that if the Tender is not completed
and submitted as stated in these instructions to Tenderers the Employer reserves
the right to confiscate the Tender Bond in whole or in part as the circumstances
warrant.

23. Engineer

The term Supervising Engineer (S.E.), or Architect, where these are used, shall be
regarded as an Engineer’s assistant referred to in Sub-clause 3.2 of the
Conditions of Contract.

24. Engineer’s Representative

The term Supervising Engineer’s Representative, where it is used, shall be


regarded as an Engineer’s assistant referred to in Sub-clause 3.2 of the
Conditions of Contract.

25. Location of the Site

The project is located in Dubai, United Arab Emirates.

26. Description of the Project

Refer to Tender Documents, Page i for a brief description of the project.

Page A/6
27. Conditions of Contract

The General Conditions of Contract shall be the Roads and Transport Authority
Conditions of Contract, November 2015. A copy of which is available on request
from the Contracts and Purchasing Department of the Roads and Transport
Authority.

28. Details of Other Contracts at the Project Sites

To be ascertained by the tenderer at the time of tender submission.

29. Performance Security

The Tenderer is notified that the successful Tenderer shall be required to provide
a Performance Security in accordance with Sub-Clause 4.2 of the Conditions of
Contract.

30. Contract Insurances

The Tender is notified that the successful Tenderer shall be required to comply
with the insurance requirements in accordance with Clause 18 of the Conditions of
Contract.

31. Adjustment Item

The adjustment item, if any in the Tender summary, shall apply to all items of
Work, excluding Provisional Sum unless clearly indicated otherwise. The
adjustment item shall not be a lump-sum, but a percentage of the total tendered
sum excluding Provisional Sum or a percentage of the totals for the items
indicated. The adjustment item shall be applied to all applicable item rates, sums
and Dayworks including any addenda. The adjusted rates and sums shall be used
in accordance with Clause 12 of the Conditions of Contract to evaluate the
Works as necessary.

Page A/7
B) Conditions of Contract
ROADS AND TRANSPORT AUTHORITY

CONDITIONS OF CONTRACT

PART 1 - GENERAL CONDITIONS

The General conditions of the Contract shall be the Roads and Transport Authority
Conditions of Contract November 2015 applicable to this project is not attached with
the document and is available in the Engineers office for perusal by Tenderers during
normal office hours with prior appointment.

B/1
ROADS AND TRANSPORT AUTHORITY

CONDITIONS OF CONTRACT FOR WORKS OF CIVIL


ENGINEERING CONSTRUCTION

CONDITIONS OF PARTICULAR APPLICATION

Sub- Clause- 1.14 Joint and Several Liability

Add the following text at end of the clause

‘Joint Venture Agreement should define the scope of work/responsibility for each of the
companies and also it should define the plan of action to complete the project in case the
Joint venture Agreement fails halfway.

Also, the Employer may seek a parent company guarantee from the JV partner who is not
registered individually with RTA.’

Sub- Clause- 8.5 Delays Caused by Authorities

Delete the entire text in “Sub- Clause-8.5” and replace with the following:

‘If the following conditions apply, namely;

a) The Contractor has diligently followed the procedures laid down by the relevant
legally constituted public authorities in the Country,
b) these authorities delay or disrupt the Contractor’s works, and
c) the delay or disruption was Unforeseeable,

Then this delay or disruption will be considered as a cause of delay under subparagraph
(b) of Sub-Clause 8.4 (Extension of Time for Completion). However, the Contractor shall
have no entitlement to any adjustment to Contract Price as a result of any delays caused
by Authorities.

Sub- Clause- 11.1 Completion of outstanding Work and Remedying Defects

Delete the entire text in “Sub- Clause-11.1 (a) and substitute with the following:

Complete any work or snags, which is outstanding on the date stated in the Taking-Over
Certificate within a maximum period of three months after such date, and

Sub Clause 12.6 Re-Rating of BOQ rates identified as ‘high rate items’

Notwithstanding sub clause 12.5 ‘Adjustment to Contract Price’, an adjustment to all those
rates shall be applicable which are identified to be ‘high rate items’ in the Contract. Any
rate shall be considered ‘high rate’; if it is more than 25% higher than the ‘Average Rate’.

The Average Rate shall be assessed as follows:


a) In case the number of participating tenderers are four or more and the rate for the
first four lowest tenderers is A. B, C &D. Assuming ‘A’ as the rate of the tenderer
whom the contract has been awarded.
Average Rate = (B+C+D)/3
B/2
ROADS AND TRANSPORT AUTHORITY

CONDITIONS OF CONTRACT FOR WORKS OF CIVIL


ENGINEERING CONSTRUCTION

CONDITIONS OF PARTICULAR APPLICATION

b) In case the number of participating tenderers are three and the rate for these
tenderers is A. B & C. Assuming ‘A’ as the rate of the tenderer whom the contract
has been awarded.
Average Rate = (1.5B+ 1.5C)/3

c) In case the number of participating tenderers are two and the rate for these
tenderers is A. & B. Assuming ‘A’ as the rate of the tenderer whom the contract has
been awarded
Average Rate = (A+2B)/3

d) In case the number of participating tenderer is one only, then ‘high rates’ shall be
considered those rates which are more than 25% higher than the rate mentioned in
the Engineer’s Estimate submitted to RTA prior to tender opening. For these items,
‘Average Rate’ shall be equal to Engineer’s estimate and these ‘Average Rates’
shall be recorded in the Contract document.

The adjustment method shall be as follows:


i. In case the quantity against the identified high rate items exceed the BOQ
quantity by more than 30% due to re-measurement or variation, then the
‘Average Rate’ identified as above shall be applied for the quantity beyond
30% of the BOQ quantity.

ii. The rates in BOQ part 1 – General items shall not be a subject of this sub-
clause.

Sub- Clause-13.3 Variation Procedure – Add the following paragraphs.

(e) The process of consultation between the Contractor and the Engineer for agreement of
variations or for any new rates (resulting from the re-measurement) shall not exceed a
period of 4 weeks. In case no agreement is reached within 4 weeks, the Engineer shall
proceed to consult with the Employer and thereafter shall fix the rates pursuant to Clause
12.3.
(f) The Contractor shall submit any proposed rate for the variation (or new rate due to
omission of the relevant item in the Bill of Quantities) in a timely manner as soon its
necessity is realized. Any variation or the new rate item shall be included in the payment
certificate only upon the consultation process with the Employer is completed and the
Engineer has determined the variation or the new rate pursuant to this clause. On-
account rates shall not be allowed in the payment certificate.

B/3
ROADS AND TRANSPORT AUTHORITY

CONDITIONS OF CONTRACT FOR WORKS OF CIVIL


ENGINEERING CONSTRUCTION

CONDITIONS OF PARTICULAR APPLICATION

Sub- Clause- 13.5 Provisional Sums

A new Sub Clause 13.5 (c) to be included as follows:


In case need to request for quotations related to the approved provisional sum, the
following table sets out the mechanism of requests for proposals, opening Bids and
approval of the most suitable Bid according to the estimated value of the works:

Opening Bids Authority to Approve


Value Request for Proposals
by the Suitable Bid

The concerned director


Through the contractor and to of the department upon
Less than The concerned
be submitted in sealed recommendation of the
Dirhams contract team
envelopes to the Contacts & concerned
one million or section
Procurements team or section Procurement team or
section

The Concerned Department


shall provide the concerned
From 1-3 contracts team or section with The concerned
million the requirements, thereafter contracts team The Concerned CEO
Dirhams proposals shall be requested by or section
the concerned Procurement
team or section

The Concerned Department


shall provide the concerned
More than 3 contract team or section with The Tenders
million the requirements, thereafter the and Contracts The Concerned CEO
Dirhams request for proposals shall be Committee
made by the concerned
Procurements team or section

B/4
ROADS AND TRANSPORT AUTHORITY

CONDITIONS OF CONTRACT FOR WORKS OF CIVIL


ENGINEERING CONSTRUCTION

CONDITIONS OF PARTICULAR APPLICATION

Sub-clause 14.3 Application for Interim Payment Certificates

Replace the Sub-clause 14.3 (c) with the following text

‘(c) any amount to be deducted for retention, calculated by applying the percentage of
retention stated in the Appendix to Tender to the total of the amount assessed under item
(a), (b) and (e) of this Sub-clause, until the amount so retained by the Employer reaches
the limit of Retention Money (if any) stated in the Appendix to Tender;

Sub-clause 14.5 Plant and Materials intended for the Works

Replace the penultimate paragraph of this Sub-clause with the following text:

‘The additional amount to be certified shall be the equivalent of ninety percent of the
Engineer’s determination of the cost of the Plant and Materials (including delivery to Site),
taking account of the documents mentioned in this Sub-clause and of the contract value
of the Plant and Material.’

