REPUBLIC OF

Road Development Agency

Great North Road Rehabilitation (T2) – Mpika to , Zambia Lot 1 - Km 4+100 to Km 86+770 Mpika to Shiwan’gandu Junction (D53/T2 Junction) – 82.7 km

Financially supported by the European Investment Bank and The European Union

BIDDING DOCUMENT

Part 2: Employer’s Requirements

Section VI Requirements [insert month and year] Bidding Document, Part 2 Section VI: Requirements VI-1

PART 2 – EMPLOYER’S REQUIREMENTS

Section VI. Requirements This Section contains the Specification, the Drawings, and supplementary information that describe the Works to be procured.

Bidding Document, Part 2 Section VI: Requirements VI-2

SCOPE OF WORKS

The general items of work to be executed under this Contract include the following:

(a) Establishment and, on completion of the Contract, removal of the Contractor's camp, plant, materials and personnel;

(b) Establishment and, on completion of the Contract, removal of the Engineer's offices, laboratory and housing;

(c) The provision of potable water supply for camps, offices, housing, and construction;

(d) Confirmation and/or re-establishment of beacons and benchmarks as necessary as well as setting out of the Works;

(e) Confirmation of the cross sections prepared at 20 metre intervals along the road in order that these can be used to enable the measurement of earthwork quantities by the Engineer for payment purposes;

(f) The execution of all works as detailed in the Specifications and the Bills of Quantities and shown on the Drawings;

(g) Accommodation of traffic;

(h) Demolition of dwellings within the road reserve and removal of debris and resulting material;

(i) Construction of boreholes at locations to be identified by the Engineer and inclusive of drilling, casing, gravel packing, concrete head-works, provision and installation of approved hand pumps, all testing, development, and disinfection;

(j) Testing of materials and workmanship;

(k) Implementation of environmental impact mitigation measures;

(l) Provision of support to and facilities for the service providers contracted to the Employer for the implementation of social issues programmes, in particular those relating to HIV/AIDS and TB awareness, skills training, gender sensitization and mainstreaming, local subcontracting and employment, and road safety awareness campaigns;

(m) Care of the works until the issue of the Taking-Over Certificate and rectifying defects during the Defects Notification Period;

Without derogating from the generality thereof the roadworks in the Contract comprise the following:

(a) Clearing and grubbing;

(b) Opening, operating and reinstatement of borrow and quarry areas and the provision of associated haul roads; Bidding Document, Part 2 Section VI: Requirements VI-3

(c) Cut to spoil, cut and borrow to fill and roadbed preparation;

(d) Widening and strengthening of the existing road. This may include actions such as: roadbed preparation, removal of unsuitable material, benching, cut, fill, and the construction of selected layers, subbase, base and surfacing as well as full or partial removal of the existing road prism where no longer required. The subbase shall be cement stabilized and the base shall be granular (G2);

(e) Construction of imported selected layer in the widened portion of the pavement;

(f) Construction of imported subbase in the widened portion of the pavement;

(g) In-situ recycling/processing of a mixture of existing base, existing surfacing and imported material with cement to form a stabilised sub base;

(h) construction of a Hot-Mix Asphalt wearing course;

(i) Construction of a Hot Mix Asphalt base course;

(j) Construction of drainage elements such as concrete kerb/channel combinations, down chutes, concrete lined drains, pipe culverts, inlet/outlet works to same, cut-off drains, berms and dykes, mitre drains etc.

(k) Extension of existing pipe culverts;

(l) Removal and replacement of existing culvert pipes;

(m) Erosion protection works such as stone pitching, gabions, bolsters etc;

(n) Supply and installation of guardrails, guide posts, kilometre marker posts, road signs, road studs and road markings;

(o) Construction of road intersections, accesses, bus stops, lay-byes, parking areas and a single arrestor (run-off) facility;

(p) Finishing of the road and road reserve;

(q) Rehabilitation of borrow pits and access roads;

(r) Construction of traffic calming infrastructure in areas of habitation;

(s) Demolition and removal of debris from structures within the identified 100m road reserve; and

(t) Provision of solar powered street lighting at designated locations. Bidding Document, Part 2 Section VI: Requirements VI-4

SPECIFICATIONS STANDARD SPECIFICATIONS

The Standard Specifications are provided in these Bidding Documents in the form of a CD.

The following Special Specifications modify the Standard Specifications and take precedence over them.

The articles in the Special Specifications are numbered in the sequence of articles in the Standard Specifications. When references appear in the Special Specifications to articles in the Standard Specifications, then both articles must be read together but the amendments in the Special Specifications shall take precedence over the Standard Specifications. Additional articles may also be included and numbered consecutively to follow the articles in the Standard Specifications. Where the text in the Special Specifications is silent on the articles of the Standard Specifications, then the articles of the Standard Specifications apply.