Sub-clause 14.9 Payment of Retention Money

First and second paragraph last line to be amended as:

This proportion shall be fifty percent (50%) of the proportion calculated by dividing the
estimated contract value of the Section or part, by the estimated final Contract Price.

New Sub Clause (d) to Clause 14.10 – Statement at Completion added to Part 2-
Conditions of Particular Application along with new Appendix L to Volume 1-Tender
and Contract Conditions as follows;

New Sub Clause (d) to Clause 14.10 – Statement at Completion


“The Contractor shall obtain NOC from RTA Asset Management Section along with the
duly filled RTA Assets register enclosed herewith as New Appendix L”

Sub-clause 18.2 Insurance for Works and Contractor’s Equipment

Add the following text at end of first paragraph of clause 18.2

‘The additional cost of demolition and professional fee etc. shall be considered as 15% of
the Accepted Contract Amount.’

B/5
ROADS AND TRANSPORT AUTHORITY

CONDITIONS OF CONTRACT FOR WORKS OF CIVIL


ENGINEERING CONSTRUCTION

CONDITIONS OF PARTICULAR APPLICATION

Sub-clause 20.1 Contractor’s Claims – Notice to Employer and Engineer

All notices to be given to the Engineer with the copy marked to the Employer under the
terms of the Contract shall be served by delivering the same to:

Employer: The Chairman of the Board and Executive


Director
Roads and Transport Authority
P.O. Box 118899, Dubai
United Arab Emirates

Tel: 04-2905511
Fax: 04-2905550

Attention: Director of Roads Department

Fax: 04-2904690

Copy: Director of Contracts and Purchasing Department

Fax: 04-2903370

Engineer: AECOM Middle East Limited


P.O. Box 51028, Dubai
United Arab Emirates

Tel: 04-4391000
Fax: 04-4391001

Add new Clause 21 heading ‘Penalty for Delay in Snags and Non-Reconciliation of
Service Authorities Work’. Add new Sub-Clauses 21.1 and 21.2 as follows:

Sub- Clause-21.1 Penalty for Delay due to failure to complete the snags upon
issuance of TOC

A new Sub Clause to be included as follows:

Notwithstanding Sub Clause 8.7, if the Contractor fails to complete and outstanding works
or snags within three months after date stated in the Taking-Over Certificate for whole of
the works, an amount of Dhs. 10,000.00 per day and Maximum up to 5% of Contract
value will be calculated starting from 1st day after the expiry of three months of the date
stated in the Taking-Over certificate whole of the works and shall be deducted from the
Contractor’s due payments. The verification of completion status of outstanding works
and snags shall be through the snag completion certificate issued by the Engineer.

B/6
ROADS AND TRANSPORT AUTHORITY

CONDITIONS OF CONTRACT FOR WORKS OF CIVIL


ENGINEERING CONSTRUCTION

CONDITIONS OF PARTICULAR APPLICATION

Sub- Clause-21.2 Penalty for Delay due to non- reconciliation of Service Authority
Works

A new Sub clause to be included as follows:

Neither Sub Clause 11.9, Performance Certificate nor Sub Clause 14.9, Second Half of
Retention (outstanding balance of Retention) shall be implemented until the Contractor
obtains the clearance certificates from the respective service authorities in respect of the
final Cost of betterment and diversion works and quantities reconciliation for Service
Authority Works.

B/7
C) Letter of Tender and
Appendix to Tender
LETTER of TENDER ‫خطاب العطاء‬

‫ وعلى مقدم العطاء أن‬.‫ يشكل الملحق جزءاً من العطاء‬: ‫( مالحظة‬


(Note : The Appendix forms part of the Tender.
The Tenderer is required to fill in all the blank ) ‫يقوم بتعبئة جميع الفراغات في نموذج العطاء وملحق العطاء‬
spaces on this Letter of Tender and Appendix to
Tender)
To: The Head of the Tenders &Contracts ‫إلى رئيـس لجنة المناقصات والعقود‬
Committee.
،،‫تحية طيبة وبعد‬
Dear Sir,
1060/2 ‫ ط‬:
PROJECT: R1060/2
IMPROVEMENT OF SHEIKH RASHED - ‫ تطوير وصلة األصايل‬- ‫تحسينات محور الشيخ راشد‬
DEVELOPMENT OF AL ASAYEL LINK

1. Having examined the Instructions to Tenderers, ‫ددل‬ ‫دد‬ ‫ بع ددم انع ددظر في ا ددل م ددا فيجعة إ ددظل فيإصين ددر اي د فيإ ظ‬.1
Conditions of Contract, the Specifications, the
Drawings, the Schedules and any other ‫فيعقم نجطةبظل صظحب فيعإل فيجمف ل فيإجعةقر بج ف ذ أعإدظل فيإردل‬
documents forming part of the Contract for the ‫أنندظه ف ف دذ انجدظه ادذه ف عإدظل‬ ‫ نعلض نح فيإدص ع‬. ‫فيإذكصر أعاله‬
execution of the above named works, we, the
‫فيعقددم نجطةبددظل صددظحب فيعإددل‬ ‫اصددالأ أع ع ددصه م نددظ شبقددظ يرددل‬
undersigned, offer to execute and complete such
works and remedy any defects therein in ‫فيج ددمف ل فل في ددةر م ددا نقظب ددل نبة د نق ددمفره ب ددمرفاإل فرن ددظرفل فيعل ددر‬
conformity with the said Contract as follows: for .‫فيإجحمة‬
the sum of U.A.E. Dirhams.

(_____________________________________ _______________________ (
_____________________________________) .‫______________________________ ) نراإل‬

.‫فيإذكصرة‬ ‫أ أع نبة آخل يجحقق بإصيب فيرل‬


or such other sum as may be ascertained in
accordance with the said Conditions.

2. We acknowledge receipt of the following ‫ ان ظ نقل فسجالن ظ فر عظرفل فيجظي ر في دظنرة ند صدظحب فيعإدل ايد‬.2
Notices to Tenderers issued by the Employer:
: ‫فيإ ظ‬
Reference No. Date of ‫فظريخ‬ ‫ر إل ا ظرة‬
of Notice Notice
‫فر عظر‬ ‫فر عظر‬
_____________ ___________ ___________ _____________
_____________ ___________ ___________ _____________
_____________ ___________ ___________ _____________
_____________ ___________ ___________ _____________

We confirm that we have taken account of these


notices in our Tender. . ‫نؤكم أن ظ م أخذنظ فةك فر عظرفل ما فعجبظرنظ ع م فيجقمم بعطظئ ظ‬

3. We acknowledge that the Appendix to Tender ‫ نقل بأر فيإةحق يركل يزء ف ن عطظئ ظ‬.3
forms part of our Tender.

4. We undertake, if our Tender is accepted, to ‫ بإبظ لة ف عإظل مص فر بعم‬, ‫ ما حظل بصل عطظئ ظ‬,‫ نجعنم‬.4
commence the works immediately after the
Commencement Date. ‫فسجالن ظ ا عظر فيإبظ لة في ظنر ع فيإن مس‬

C-1
5. We undertake, if our Tender is accepted, to ‫ بإنجظه فسة إل يإ ع ف عإظل فيجا‬,‫ ما حظل بصل عطظئ ظ‬,‫نجعنم‬ .5
complete and deliver the whole of the Works
within the Time for Completion stated in the .‫يرجإل عة نظ فيعقم خالل فيإمة فيإحمنة ما نةحق فيعطظء‬
Appendix to Tender.