In case of conflict between the text of any article of the Standard Specifications, and the text of any article of the following documents included in Parts 1 and 3 of the Bidding Document:

 Instructions to Bidders  General and Particular Conditions

These documents shall take precedence over the Standard Specifications. Bidding Document, Part 2 Section VI: Requirements VI-5

SPECIAL SPECIFICATIONS

CONTENTS 1. PREFACE TO THE SPECIAL SPECIFICATIONS ...... 11 2. APPLICABLE ACTS AND ORDINANCES ...... 11 3. PROJECT DESCRIPTION ...... 12 A1. GENERAL DESCRIPTION OF THE PROJECT ...... 12 A1.1 Introduction ...... 12 A1.2 Current Road Pavement Condition ...... 13 A1.3 Description of Work ...... 13 A1.4 (e) Materials investigation and pavement design ...... 14 A1.5 (f) Main Quantities ...... 15 A1.6 (g) Construction Period ...... 16 A2. DESCRIPTION OF THE SITE ...... 16 A2.1 Location ...... 16 A2.2 Physical characteristics ...... 16 A2.3 Boundaries of the Site ...... 17 A2.4 Camp sites ...... 18 A2.5 Availability of services ...... 19 A2.6 Facilities for others ...... 19 A3. ACCOMMODATION OF TRAFFIC ...... 19 A4. DETAILED DESCRIPTION OF THE PROJECT ...... 21 A4.1 General ...... 21 A4.2 Roadworks ...... 22 A4.3 Services ...... 23 A4.4 Pavement design ...... 24 A5. SETTING OUT ...... 25 A5.1 General ...... 25 A5.2 Construction drawings ...... 26 A6. NATURAL MATERIALS ...... 26 A6.1 Preliminary remarks ...... 26 A6.2 Gravel or soil ...... 27 A6.3 Stockpiling ...... 27 A6.4 Borrow pits in cultivated land ...... 28 A6.5 Aggregates for concrete and surfacing ...... 28 A6.6 Water for construction purposes ...... 29 A7. ROAD CROSSINGS AND JUNCTIONS ...... 29 A7.1 Junctions ...... 29 A7.2 Bus bays / Lay-byes and Parking areas ...... 29 A7.3 Restricted construction ...... 30 Bidding Document, Part 2 Section VI: Requirements VI-6

A8. CONSTRUCTION IN CONFINED AREAS ...... 30 A9. SECURITY ...... 30 A10. ENVIRONMENTAL MITIGATION ...... 30 A11 HIV/AIDS, GENDER ISSUES, SOCIAL SECURITY AND LOCAL PARTICIPATION ...... 34 A11.1 Liaison with communities and local authorities ...... 34 A11.2 Local representatives ...... 36 A11.3 HIV/AIDS considerations ...... 36 A11.4 Participation of women ...... 37 A11.5 Employment creation ...... 37 A11.6 Restriction on the utilisation of personnel in the permanent employ of the Contractor ...... 37 A11.7 Road Safety Awareness Campaigns ...... 37 A11.8 Sub-Letting of the Works ...... 38 A11.9 Utilisation of Local Resources ...... 38 A11.10 Selection of Local Subcontractors ...... 38 A11.11 Labour Subcontracts ...... 38 A11.12 Gender Sensitization ...... 38 A12. AREAS REQUIRING SPECIAL ATTENTION ...... 38 A12.1 Co-operation with others on Site ...... 38 A12.2 Roads and Site to be kept clean ...... 39 A12.3 Programme and method of working ...... 39 A12.4 Process and quality control ...... 39 A12.5 Order of work ...... 40 A13. EXTENSION OF TIME DUE TO ABNORMAL RAINFALL ...... 40 A14. FIRST AID ...... 40 A15. QUALITY ASSURANCE PLAN and QUALITY CONTROL ...... 41 A16. TECHNICAL AUDIT BY EMPLOYER ...... 41 4. PROJECT AMENDMENTS AND ADDITIONS TO THE STANDARD SPECIFICATIONS ...... 42 SECTION 1100: DEFINITIONS AND TERMS ...... 42 B1135 Stabilization ...... 42 SECTION 1200: GENERAL REQUIREMENTS AND PROVISIONS ...... 43 B1204 Programme of work ...... 43 B1205 Workmanship and quality control ...... 43 B1206 The Setting-Out of Work and Protection of Beacons ...... 43 B1207 Notices, signs and advertisements ...... 44 B1208 Measurements ...... 44 B1209 Payment ...... 45 B1210 Certificate of completion of the works ...... 45 B1211 Traffic over completed pavement layers ...... 45 B1215 Extension of time resulting from abnormal rainfall ...... 45 Bidding Document, Part 2 Section VI: Requirements VI-7