6. The Time for Completion includes all Fridays, , ‫ فيخ‬..‫ ف مرج ضإ فيإمن فيإذكصرة كل أيظم فيجإع فيعطل فيلسإ ر‬.6
Public Holidays etc., and other non-working days
caused by inclement weather etc., and shortened , ‫ فيدخ‬.. ) ‫أيظم عطدل أخدلن نظفجدر عد رنفءة فيطقدأل ( ف حدصفل فيجصيدر‬
working hours during the Holy Month of Ramadan. ‫كذيك سظعظل فيم فم فيإخفضر خالل نل رنضظر فيإبظرك‬

7. We agree to abide by this Tender for 150 days ‫) يصندظ فعجبددظ فر ند في ددصم‬150( ‫ نصفمدق عةد أر نةجدزم بعطظئ ددظ ادذف نددمة‬.7
from the specified Tender submission date, which
may be extended by Roads and Transport ‫يصنددظ أخددلن س د ال‬30 ‫ف خ ددل فيإحددمن يجقددميإل فيعطددظء ظبةددر يةجإميددم يإددمة‬
Authority for a further 30 days and it shall remain ‫بدل‬ ‫به ش ةر ادذه فيفجدلة يإكد أر فقبدل فيعطدظءفل مدا أع د‬ ‫نةجزن‬
binding upon us and may be accepted at any time
.‫ يصنظ أ أع فإميم ينظ‬150 ‫فنجنظء نمة‬
before the expiry of the 150 days or any extension
thereof.

8. If our Tender is accepted we will when required, ‫ما حظل بصل عطظئ ظ ع م فيطةدب نةجدزم بظيح دصل عةد كفظيدر ب در‬.8
obtain the guarantee of a reputable and
established Bank registered in the UAE (to be ‫ن أحم فيب صك فيإعجإمة فل فيسإعر فيحس ر فيعظنةر مدا ن يدر فرندظرفل‬
approved by you) to be jointly and severally bound ‫ددبة إل) فر يكددصر فيب ددك نةجزنددظ نع ددظ‬ ‫فيعل ددر فيإجحددمة (يددجإل فعجإظناددظ ن د‬
with us in the sum equal to the percentage of the
‫إدر فيعقدم فيإحدمنة‬ ‫فالنفدلفن بإبةد يسدظ ع في سدبر فيإ صيدر ند‬ ‫بظيجضظن‬
Contract as defined in the Sub-clause 4.2 of the
Conditions of Contract and in the Appendix to ‫يك ضإظنظ يحس‬ ‫ما نةحق فيعطظء‬ ‫فيعقم‬ ‫ل‬ ‫ ن‬4.2 ‫ما فيإظنة‬
Tender for the proper performance of the .‫ف ف ذ فيعقم‬
Contract.

9. If our Tender is accepted we shall obtain the ‫فيجأن ظل‬ ‫ بظيح صل عة‬,‫ ما حظل بصل عطظئ ظ‬, ‫س قصم‬ .9
insurances as required by the Contract before
commencing the Works. .‫ر بل نبظ لة ف عإظل‬ ‫فيإطةص ر ما فيإ ظ‬

10. Unless and until a formal agreement is ‫ نظ يإل في أر يجإل اعمفن فالففظ ر فيلسإ ر مإر اذف فيعطظء خطظه‬.10
prepared and executed, this Tender together with
the Employer's Letter of Acceptance shall .‫فيقبصل في ظنر ن صظحب فيعإل يإثالر عقمف نةزنظ نبلنظ ب ظ‬
constitute a binding contract between us.

11. We understand that you are not bound to ‫بقبصل أ ل فيعطدظءفل سدع فل أ أع‬ ‫ ان ظ عة عةإل بأن إل غ ل نةزن‬.11
accept the lowest or any Tender you may receive.
.‫عطظء آخل‬
‫حلر ما في صم _________________ ن‬
Dated this ___________________ day of
2024 _______________ ‫نل‬
_________________ 2024
_____________________‫فسإل نقمم فيعطظء‬
Name of Tenderer _______________________

Authorized Signature _______________


_______________________‫فيجص ع فيإخصل‬
Date _________________________ _________________________ ‫فيجظريخ‬

C-2
Roads and Transport Authority
General Conditions of Contract – November 2015

Appendix to Tender
Item Sub-Clause Entry

Roads & Transport Authority, addressed to


Director of Roads Department and copied to
Employer’s name and address 1.3 (b) Director Contracts and Purchasing, Marrakesh
Road, Al Garhoud, P.O. Box 118899, Dubai,
United Arab Emirates.

Contractor’s name and address 1.1.2.3 & 1.3 (b) *


AECOM Middle East Limited
P.O Box 51028
Engineer’s name and address 1.1.2.4 & 1.3 (b) Dubai, U.A.E
Tel: 04-439-1000 Fax: 04-439-1001

730 calendar days including mobilization


Time for Completion of the period
1.1.3.3
Works

Defects Notification Period 1.1.3.7 365 calendar days

Defined Sections 1.1.5.6 Not applicable

Electronic transmission systems 1.3 (a) Not applicable

Time for access to the Site 2.1 In line with the Contractor’s Program

Minimum amount of the Performance Security


Amount of Performance
4.2 shall be 10% of the Accepted Contract
Security
Amount.

Penalty for provision and AED 5,000 per day


4.27
maintenance of diversions

10 hours per day except Fridays and Public


Normal working hours 6.5
Holidays

10% of the Accepted Contract Amount divided


Delay Penalties for the Works** 8.7 by 20% of the Time for Completion, stated in
the Appendix to Tender

Maximum amount of delay 10% of the Accepted Contract Amount


8.7
penalties

Percentage fee for value


13.2 (c) 40% subject to a maximum of AED 1,000,000
engineering

Percentage for adjustment of


13.5 (b) (ii) [To be filled by Contractor]
Provisional Sums

Total advance payment 14.2 As per Annexure A to the Appendix to Tender.

Number and timing of As per Annexure A to the Appendix to Tender.


14.2
instalments

C-3
Roads and Transport Authority
General Conditions of Contract – November 2015

Item Sub-Clause Entry

Start repayment of advance


14.2 As per Annexure A to the Appendix to Tender.
payment

Repayment method of advance


14.2 As per Annexure A to the Appendix to Tender.
payment

Percentage of retention 14.3 (c) 10%

Limit of Retention Money 14.3 (c) 10% of the final Contract Price

The relevant Plant and


Materials listed for payment 14.5 (b)(i) Not applicable
when shipped.
All major non-perishable materials to be
The relevant Plant and
incorporated in the permanent works and
Materials listed for payment 14.5 (c)(i)
delivered to site in line with the Contractor’s
when delivered to the Site.
Program
Minimum amount of Interim
14.6 Not applicable
Payment Certificates

Maximum amount of
deductibles for insurance of the 18.2 (d) Nil
Employer’s risks

Minimum amount of third party AED 2 Million per occurrence with the number
18.3
insurance of occurrence unlimited.

** The amount of penalty


applicable to each section or
part of the works: Proportionate
to the value of the section or
parts of the Works divided by
the contract price.

C-4
Roads and Transport Authority
General Conditions of Contract – November 2015

Annexure A to the Appendix to Tender


Advance Payment
Contractors of Roads and Transport Authority projects shall receive an advance payment of ten
percent (10%) of the Accepted Contract Amount. Application for payment of any advance payment
shall be made by submission of a Statement under Sub-Clause 14.3 Application for Interim Payment
Certificates] and shall be paid in accordance with the terms of Sub-Clause 14.6 [Issue of Interim
Payment Certificate] and Sub-Clause 14.7 [Payment].
As per Clause 14.2 of the General Conditions of Contract, the number and timing of instalments of
the advance payment (if more than one) shall be as follows:
Accepted
Total
Contract Number and
Amount of Processing Advance Recovery of Advance
Amount type of
Advance Payment Terms Payment Terms
(AED Installments
Payment
Millions)
In shall be repaid in monthly
10% of the Upon fulfillment of the installments calculated on the
Accepted One requirements of Sub- prorated basis of period elapsed up
≤ 400 to the date of valuation from the
Contract Installment Clause 14.2 of General
Amount Conditions of Contract. commencement date against the
original Time for Completion.
1st Installment - Upon In shall be repaid in monthly
10% of the installments calculated on the
fulfillment of the
Accepted Two equal prorated basis of period elapsed up
400 - 1,000 requirements of Sub- to the date of valuation from the
Contract Installments
Clause 14.2 of the General commencement date against the
Amount
Conditions of Contract. original Time for Completion.
2nd Installment - Upon Similar to the recovery of 1st
Instalments noted above and for
fulfillment of the
calculation purpose is shall be read
requirements of Sub- in conjunction with following
Clause 14.2 of the General changes
Conditions of Contract and 1) Commencement date to be replaced
at least six months after the with commencement date + 6 months
Commencement date, 2) Original Time for Completion to be
replaced with original Time for Completion
whichever is the later. date – 6 months.
1st Installment - Upon In shall be repaid in monthly
10% of the installments calculated on the
fulfillment of the
Accepted Three equal prorated basis of period elapsed up
> 1,000 requirements of Sub- to the date of valuation from the
Contract Installments
Clause 14.2 of the General commencement date against the
Amount
Conditions of Contract. original Time for Completion.
2nd Installments - Upon Similar to the recovery of 1st
Instalments noted above and for
fulfillment of the calculation purpose is shall be read
requirements of Sub- in conjunction with following
Clause 14.2 of the General changes
Conditions of Contract and 1) Commencement date to be replaced
at least six months after the with commencement date + 6 months
2) Original Time for Completion to be
Commencement date,
replaced with original Time for Completion
whichever is the later. date – 6 months.
3rd Instalments - Upon Similar to the recovery of 1st
fulfilment of the Instalments noted above and for
requirements of Sub- calculation purpose is shall be read
Clause 14.2 of the General in conjunction with following
changes
Conditions of Contract and 1) Commencement date to be replaced
at least twelve months after with commencement date + 12 months
the Commencement date, 2) Original Time for Completion to be
whichever is the later. replaced with original Time for Completion
date – 12 months.

C-5
D) Form of Agreement
FORM OF AGREEMENT :‫نموذج االتفاقيه‬
THIS AGREEMENT made the _______ ‫حررت هذه االتفاقية في اليوم ـــــ من شهر‬
day of 2024
BETWEEN , ‫ بين‬.‫م‬2024

ROADS AND TRANSPORT AUTHORITY .‫ ب‬.‫هيئة الطرق و المواصالت وعنوانــها ص‬


of P. O. BOX 118899 , DUBAI .‫ دولة اإلمارات العربية المتحدة‬،‫ دبي‬118899
( hereinafter called " the Employer " ) of the one
part and: :‫(وتسمى أدناه بصاحب العمل) من جهة وبين‬
_______________________________ _____________________________
of P.O. Box. , Dubai – U.A.E. ‫ دبي من دولة اإلمارات‬- ____ . ‫ ب‬. ‫ص‬
(Hereinafter called ‘‘the Contractor '') of ‫العربية المتحدة (ويسمى أدناه بالمقاول) من جهة‬
the other part.
WHEREAS the Employer is desirous that
.‫أخرى‬
certain Works should be executed by the ‫حيث أن صاحب العمل يرغب في تنفيذ أعمال‬
Contractor, viz. : ‫معينة عن طريق المقاول وتسمى‬

Project: R1060/2: IMPROVEMENT OF 1060/2 ‫ ط‬:


SHEIKH RASHED - DEVELOPMENT OF ‫ تطوير وصلة األصايل‬- ‫تحسينات محور الشيخ راشد‬
AL ASAYEL LINK
________________________
And has accepted a Tender made by the ‫وقد قبل المناقصة المقدمة من قبل المقاول‬
Contractor for the execution and .‫لتنفيذ وإنجاز األعمال و إصالح أي عيوب فيها‬
completion of such works and the
remedying of any defects herein.
Now This Agreement Witnessed As
Follows:- :‫فإن هذه االتفاقية تشهد اآلن على ما يلي‬
1. The Employer will pay to the Contractor ‫ على صاحب العمل أن يدفع إلى المقاول‬.1
the sum of Dirhams: :‫مبلغ‬
_________________________________ ___________________________
________________________________ ___________________________
Hereinafter referred to as '' The Contract
Price '' ) or such other sum as may become ‫(ويشار إليه أدناه بقيمة العقد) أو ذلك المبلغ‬
payable under the Contract in consideration ‫اآلخر الذي قد يستحق دفعه بموجب هذا العقد‬
for the execution and completion of the
works and the remedying of defects therein .
‫لغرض تنفيذ وإنجاز األعمال وإصالح أي‬
.‫عيوب فيها‬
2. In this Agreement words and expressions
shall have the same meanings as are ‫ يكون للكلمات والتعابير الواردة في هذه‬.2
respectively assigned to them in the ‫االتفاقية نفس المعاني المخصصة لها في‬
Conditions of Contract hereinafter .ً‫شروط العقد المشار إليه تاليا‬
referred to

D1
‫ تعتبر الوثائق التالية وتقرأ وتفسر على أنها‬.3
3. The following documents shall be :‫جزء من هذه االتفاقية وهي‬
deemed to form and be read and
construed as part of this Agreement, .‫ المناقصة والملحق المذكوران‬.‫أ‬
namely :
(a) The said Tender and Appendix .‫ المخططات‬.‫ب‬
(b) The Drawings. .‫ شروط العقد الجزء األول والثاني‬.‫ج‬
(c) The Conditions of Contract (Parts I
.‫ المواصفات‬.‫د‬
and II)
(d) The Specification
.‫ جداول األسعار‬/‫ جداول الكميات‬.‫ه‬
(e) The Bills of Quantities /Schedules of .‫ خطاب القبول‬.‫و‬
Rates. .‫ التعليمات إلى المناقصين‬.‫ز‬
(f) The letter of Acceptance
‫ قواعد هيئة الطرق و المواصالت للتحكيم و‬.‫ح‬
(g) The Instructions to Tenderers.
‫التوفيق السارية‬
(h) The Roads And Transport Authority
current Rules of Arbitration and
Conciliation ‫ يلتزم المقاول نحو صاحب العمل نظير‬4
4. In consideration of the payments to ‫الدفعات التي سيتلقاها منه بتنفيذ وإنجاز األعمال‬
be made by the Employer to the ‫وإصالح أي عيوب فيها على نحو مطابق من‬
Contractor, the Contractor hereby .‫كافة األوجه ألحكام العقد‬
covenants with the Employer to
execute and complete the works and
remedy any defects therein in
conformity in all respects with the
provisions of the Contract.
‫ يلتزم صاحب العمل بأن يدفع مبلغ قيمة العقد‬.5
5. The Employer hereby covenants to ‫أو أي مبلغ آخر قد يستحق دفعه وفقا ً ألحكام‬
pay the Contractor in consideration
of the execution, completion, ‫العقد إلى المقاول نظير تنفيذ وإنجاز وصيانة‬
maintenance of the works, and the ‫األعمال وإصالح أي عيوب فيها وذلك في‬
remedying of any defects therein the .‫األوقات والنحو المبين في العقد‬
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 authorized
‫بهذا فقد وقع ممثال الطرفان المخول لهما‬
representative of the parties have ‫بالتوقيع على هذا العقد في اليوم والشهر‬
hereunto set their respective hands the .‫والسنة المذكورين أعاله‬
day, the month and year first above
written.
D2
SIGNED BY :__________________________ _______________________ :‫وقعه‬
Mattar Al Tayer ‫مطر الطاير‬
Chairman of the Board and Executive ‫المدير العام ورئيس مجلس المديرين‬
Director -
Duly authorized to sign this Contract for and ‫المخول نيابة عن صاحب العمل هيئة الطرق و‬
on behalf of the Employer the Roads And . ‫المواصالت‬
Transport Authority.
: ‫بحضور‬
In the presence of :
Name : Hussain Mohamed Al Banna ‫ حسين محمد البنا‬: ‫االسم‬
______________________ : ‫التوقيع‬
Signature : ______________________
‫ المدير التنفيذي لمؤسسة المرور‬: ‫الوظيفة‬
Occupation: CEO Traffic & Roads
Agency
‫والطرق‬