B1217 Protection of the works and requirements to be met before construction of new work on top of completed work is commenced ...... 46 B1219 Water ...... 46 B1221 Drawings provided by the Contractor ...... 48 B1224 The handing-over of the road reserve ...... 48 B1225 Haul roads ...... 49 B1227 Monthly site meetings ...... 49 B1230 Reporting of accidents ...... 49 B1231 Materials ...... 50 B1232 SABS cement specifications ...... 50 SECTION 1300: CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS ...... 51 B1302 General requirements ...... 51 B1303 Payment ...... 51 SECTION 1400: HOUSING, OFFICES AND LABORATORIES FOR THE ENGINEER’S PERSONNEL ...... 53 B1401 Scope ...... 53 B1402 Offices and laboratories ...... 53 B1403 Housing ...... 68 B1404 Services ...... 72 B1405 Provision of vehicles ...... 73 B1406 General ...... 74 B1407 Measurement and payment ...... 74 SECTION 1500: ACCOMMODATION OF TRAFFIC ...... 78 B1502 General requirements ...... 78 B1513 Accommodation of traffic where the road is constructed in half widths ...... 80 B1517 Measurement and payment ...... 80 SECTION 1600: OVERHAUL ...... 82 B1602 Definitions ...... 82 SECTION 1700: CLEARING AND GRUBBING ...... 83 B1701 Scope ...... 83 B1702 Description of the work ...... 83 B1703 Execution of Work ...... 83 B1705 Clearing and grubbing existing water courses for a distance of 20m upstream and downstream of the major culverts including removal of all debris, vegetation and silt to a depth not exceeding 1m ...... 84 This work is to be carried out only on the specific instruction of the Engineer and will involve the removal of any material obstruction to the free flow of run off or discharge of the culvert within the stipulated distance either upstream or downstream of the culvert...... 84 B1705 Measurement and payment ...... 84 SECTION 2100: DRAINS ...... 85 B2102 Open Drains ...... 85 Bidding Document, Part 2 Section VI: Requirements VI-8

B2107 Measurement and payment ...... 85 SECTION 2200: PREFABRICATED CULVERTS ...... 86 B2201 Scope ...... 86 B2218 Measurement and payment ...... 86 SECTION 2300: CONCRETE KERBING, CONCRETE CHANNELLING, OPEN CONCRETE CHUTES AND CONCRETE LININGS FOR OPEN DRAINS ...... 87 B2304 Construction ...... 87 B2307 Measurement and payment ...... 88 SECTION 2400: ASPHALT AND CONCRETE BERMS ...... 89 B2401 Scope ...... 89 B2407 Measurement and payment ...... 89 SECTION 2500: PITCHING, STONEWORK AND PROTECTION AGAINST EROSION ...... 91 B2501 Scope ...... 91 B2506 Segmental block paving ...... 91 B2508 Measurement and payment ...... 91 SECTION 2600: GABIONS ...... 92 B2604 Constructing gabions ...... 92 B2605 Measurement and payment ...... 92 SECTION 3100: BORROW MATERIALS ...... 93 B3102 Negotiations with owners and authorities ...... 93 B3103 Use of borrow pits ...... 94 B3104 Obtaining borrow materials ...... 94 B3108 Classification of borrow pits for gravel materials for pavement layers ...... 95 SECTION 3300: MASS EARTHWORKS ...... 96 B3307 Fills ...... 96 B3312 Measurement and payment ...... 97 SECTION 3400: PAVEMENT LAYERS OF GRAVEL MATERIAL ...... 99 B3401 Scope ...... 99 B3402 Materials ...... 99 B3403 Construction ...... 100 B3407 Measurement and payment ...... 102 SECTION 3500: STABILIZATION ...... 104 B3502 Materials ...... 104 B3503 Chemical stabilization ...... 105 B3505 Tolerances ...... 108 B3506 Quality of materials and workmanship ...... 108 B3507 Measurement and payment ...... 109 SECTION 3600: CRUSHED-STONE BASE OR SUBBASE ...... 110 B3602 Materials ...... 110 B3608 Measurement and payment ...... 111 Bidding Document, Part 2 Section VI: Requirements VI-9