Name : Saeed Mohammed Al Marri ‫ سعيد المري‬: ‫االسم‬


Signature : ______________________ ______________________ : ‫التوقيع‬
Occupation: Director of Contracts and
‫ مدير إدارة العقود و المشتريات‬: ‫الوظيفة‬
Purchasing Department
‫وقعه‬
Signed by
Name : _____________________ ________________________ : ‫االسم‬
Signature : _____________________ ______________________ : ‫التوقيع‬
Duly authorised to sign this Contract for
and on behalf of the Contractor. .‫المخول بالتوقيع نيابة عن المقاول‬
In the presence of : :‫بحضور‬
Name : _____________________ _____________________ : ‫االسم‬
_____________________ : ‫التوقيع‬
Signature : _____________________

Occupation: _____________________ _____________________ : ‫الوظيفة‬

Name : _____________________ _____________________ : ‫االسم‬


Signature : _____________________ _____________________ : ‫التوقيع‬

Occupation: _____________________ _____________________ : ‫الوظيفة‬

D3
E) Specimen Forms
SPECIMEN FORM OF TENDER BOND
Date:

Director
Contracts & Purchasing Department
Roads & Transport Authority
P. O. Box 118899, DUBAI

Dear Sir,

Subject: Our Tender Bond No……….

PROJECT: R1060/2
IMPROVEMENT OF SHEIKH RASHED - DEVELOPMENT OF AL ASAYEL LINK

At the request of
Messrs…………………………………………………………………
………………………………………………………………….. Hereinafter called
“the Tenderer”), Post Box No. ................................ ; We hereby
unconditionally & irrevocably agree to hold at your disposal the sum of Dhs….
{In figures} (U.A.E. Dirhams. {In Words}), as a Tender Bond.

This Tender Bond shall be free of interest and payable in cash on your first
written demand in the manner ordered, without the Tenderer or any person on
his behalf or ourselves having the right to suspend or delay payment or to
object thereto for any reason whatsoever.

This Tender Bond is valid for 120 calendar days from…...………………………


{Date of Tender opening} to……………………..and renewable automatically
before its expiry for further periods each of them equal 30 days unless
notified otherwise by Roads & Transport Authority.

Yours faithfully,

(Authorized Signature (Authorized Signature


And Bank seal) And Bank seal)

Name: Name:
Designation: Designation

E-1
SPECIMEN FORM OF PERFORMANCE BOND

Ref:
Date:

Director
Contracts & Purchasing Department
Roads & Transport Authority
P. O. Box 118899, DUBAI

Dear Sir,

Subject: Our Performance Bond No……….

PROJECT: R1060/2
IMPROVEMENT OF SHEIKH RASHED - DEVELOPMENT OF AL ASAYEL LINK

As ………………….has declared that their offer for the above-mentioned project


has been accepted by Roads & Transport Authority, we hereby unconditionally
and irrevocably agree to hold at your disposal the sum of Dhs.
………………………….. {In figures} (U.A.E. Dirhams. {In Words}, equivalent to
10% of the contract total value.

This Bond shall be free of interest and payable in cash on your first demand after
its validity starting date in the manner ordered, without the company or any
person on its behalf or ourselves having the right to suspend or delay payment or
to object thereto for any reason whatsoever.

This Guarantee is valid from ………… up to …………., There after it shall be


automatically renewed unless RTA advises in writing that all contractual
obligations have been fulfilled.

Yours Faithfully,

(Authorized Signature (Authorized Signature


with Bank Stamp-Seal) with Bank Stamp-Seal)

Name: Name:

Designation Designation

E-2
SPECIMEN FORM FOR ADVANCE PAYMENT BOND

Ref:
Date:
Director of Contracts and Purchasing Department
Roads and Transport Authority
Post Box No. 118899,
Dubai, UAE.

Dear Sir,
Subject: Our Bank Guarantee No. ………………. .
For Contract: PROJECT: R1060/2
IMPROVEMENT OF SHEIKH RASHED - DEVELOPMENT OF AL ASAYEL LINK

For UAE Dirhams ………….


As Messrs ………………………………...………..……………………………… (Hereinafter
called “the Contractor”) have described that they have been awarded a contract for the
……………………………………………….. with a contract price of Dhs. ……………………
{In figures} U.A.E. Dirhams ……………………………………
………………………………………………………... {In words}, and in consideration of
“Roads and Transport Authority” making an advance payment of Dhs. …………………… {In
figures} U.A.E. Dirhams …………………………………………………………………………
to the Contractor, we hereby unconditionally and irrevocably agree to hold at your disposal the
sum of Dhs… {In figures} (U.A.E. Dirhams… {In words}, equivalent to the advance payment
amount, as a bank guarantee.

This guarantee shall be free of interest and payable in cash on your first written demand in the
manner ordered, without the Contractor or any person on his behalf or ourselves having the right
to suspend or delay payment or object thereto for any reason whatsoever.

It is understood that our liability towards you will be progressively reduced by the amount repaid
to you by the Contractor as contained in the certificates and payments against the said advance
payment.

This guarantee is valid from ………… up to …………., There after it shall be automatically
renewed until Meydan Group LLC advises in writing that all contractual obligations against the
advance payment have been fulfilled by the contractor.

Yours Faithfully,

(Authorized Signature (Authorized Signature


with Bank Stamp-Seal) with Bank Stamp-Seal)

Name: Name:

Designation Designation

E3
F) Rules of Arbitration
and Conciliation
ROADS AND TRANSPORT AUTHORITY

RULES OF ARBITRATION AND CONCILIATION

The Rules of Arbitration and Conciliation shall be the Roads and Transport Authority
Rules of Arbitration and Conciliation, 1st Edition, January 2006 applicable to this
project is not attached with the document and is available in the Engineers office for
perusal by Tenderers during normal office hours with prior appointment.