SECTION 3800: BREAKING UP EXISTING PAVEMENT LAYERS ...... 113 B3807 Measurement and payment ...... 113 SECTION 4100: PRIME COAT ...... 115 B4102 Materials ...... 115 B4110 Measurement and payment ...... 115 SECTION 4200: ASPHALT BASE AND SURFACING ...... 116 B4204 Plant and equipment ...... 116 B4214 Measurement and payment ...... 116 SECTION 4900: TREATMENT OF SURFACE DEFECTS, PATCHING, REPAIRING EDGE BREAKS AND CRACK SEALING...... 117 B4901 Scope ...... 117 B4911 Measurement and payment ...... 117 SECTION 5100 MARKER AND KILOMETER POSTS ...... 118 SECTION 5200: GUARDRAILS ...... 119 B5206 Measurement and payment ...... 119 SECTION 5400: ROAD SIGNS ...... 122 SECTION 5500: ROAD MARKINGS...... 131 B5501 Scope…………………………………………………………………..132 B5514 Measurement and payment...... 133 SECTION 5700: LANDSCAPING AND GRASSING………………………………….134 SECTION 6400: CONCRETE FOR STRUCTURES ...... 137 B6404 Concrete quality ...... 137 B6415 Partial demolition and extension of existing structures ...... 137 B6416 Measurement and payment ...... 137 SECTION 7100: TESTING OF MATERIALS AND WORKMANSHIP...... 136 B7108 Testing tar bitumen and asphalt ...... 6 SECTION 7200: QUALITY CONTROL ...... 139 B7205 Procedures ...... 139 SECTION 15 000: HIV / AIDS/MALARIA/TB and GENDER ISSUES, ROAD SAFETY AWARENESS AND TEMPORARY WORKFORCE...... 138 B15 101 Definitions...... 138 B15 102 Clinic...... 139 B15 103 Subcontractors...... 139 B15 104 Contractor responsibilities...... 140 b15 105 Road Safety Awareness ………………………………………………140 B15 106 Measurement and payment……………………………………………140 SECTION 15 200: PROVISION OF THE TEMPORARYWORKFORCE...... 141 B15 201 Definitions ...... 141 B15 202 Requirements for employment of women and local workers ...... 142 B15 203 Public meetings ...... 143 B15 204 Recruitment of labour ...... 143 Bidding Document, Part 2 Section VI: Requirements VI-10

B15 205 Reporting ...... 144 B15 206 Notices ...... 144 B15 207 Human resources manager ...... 145 B15 208 Traffic Management Officer…………………………………………..145 B15 209 Industrial Health and Safety Officer…………………………………..145 B15 210 Social and Environmental Officer…………………………………….146 B15 211 Temporary latrines ...... 146 B15 212 Supply of food ...... 146 B15 213 Provision of safe drinking water...... 147 B15 214 Provision of protective clothing ...... 147 B15 215 Health officer ...... 148 B15 216 Training of local subcontractors ...... 148 B15 217 Measurement and payment ...... 148 SECTION 15 300: ANCILLARY WORKS...... 149 B15 301 Scope ...... 151 B15 303 Water Boreholes...... 149 B15 306 Demolition of existing buildings within road reserve………………….150

Measurement and Payment……………………………………………..151

Bidding Document, Part 2 Section VI: Requirements VI-11

1. PREFACE TO THE SPECIAL SPECIFICATIONS

The SATCC Standard Specifications for Road and Bridge Works (1998 Edition – Reprinted July 2001) have been written to cover all phases of work usually encountered on road projects, and they may therefore cover items of work not contemplated on this particular project.

The Special Specifications form an integral part of the Contract Documents and shall be deemed to be included in and form part of the Specifications. In the case of any discrepancy or conflict with any part or parts of the Standard Specifications or the Drawings, the Special Specifications shall take precedence and shall govern.

In this document the Special Specification comprises two main sections, the “Project Description” for which the clauses are prefaced by A and the “Amendments and Additions to the Standard Specification” prefaced by B. For the latter the number of each clause and each payment item consists of the prefix B followed by a number corresponding to the number of the relevant clause or payment item in the Standard Specifications. These B Clauses are in general amplifications, modifications or additions to the corresponding clauses in the Standard Specifications. Some new clauses have been added. These do not replace the relevant clause in the Standard Specification unless specifically so stated.

2. APPLICABLE ACTS AND ORDINANCES

The Contractor shall keep himself fully conversant with the latest enactments, provisions and regulations of all legislative and statutory bodies, and, in all respects and at all times, shall comply with such enactments, provisions and regulations in regard to executing the Contract. Bidding Document, Part 2 Section VI: Requirements VI-12

3. PROJECT DESCRIPTION

A1. GENERAL DESCRIPTION OF THE PROJECT

A1.1 Introduction

The description of the project as provided in this section is merely an outline of the Contract Works and shall not be regarded as limiting the amount of work to be undertaken by the contractor under this contract.

The T2 (T002) is one of the six international trunk routes connecting Zambia with the neighbouring countries of Tanzania and Zimbabwe. It thus forms an important component of the Southern Africa Development Community (SADC) ‘North-South Corridor’ and the COMESA ‘Dar TAZARA Corridor’. The route attracts trade and the transportation of international cargo and bulk commodities between the countries of Tanzania, DR Congo, Zimbabwe and South Africa.

The general project objective of widening and rehabilitation of the 161.5 km section from Mpika to Chinsali is to achieve reductions in transportation costs, which would benefit not only Zambia but all of the countries benefiting from the North South Corridor. To satisfy this objective the road will be upgraded to a 7m carriageway, 2+2 m shoulders and 2 -0.5m berms. The pavement will be rehabilitated and reinforced, increased road safety protection systems and equipment and improved drainage will be installed. The design for these works was prepared in 2012/13 and reviewed in 2016 with certain recommended amendments which are included in the present Employers requirements.

The start point of the present project at km 4+100, is on the T2 road near the entrance to the Mazingo Hotel on the northern outskirts of Mpika and the end point, at km 165.646 is 100 metres south of the T2/RD58 junction to Chinsali town. With the exception of the passage of Mpika town the road generally traverses rural areas, although smaller built up areas are found at 10-15 locations along the road, generally at the major junctions with secondary roads.

The project road has been divided into two (2) Construction Lots as follows:

LOT 1: (From Km 4+100 to Km 86+770), Mpika (Mazingo Hotel) to Shiwan’gandu Junction (D53/T2 Junction) – 82.67 km; and

LOT 2: (Km 86+770 to Km 165+646), Shiwan’gandu Junction (RD58/T2 Junction) to Chinsali Junction (RD58/T2 Junction)– 78.88 km.

This document pertains to the section of the works referred to above as LOT 1

The existing road has a surfaced travelled way width of about 6.2m (2 x 3.1m lanes) with un-surfaced shoulders of approximately 0 to 1.5m width. The road rehabilitation works consists of widening of the existing road formation to allow for the mentioned cross- section geometry of 2 x 3.5m lanes and 2 x 2m shoulders with 2-0.5m outer berms (rounding). The reconstructed road will have full width asphalt concrete surfacing from shoulder break point to shoulder break point.

The pavement works include widening of the existing carriageway by excavation to an approved road bed level, construction of subgrade and sub base layer(s) in the widening portion; milling of the existing base and surface, spreading this across the widened area for Bidding Document, Part 2 Section VI: Requirements VI-13

the full width of the intended pavement; augmenting this with imported gravel material adequate to construct a new sub base layer and cement stabilisation of this followed by construction of a crushed stone base course, asphaltic concrete base and wearing course.

A1.2 Current Road Pavement Condition

The project road is mostly situated on a watershed with long stretches of the road draining freely without defined longitudinal ditches and mitres drains. Side drains will be provided for in the whole length of cut sections.

The present carriageway displays pavement distress at km 3+500; 15+900, 26+100, 36+900, 90+200 and 133+600.

In addition there is evidence of subsidence at the culvert at km14+100 and varying extents of surface rutting at km 4+100, 17+600 and at the Shiwan’gandu and Matumbo police barriers.

A1.3 Description of Work

(a) Roadworks The greater part of the works entails the reconstruction and widening of the existing pavement through recycling of the existing base and surfacing with a cement stabilizer to form a new subbase followed by a graded crushed stone base and surfacing with hot-mix asphalt.

The recycling will be carried out with purpose-made road reclaimers/recyclers. The Contractor will not be permitted to use equipment such as graders and disc harrows/ ploughs in the breaking down and mixing process. Hot-mix Asphalt base and wearing courses will then be placed over the granular base.

The rehabilitated structure will comprise 2 x 3.5m paved traffic lanes with 2 x 2m wide paved shoulders. The rehabilitation/upgrading works will thus be achieved primarily within the existing road width.

(b) Bridges and Culverts

Bridges There are no existing or new designed bridges on the Mpika to Chinsali section of the T2 road nor any portal culvert structures.

Culverts Construction of new culverts.

Adding culvert sections to existing culverts to lengthen existing culverts comprising pre- cast concrete pipes and round and elliptical metal culverts.

Reparation of existing culverts.