F1
G) List of Tender Drawings
THIS DRAWING IS THE COPYRIGHT OF AECOM AND SHALL NOT BE USED, MODIFIED, REPRODUCED, OR RELIED UPON BY THIRD PARTIES, EXCEPT AS AGREED BY AECOM OR AS REQUIRED BY LAW. AECOM ACCEPTS NO RESPONSIBILITY, AND DENIES ANY LIABILITY WHATSOEVER, TO ANY PARTY THAT USES OR RELIES ON THIS DRAWING WITHOUT AECOM'S EXPRESS WRITTEN CONSENT. DO NOT SCAL
ISO A1 841 x 594 mm
Last Plotted: 13-10-2020 18:14:29

LEGEND:
DRAWN BY: Author

PROJECT NAME:
R1060/2 - IMPROVEMENT OF SHEIKH RASHED -
DEVELOPMENT OF AL ASAYEL LINK
ZONE: SECTION NO.: PLOT NO.:

- - -

PROJECT DESCRIPTION:
CONSULTANCY SERVICES FOR DEVELOPMENT
OF AL ASAYEL LINK

CLIENT:

CONSULTANT
Imagine it.
Delivered.
AECOM MIDDLE EAST LIMITED
Ubora Tower, Level 43, Business Bay - Dubai, United Arab Emirates
P.O. Box 51028-Phone +971 4 439 1000-Facsimile +971 4 439 1001

TENDER DRAWING
Filename: C:\PWWORKING\AECOM_DS03_ME\D0276986\60724429-ACM-0000-00-DR-RD-000200.DWG
Last Plotted: 2024-05-14

T00 ISSUED FOR TENDER 2024-05-14


REV. NO. DESCRIPTION DATE

Not For Construction


DRAWING TITLE:
LIST OF DRAWINGS ROADS
SHEET 01
Last saved by: MM5(2024-05-14)

DESIGNED BY: CHECKED BY: APPROVED BY:


SB IA NZ
DRAWING NO.: REV.:
60724429-ACM-0000-00-DR-RD-000200 T00
Project Originator Zone Level Type Role Serial No. Rev. No.
PROJECT ID: DRAWING SIZE: SCALE:

60724429 A1 N.T.S

Printed on ___% Post-Consumer Recycled Content Paper -G/1-


THIS DRAWING IS THE COPYRIGHT OF AECOM AND SHALL NOT BE USED, MODIFIED, REPRODUCED, OR RELIED UPON BY THIRD PARTIES, EXCEPT AS AGREED BY AECOM OR AS REQUIRED BY LAW. AECOM ACCEPTS NO RESPONSIBILITY, AND DENIES ANY LIABILITY WHATSOEVER, TO ANY PARTY THAT USES OR RELIES ON THIS DRAWING WITHOUT AECOM'S EXPRESS WRITTEN CONSENT. DO NOT SCAL
ISO A1 841 x 594 mm
Last Plotted: 13-10-2020 18:14:29

LEGEND:
DRAWN BY: Author

PROJECT NAME:
R1060/2 - IMPROVEMENT OF SHEIKH RASHED -
DEVELOPMENT OF AL ASAYEL LINK
ZONE: SECTION NO.: PLOT NO.:

- - -

PROJECT DESCRIPTION:
CONSULTANCY SERVICES FOR DEVELOPMENT
OF AL ASAYEL LINK

CLIENT:

CONSULTANT
Imagine it.
Delivered.
AECOM MIDDLE EAST LIMITED
Ubora Tower, Level 43, Business Bay - Dubai, United Arab Emirates
P.O. Box 51028-Phone +971 4 439 1000-Facsimile +971 4 439 1001

TENDER DRAWING
Filename: C:\PWWORKING\AECOM_DS03_ME\D0276986\60724429-ACM-0000-00-DR-RD-000200.DWG
Last Plotted: 2024-05-14

T00 ISSUED FOR TENDER 2024-05-14


REV. NO. DESCRIPTION DATE

Not For Construction


DRAWING TITLE:
LIST OF DRAWINGS ROADS
SHEET 02
Last saved by: MM5(2024-05-14)

DESIGNED BY: CHECKED BY: APPROVED BY:


SB IA NZ
DRAWING NO.: REV.:
60724429-ACM-0000-00-DR-RD-000201 T00
Project Originator Zone Level Type Role Serial No. Rev. No.
PROJECT ID: DRAWING SIZE: SCALE:

60724429 A1 N.T.S

Printed on ___% Post-Consumer Recycled Content Paper -G/2-


THIS DRAWING IS THE COPYRIGHT OF AECOM AND SHALL NOT BE USED, MODIFIED, REPRODUCED, OR RELIED UPON BY THIRD PARTIES, EXCEPT AS AGREED BY AECOM OR AS REQUIRED BY LAW. AECOM ACCEPTS NO RESPONSIBILITY, AND DENIES ANY LIABILITY WHATSOEVER, TO ANY PARTY THAT USES OR RELIES ON THIS DRAWING WITHOUT AECOM'S EXPRESS WRITTEN CONSENT. DO NOT SCAL
ISO A1 841 x 594 mm
Last Plotted: 13-10-2020 18:14:29

LEGEND:
DRAWN BY: Author

PROJECT NAME:
R1060/2 - IMPROVEMENT OF SHEIKH RASHED -
DEVELOPMENT OF AL ASAYEL LINK
ZONE: SECTION NO.: PLOT NO.:

- - -

PROJECT DESCRIPTION:
CONSULTANCY SERVICES FOR DEVELOPMENT
OF AL ASAYEL LINK

CLIENT:

CONSULTANT
Imagine it.
Delivered.
AECOM MIDDLE EAST LIMITED
Ubora Tower, Level 43, Business Bay - Dubai, United Arab Emirates
P.O. Box 51028-Phone +971 4 439 1000-Facsimile +971 4 439 1001

TENDER DRAWING
Filename: C:\PWWORKING\AECOM_DS03_ME\D0276986\60724429-ACM-0000-00-DR-RD-000200.DWG
Last Plotted: 2024-05-14

T00 ISSUED FOR TENDER 2024-05-14


REV. NO. DESCRIPTION DATE

Not For Construction


DRAWING TITLE:
LIST OF DRAWINGS ROADS
SHEET 03
Last saved by: MM5(2024-05-14)

DESIGNED BY: CHECKED BY: APPROVED BY:


SB IA NZ
DRAWING NO.: REV.:
60724429-ACM-0000-00-DR-RD-000202 T00
Project Originator Zone Level Type Role Serial No. Rev. No.
PROJECT ID: DRAWING SIZE: SCALE:

60724429 A1 N.T.S

Printed on ___% Post-Consumer Recycled Content Paper -G/3-


KEY PLAN:
ISO A1 841 x 594 mm

THIS DRAWING IS THE COPYRIGHT OF AECOM AND SHALL NOT BE USED, MODIFIED, REPRODUCED, OR RELIED UPON BY THIRD PARTIES, EXCEPT AS AGREED BY AECOM OR AS REQUIRED BY LAW. AECOM ACCEPTS NO RESPONSIBILITY, AND DENIES ANY LIABILITY WHATSOEVER, TO ANY PARTY THAT USES OR RELIES ON THIS DRAWING WITHOUT AECOM'S EXPRESS WRITTEN CONSENT. DO NOT SCALE FROM THIS DRAWING.
Last Plotted: 13-10-2020 18:14:29
DRAWN BY: Author

PROJECT NAME:
R1060/2 - IMPROVEMENT OF SHEIKH RASHED -
DEVELOPMENT OF AL ASAYEL LINK
ZONE: SECTION NO.: PLOT NO.:

- - -

PROJECT DESCRIPTION:
CONSULTANCY SERVICES FOR DEVELOPMENT
OF AL ASAYEL LINK

CLIENT:

CONSULTANT
Imagine it.
Delivered.
AECOM MIDDLE EAST LIMITED
Ubora Tower, Level 43, Business Bay - Dubai, United Arab Emirates
P.O. Box 51028-Phone +971 4 439 1000-Facsimile +971 4 439 1001
Filename: C:\PWWORKING\AECOM_DS03_ME\D0276963\60724429-ACM-0000-00-DR-ST-000201.DWG

TENDER DRAWING
Last Plotted: 2024-05-13

T00 ISSUED FOR TENDER 2024-05-14

REV. NO. DESCRIPTION DATE

DRAWING TITLE:
Last saved by: KHANHU(2024-05-14)

STRUCTURES
LIST OF DRAWINGS
SHEET-01
DESIGNED BY: CHECKED BY: APPROVED BY:
AS / MT WTM NZ
DRAWING NO.: REV.:
60724429-ACM-0000-00-DR-ST-000201 T00
Project Originator Zone Level Type Role Serial No. Rev. No.
PROJECT ID: DRAWING SIZE: SCALE:

60724429 A1 N/A

Printed on ___% Post-Consumer Recycled Content Paper -G/4-


KEY PLAN:
ISO A1 841 x 594 mm

THIS DRAWING IS THE COPYRIGHT OF AECOM AND SHALL NOT BE USED, MODIFIED, REPRODUCED, OR RELIED UPON BY THIRD PARTIES, EXCEPT AS AGREED BY AECOM OR AS REQUIRED BY LAW. AECOM ACCEPTS NO RESPONSIBILITY, AND DENIES ANY LIABILITY WHATSOEVER, TO ANY PARTY THAT USES OR RELIES ON THIS DRAWING WITHOUT AECOM'S EXPRESS WRITTEN CONSENT. DO NOT SCALE FROM THIS DRAWING.
Last Plotted: 13-10-2020 18:14:29
DRAWN BY: Author

PROJECT NAME:
R1060/2 - IMPROVEMENT OF SHEIKH RASHED -
DEVELOPMENT OF AL ASAYEL LINK
ZONE: SECTION NO.: PLOT NO.:

- - -

PROJECT DESCRIPTION:
CONSULTANCY SERVICES FOR DEVELOPMENT
OF AL ASAYEL LINK

CLIENT:

CONSULTANT
Imagine it.
Delivered.
AECOM MIDDLE EAST LIMITED
Ubora Tower, Level 43, Business Bay - Dubai, United Arab Emirates
P.O. Box 51028-Phone +971 4 439 1000-Facsimile +971 4 439 1001
Filename: C:\PWWORKING\AECOM_DS03_ME\D0276963\60724429-ACM-0000-00-DR-ST-000202.DWG

TENDER DRAWING
Last Plotted: 2024-05-13

T00 ISSUED FOR TENDER 2024-05-14

REV. NO. DESCRIPTION DATE

DRAWING TITLE:
Last saved by: KHANHU(2024-05-14)

STRUCTURES
LIST OF DRAWINGS
SHEET-02
DESIGNED BY: CHECKED BY: APPROVED BY:
AS / MT WTM NZ
DRAWING NO.: REV.:
60724429-ACM-0000-00-DR-ST-000202 T00
Project Originator Zone Level Type Role Serial No. Rev. No.
PROJECT ID: DRAWING SIZE: SCALE:

60724429 A1 N/A

Printed on ___% Post-Consumer Recycled Content Paper -G/5-


THIS DRAWING IS THE COPYRIGHT OF AECOM AND SHALL NOT BE USED, MODIFIED, REPRODUCED, OR RELIED UPON BY THIRD PARTIES, EXCEPT AS AGREED BY AECOM OR AS REQUIRED BY LAW. AECOM ACCEPTS NO RESPONSIBILITY, AND DENIES ANY LIABILITY WHATSOEVER, TO ANY PARTY THAT USES OR RELIES ON THIS DRAWING WITHOUT AECOM'S EXPRESS WRITTEN CONSENT. DO NOT SCAL
KEY PLAN:
ISO A1 841 x 594 mm

NOTES:
Last Plotted: 13-10-2020 18:14:29

LEGEND:
DRAWN BY: Author

PROJECT NAME:
R1060/2 - IMPROVEMENT OF SHEIKH RASHED -
DEVELOPMENT OF AL ASAYEL LINK
ZONE: SECTION NO.: PLOT NO.:

- - -

PROJECT DESCRIPTION:
CONSULTANCY SERVICES FOR DEVELOPMENT
OF AL ASAYEL LINK

CLIENT:

CONSULTANT
Imagine it.
Delivered.
AECOM MIDDLE EAST LIMITED
Filename: C:\PWWORKING\AECOM_DS03_ME\D0276986\60724429-ACM-0000-00-DR-UT-000211-000212.DWG

Ubora Tower, Level 43, Business Bay - Dubai, United Arab Emirates
P.O. Box 51028-Phone +971 4 439 1000-Facsimile +971 4 439 1001

TENDER DRAWING
Last Plotted: 2024-05-14

T00 ISSUED FOR TENDER 2024-05-14


REV. NO. DESCRIPTION DATE
Last saved by: PRABHAKARANS(2024-05-14)

Not For Construction


DRAWING TITLE:

LIST OF DRAWINGS - DRY UTILITIES


SHEET 01
DESIGNED BY: CHECKED BY: APPROVED BY:
HS RR NZ
DRAWING NO.: REV.:
60724429-ACM-0000-00-DR-UT-000211 T00
Project Originator Zone Level Type Role Serial No. Rev. No.
PROJECT ID: DRAWING SIZE: SCALE:

60724429 A1 NTS

Printed on ___% Post-Consumer Recycled Content Paper -G/6-


THIS DRAWING IS THE COPYRIGHT OF AECOM AND SHALL NOT BE USED, MODIFIED, REPRODUCED, OR RELIED UPON BY THIRD PARTIES, EXCEPT AS AGREED BY AECOM OR AS REQUIRED BY LAW. AECOM ACCEPTS NO RESPONSIBILITY, AND DENIES ANY LIABILITY WHATSOEVER, TO ANY PARTY THAT USES OR RELIES ON THIS DRAWING WITHOUT AECOM'S EXPRESS WRITTEN CONSENT. DO NOT SCAL
KEY PLAN:
ISO A1 841 x 594 mm

NOTES:
Last Plotted: 13-10-2020 18:14:29

LEGEND:
DRAWN BY: Author

PROJECT NAME:
R1060/2 - IMPROVEMENT OF SHEIKH RASHED -
DEVELOPMENT OF AL ASAYEL LINK
ZONE: SECTION NO.: PLOT NO.:

- - -

PROJECT DESCRIPTION:
CONSULTANCY SERVICES FOR DEVELOPMENT
OF AL ASAYEL LINK

CLIENT:

CONSULTANT
Imagine it.
Delivered.
AECOM MIDDLE EAST LIMITED
Filename: C:\PWWORKING\AECOM_DS03_ME\D0276986\60724429-ACM-0000-00-DR-UT-000211-000212.DWG

Ubora Tower, Level 43, Business Bay - Dubai, United Arab Emirates
P.O. Box 51028-Phone +971 4 439 1000-Facsimile +971 4 439 1001

TENDER DRAWING
Last Plotted: 2024-05-14

T00 ISSUED FOR TENDER 2024-05-14


REV. NO. DESCRIPTION DATE
Last saved by: PRABHAKARANS(2024-05-14)

Not For Construction


DRAWING TITLE:
LIST OF DRAWINGS - DRY UTILITIES
SHEET 02

DESIGNED BY: CHECKED BY: APPROVED BY:


HS RR NZ
DRAWING NO.: REV.:
60688211-ACM-0000-00-DR-UT-000212 T00
Project Originator Zone Level Type Role Serial No. Rev. No.
PROJECT ID: DRAWING SIZE: SCALE:

60724429 A1 N.T.S

Printed on ___% Post-Consumer Recycled Content Paper -G/7-


THIS DRAWING IS THE COPYRIGHT OF AECOM AND SHALL NOT BE USED, MODIFIED, REPRODUCED, OR RELIED UPON BY THIRD PARTIES, EXCEPT AS AGREED BY AECOM OR AS REQUIRED BY LAW. AECOM ACCEPTS NO RESPONSIBILITY, AND DENIES ANY LIABILITY WHATSOEVER, TO ANY PARTY THAT USES OR RELIES ON THIS DRAWING WITHOUT AECOM'S EXPRESS WRITTEN CONSENT. DO NOT SCAL
KEY PLAN:
ISO A1 841 x 594 mm

NOTES:
Last Plotted: 13-10-2020 18:14:29

1. ALL DIMENSIONS ARE IN METERS, UNLESS NOTED


OTHERWISE.
2. DO NOT SCALE FROM THIS DRAWING. CHECK ALL
DIMENSIONS ON SITE AND NOTIFY THE ENGINEER OF ANY
DISCREPANCIES BEFORE PROCEEDING WITH THE WORK.
3. ALL LEVELS ARE BASED ON DLTM DATUM.
4. ALL COORDINATES ARE BASED ON UTM40 WGS-84.