Demolishing existing culvert inlet and outlet structures and reconstruction of these. Bidding Document, Part 2 Section VI: Requirements VI-14

(c) Other work The project also calls for, Installation of guard rails, road safety improving measures in built up areas, including speed humps, rumble strips, signing and physical separation of pedestrians and passing traffic through installation of channel drains and gap kerbs.

Solar powered street lighting is to be installed in selected areas.

Construction of Lay byes, bus bays and parking areas as part of the road widening

Erection of road signs

Construction of kerb and channel.

Provision of temporary and permanent road markings and road studs

Repair and installation of guard rails;

Finishing of road and road reserve.

Demolition of and removal of debris and material from existing houses, shops, kitchens and toilets along the project route and within the 100m wide road reserve as indicated by the Engineer and

Construction of boreholes and equipping these with hand pumps.

Construction of new junctions including at selected locations the construction of roundabouts.

(d) Environmental, safety, social, and health issues The Employer has included various environmental, social, health and inputs to the project , these have been included in the works contract and include the construction of boreholes and the implementation of the health, social safety, and environmental issues detailed in the bidding and contract documentation.

In addition there is provision for the contractor to demolish and remove material from dwellings and other buildings located within the road reserve on specific instruction from the Engineer. This process is to include the stacking of the debris resulting from the demolition of each building and the leaving of this in the original location for a period of 2 weeks to facilitate the removal by the previous occupants/owners of such materials as may be beneficially scavenged.

A1.4 Materials investigation and pavement design

The investigations and test results, relating to the centre-line, and to certain identified borrow pits and quarries, are provided under ”Other Information” in good faith and for information/guidance purposes only. This ”Other Information” is available for inspection at RDA and is not issued as part of the Bidding Documents nor will be recognised as being such.

The data relates to limited investigations and testing carried out in 2012/2013 and more recently in 2016. Bidding Document, Part 2 Section VI: Requirements VI-15

The Employer does not warrant the accuracy nor correctness of the data and advises that the same was gathered solely for the Employer’s own use and is provided for inspection by Bidders with that express understanding. The Employer will not accept any liability whatsoever for loss or damage suffered by bidders or the Contractor on account of reliance accorded to this information.

The reconstruction and reinforcement of the pavement shall lead to a new pavement structure built up by:

• 150mm select layer in the widened sections

Natural gravel compacted to 95% of modified AASHTO density. Existing in-situ material or borrow material with minimum CBR of 30 at the specified in situ density.

 150mm subbase in the widened sections

 150 mm of cemented subbase layer of demolished CTB and ST layers and additional material extended over the full widened section.

The machinery used for demolition, milling, mixing and re-stabilization of the old cement stabilized base course shall be equipment especially developed for this purpose (stabilizer or recycler) with an engine power of at least 450 PS and capacity of producing at least 3,000 m2 per working day.

Subbase compacted to 97% of modified AASHTO.

 150 mm Crushed stone base layer

Crushed stone base compacted to 102% of modified AASHTO density. Minimum CBR 80 at 98% Modified AASHTO density.

 105mm asphalt base layer (B50/70) and

 45 mm continuously graded medium grade asphalt concrete surface layer (B50/70)

A1.5 Main Quantities

The major quantities for this LOT 1 include (approximate numbers):

Removal of unsuitable material (including top soil and cut to spoil) 154,218m3 Replacing and lengthening pipe cross and access culverts, 900- 800m 1200mm Earthworks /Cut and Borrow to fill 436,397m3 In situ reconstruction and stabilization of pavement layers by recycler 99,204m3 Natural gravel for subbase and subgrade (in widening) and to 150,097m3 augment new subbase Construction of crushed aggregate base course 141,586m3 Asphalt base layer 935,226m2 Bidding Document, Part 2 Section VI: Requirements VI-16

Asphalt wearing course 931,505m2 Prime coat 966,584 ltrs Tack coat 512,328 ltrs

A1.6 (g) Construction Period

The construction period for the entire Contract is 30 months followed by a 12 months Defect Liability Period.

A2. DESCRIPTION OF THE SITE

A2.1 Location

The project as part of the North –South corridor is located in Mpika and Chinsali districts of the new in northern Zambia (until recently part of Northern Province). The provincial headquarters, Chinsali, is located approximately 15 km west of the T2 at the end of the project.

Although the area traversed by the 161.5 km long project road is highly rural, to the degree that very few built up areas will be affected by its widening, there are some small villages or built up areas generally at the junctions with secondary roads.

Access is by road on the T2. The TAZARA railway runs from Mpika (T2) via Kasama to (T2). The closest rail links are at Mpika. The nearest International Airport is the Kenneth Kaunda International Airport in Lusaka. There is a regional airport at Kasama.