LEGEND:
DRAWN BY: Author

PROJECT NAME:
R1060/2 - IMPROVEMENT OF SHEIKH RASHED -
DEVELOPMENT OF AL ASAYEL LINK
ZONE: SECTION NO.: PLOT NO.:

- - -

PROJECT DESCRIPTION:
CONSULTANCY SERVICES FOR DEVELOPMENT
OF AL ASAYEL LINK

CLIENT:

CONSULTANT
Imagine it.
Delivered.
AECOM MIDDLE EAST LIMITED
Filename: C:\PWWORKING\AECOM_DS03_ME\D0276986\60724429-ACM-0000-00-DR-UT-000201-000202.DWG

Ubora Tower, Level 43, Business Bay - Dubai, United Arab Emirates
P.O. Box 51028-Phone +971 4 439 1000-Facsimile +971 4 439 1001

TENDER DRAWING
Last Plotted: 2024-05-14

T00 ISSUED FOR TENDER 2024-05-14


REV. NO. DESCRIPTION DATE
Last saved by: PRABHAKARANS(2024-05-14)

Not For Construction


DRAWING TITLE:
LIST OF DRAWINGS - WET UTILITIES
SHEET 01

DESIGNED BY: CHECKED BY: APPROVED BY:


GK TN OA
DRAWING NO.: REV.:
60724429-ACM-0000-00-DR-UT-000201 T00
Project Originator Zone Level Type Role Serial No. Rev. No.
PROJECT ID: DRAWING SIZE: SCALE:

60724429 A1 N.T.S

Printed on ___% Post-Consumer Recycled Content Paper -G/8-


THIS DRAWING IS THE COPYRIGHT OF AECOM AND SHALL NOT BE USED, MODIFIED, REPRODUCED, OR RELIED UPON BY THIRD PARTIES, EXCEPT AS AGREED BY AECOM OR AS REQUIRED BY LAW. AECOM ACCEPTS NO RESPONSIBILITY, AND DENIES ANY LIABILITY WHATSOEVER, TO ANY PARTY THAT USES OR RELIES ON THIS DRAWING WITHOUT AECOM'S EXPRESS WRITTEN CONSENT. DO NOT SCAL
KEY PLAN:
ISO A1 841 x 594 mm

NOTES:
Last Plotted: 13-10-2020 18:14:29

1. ALL DIMENSIONS ARE IN METERS, UNLESS NOTED


OTHERWISE.
2. DO NOT SCALE FROM THIS DRAWING. CHECK ALL
DIMENSIONS ON SITE AND NOTIFY THE ENGINEER OF ANY
DISCREPANCIES BEFORE PROCEEDING WITH THE WORK.
3. ALL LEVELS ARE BASED ON DLTM DATUM.
4. ALL COORDINATES ARE BASED ON UTM40 WGS-84.

LEGEND:
DRAWN BY: Author

PROJECT NAME:
R1060/2 - IMPROVEMENT OF SHEIKH RASHED -
DEVELOPMENT OF AL ASAYEL LINK
ZONE: SECTION NO.: PLOT NO.:

- - -

PROJECT DESCRIPTION:
CONSULTANCY SERVICES FOR DEVELOPMENT
OF AL ASAYEL LINK

CLIENT:

CONSULTANT
Imagine it.
Delivered.
AECOM MIDDLE EAST LIMITED
Filename: C:\PWWORKING\AECOM_DS03_ME\D0276986\60724429-ACM-0000-00-DR-UT-000201-000202.DWG

Ubora Tower, Level 43, Business Bay - Dubai, United Arab Emirates
P.O. Box 51028-Phone +971 4 439 1000-Facsimile +971 4 439 1001

TENDER DRAWING
Last Plotted: 2024-05-14

T00 ISSUED FOR TENDER 2024-05-14


REV. NO. DESCRIPTION DATE
Last saved by: PRABHAKARANS(2024-05-14)

Not For Construction


DRAWING TITLE:
LIST OF DRAWINGS - WET UTILITIES
SHEET 02

DESIGNED BY: CHECKED BY: APPROVED BY:


GK TN OA
DRAWING NO.: REV.:
60724429-ACM-0000-00-DR-UT-000202 T00
Project Originator Zone Level Type Role Serial No. Rev. No.
PROJECT ID: DRAWING SIZE: SCALE:

60724429 A1 N.T.S

Printed on ___% Post-Consumer Recycled Content Paper -G/9-


H) Schedule of Engineer’s
Overtime Rates
SCHEDULE OF ENGINEER’S OVERTIME RATES

Engineer’s overtime based on working time of 10 Hours.


Ref. Clause 6.5 of Volume 1.

OVERTIME OVERTIME
POSITION RATE RATE
(X) (Y)
Inspector TBC TBC

Surveyor TBC TBC

Notes:

Additional designations may require to works overtime on occasions, if requested by the


Contractor. In this event, the Employer will notify the Contractor of the overtime rate to be
paid, which shall be based on the rates contained in the Consultant’s Agreement.

X = Any hours worked after 10 hours per day up to 9:00 pm.


Y = Any hours worked on Friday and Public Holidays and from 9:00 pm to 4:00 am any
day.

* During the Holy Month of Ramadan, it will be in excess of 8 hours.

H1
J) RTA Corporate safety
Circulars
ROADS AND TRANSPORT AUTHORITY

RTA CORPORATE SAFETY CIRCULARS

The RTA Corporate Safety Policy & Circular for Quality, Health, Safety and
Environment (QHSE) on Road Projects applicable to this project is not attached with
the document and is available at the Engineer’s Office for perusal by Tenderers
during normal office hours with prior appointment.

J1
K) Green Economy Bid
Evaluation Checklist for
RTA Suppliers
ROADS AND TRANSPORT AUTHORITY
Green Economy Bid Evaluation Checklist for RTA Suppliers

No. Checkpoints Status Y/N

1 Environmental and Energy Policies are Established (Policy).

System is established to achieve policy matching to relevant green


2
building standards and requirements. (Management Systems)

3 Third Party Certification on the system(s) is obtained. (Compliance)

Major influential factor has been identified and methodologies are


4
established to reduce effects. (Environmental Sustainability)

Establishment of Methodology to reduce amount of energy (power,


5 fuel, etc.) and water used. (Carbon Footprint Monitoring and
Measurement)
Efforts to improve environmental effect of supplied materials
6 (recycled, reused) and to be more environmental friendly,
environmental consciousness to your suppliers.

Process to prevent pollution (air, water, land, noise, etc.) are


7
established to reduce environmental effects. (Manage Pollution)

Mechanism to manage emergencies and to minimize the influence


8
on the environment are established. (Emergency Preparedness)

System to promote Environmental Sustainability knowledge and


9
awareness to all its employees. (Awareness)

Encouragement of business partners and stakeholders to promote


10
Environmental Sustainability. (Communication)

K1
L) RTA Classification of
Assets
RTA CLASSIFICATION OF ASSETS

Employer: Date:

Project No: Project Name:

Consultnat Name: Contractor Name:

Minor X Y Z NUMBER OF SERIAL LIGHTING COMMUNITY COMMUNITY Asset Asset Owner Asset Manufacturer Warranty Manufacturing
Major Category Description Quantity Units Unit Cost Date Placed In Service POLE NUMBER POLE HIGHT
Category COORDINATE COORDINATE COORDINATE LUMINARS NUMBER POLE TYPE NAME ID Condition Department Function/ / Developer Expiration Date

-L/1-
-L/2
-L/3
-L/4
-L/5

You might also like