A2.2 Physical characteristics

(a) Topography The terrain is generally flat from the project start in Mpika and becomes very hilly after the first 18 km for approximately 20 km (from km 18 to 38+000) in the Danger Hill area, which has many cross culverts of varying sizes. Throughout this terrain the culvert flow is from South to North with a number of high embankments.

After the hilly area the terrain becomes more gently rising and falling and is generally wooded on both sides with little population. In this area there is a junction to North Luangwa National Park and a village area with market (Lwanya Market). Once again the terrain is flat or gently rolling and with wooded areas on both sides. There is a small village at the junction to Shiwan’gandu (Km 86+770). For the next 30km the area is sparsely populated with gently rising or falling terrain with wooded areas on both sides. Thereafter small villages appear.

The area becomes more populated on the approach to Chinsali with various small villages between km 125 and 150. There is a small village at the junction to Chipoma Falls (km 146+400). From km 152 to 162 approximately once again there is little population and there are no cross culverts on the road – the road actually travels on a ridge between two drainage patterns. Finally approaching the Chinsali junction there is a low section. Bidding Document, Part 2 Section VI: Requirements VI-17

(b) Geology and Geomorphology The Mpika-Chinsali road traverses a region characterised by basically two geological formations of the Muva period, consisting of meta-quartzites of various ages and quartzite- pelite sequences with sandstone. Only in the area of Chinsali there are granite rocks.

The main Geomorphological unit located in the region is the Central African Plateau. There are two main types of geomorphological processes: Degradation (mainly erosion processes) and sedimentation (Aggraded Plateau). The project area corresponds to the first process, the Degraded Plateau. The landscape is dominated by small hills and slopes included in the unit: Level to undulating plateau. Locally there are some reliefs that correspond to hills defined by the quartzite layers, and this is the Hills ridges and minor escarpments units. In some depressed areas there are places with lacking drainage that represent the Swamp areas. The areas of Dissected plateau that represent the escarp to higher areas are located east of the road location.

(c) Flora and fauna There are no National Parks or Reserves in the project area and the vegetation does not attract large wild animals. The few wild animals and the domestic livestock may cause some problems during construction, (e.g. uprooting or disturbing survey pegs, side stakes and beacons and fouling priming and surfacing). Bidders must allow in their tendered rates for the costs and disruptions arising from such animal related activities.

(d) Climate There are two main seasons in Zambia; the rainy season (November to April) and the dry season (May to October/November). The dry season is subdivided into the cool dry season (May to August) and the hot dry season (September to October/November).

The rains are brought about by the Inter Tropical Convergence Zone (ITCZ) and are characterised by thunderstorms which are occasionally severe. The ITCZ is located north of Zambia in the dry season. It moves southwards in the second half of the year, and northwards in the first half of the year. In some years the influence of the tropical zone is felt further to the south, resulting in excessive rain in the Southern Province and partial drought in the north.

Temperatures are generally not excessive with the hottest months coming immediately before the annual rain. Excessive heat, particularly in October, is only felt in the valleys of the Zambezi and Luangwa rivers. The average monthly temperature of the area along the alignment varies from 24°C to 26°C.

The climate and hydrologic condition for the Mpika-Chinsali section of the Great North road is that of the agro-climate zone III - North and North-western plateaus, characterised by high seasonal rainfall between 1,000 to 1,800 mm. The average rainfall intensity for the project road is 1100 mm/annum.

A2.3 Boundaries of the Site

The Site is defined as all the separate areas associated with the work to be constructed under this Contract, including the entire road reserve, road junctions and intersections, construction camps and connecting roads, any storage and work areas which the Contractor Bidding Document, Part 2 Section VI: Requirements VI-18

may require in addition to the area required for construction of the Works as defined by the limits of construction shown on the Drawings, any additional length of road that is necessary for the erection of road signs on the approaches to the Works, and all water extraction points, borrow and stockpile areas including the haul roads thereto. It includes quarry sites (if opened by the Contractor) and the areas on which the crushing and screening plants and the stockpiles of aggregate and/or gravel will stand.

A2.4 Camp sites

The Contractor shall establish his camps and the Engineer's offices, housing and laboratory at sites provided by him and approved by the Engineer and the Road Development Agency (RDA). The erection of the Contractor's camps, stores, workshop, staff accommodation, or laboratory buildings within the road reserve will not be permitted. Erection of temporary offices or stores within the road reserve (such as cement stores at culvert sites) will be permitted provided that they are removed immediately when there is no longer a need for these facilities at any particular location.

The Contractor will be responsible for providing a suitable site for his construction camp and to provide accommodation for his personnel. If the Employer can make any specific site available to the Contractor, such site will be pointed out to Bidders before closing of Bids. The location of the Contractor's site office and construction camp site will be subject to the approval of the Engineer, as well as the relevant local authority.

The Contractor shall make his own arrangements for the supply of potable water and water for construction purposes and for electrical power and all other services, as well as for all safety and security measures necessary for the duration of the Contract. It cannot be assumed that uninterrupted electrical supply, water or telephone services are available in the towns where the camp may be erected. No direct payment will be made for the provision of water, electrical power and other services. The costs of providing all these will be deemed to be included in the rates and amounts bid for the various items of work for which these are required.

Over and above the facilities which the Contractor requires for his own purposes he shall also be responsible for providing, all as described in Sections 1400 and B1400 and as scheduled in the Bills of Quantities, the following:-

(a) A site for the Engineer’s office at his construction camp;

(b) A site laboratory for the use of the Engineer;

(c) Separate serviced offices, carports, cooking units, and toilet facilities etc. for the use of the Engineer;

(d) Accommodation for the Engineer’s staff;

(e) Separate toilet facilities for women and men with hand washing facilities and soap at all times;

(f) Toilet facilities of the flushing type and constructed in an environmentally friendly manner, i.e. not polluting the ground water sources for drinking water. Bidding Document, Part 2 Section VI: Requirements VI-19

(g)Waste disposal sites in accordance with the requirements of the Environmental and Social Management Plan (ESMP) which is appended to PART 3 of these Bidding Documents.

The Contractors attention is drawn to the requirement of the Contract (Specification Section B14.06 (h)) that all items of survey equipment, houses, motor vehicles, two-way radio facilities, office equipment and household goods provided by the Contractor for use by the Engineer and his staff are to revert to the Employer on completion of the Contract. In this connection the Contractor is to ensure that any of these items that are imported are consigned to the Employer and that adequate pre importation liaison with the Employer is established to avoid delays at the relevant border post in respect of import duties and taxes.

A2.5 Availability of services

There are limited public services such as electrical power, sewage disposal, garbage disposal, water supply available in the project area.

Communications along the route are possible with cellular telephones, at certain locations but not without interruption.

The Contractor must make his own arrangements for the supply and operation of the services which he requires. No payment will be made for these and the costs thereof will be deemed to be included in the rates and amounts bid for the various items of work for which these services are required.

A2.6 Facilities for others

Reconstruction of other sections of the Great North Road may take place simultaneously with this Contract; see A12.1 for the requirements for co-operating with other contractors.

A3. ACCOMMODATION OF TRAFFIC

Traffic shall be accommodated in a manner approved by the Engineer. It should be noted that penalties as specified in B1500 will be applied for inadequate accommodation of traffic by the Contractor.

The Contractor must always be aware of the public’s right of way on public roads and he shall make use of approved methods to control the movement of his equipment and vehicles so as not to cause a hazard on the road and his personnel must be fully trained before any road closure is made. The Contractor’s proposals shall be based on the requirements of Sections 1500 and B1500 of the Standard Specifications and Special Specifications.

The measures for accommodation of traffic as shown on the Drawings are the minimum requirements and must be used as a guideline for pricing of the pay items.

The Contractor will be required to construct full diversions for use by the public. The maximum length of such diversion open to public traffic shall not at any one time, or in any single uninterrupted length, exceed 10 km and the Contractor shall take this contractual requirement into account when preparing his works programme. Construction at certain culvert structures may have to be prosecuted in half widths. Bidding Document, Part 2 Section VI: Requirements VI-20

If the Contractor elects to divert public traffic onto temporary diversions as described above, the Contractor is to take cognizance of the restriction on the width of the road reserve that can be used for the construction operation (100m) and to design any diversions that he may elect to construct so as to remain within this constraint.

If the Contractor wishes to divert public traffic away from the existing road over distances greater than a continuous section of 10km such diversions must be subject to the Engineers prior approval and must be constructed in such a manner as to ensure the unconstrained or restricted use of these by the public under normal weather conditions and must be gravelled or otherwise provided with an acceptable all weather trafficable surface and maintained in condition acceptable to the Engineer.

Bidders are advised that the traffic over the Mpika-Chisali section of the T2 comprises a large proportion of heavy goods vehicles.

In order to reduce the maintenance burden on such extended diversions the Contractor may elect to provide alternative restricted haul roads for its own construction traffic. Such haul roads must be located entirely separately from the public diversions. The Contractor may also elect to provide surfacing over the various lengths of diversion that are necessary. Should the Contractor so elect the cost of such surfacing will be entirely for the Contractors own account and no additional payment for this will be made..However in so far as this input eliminates the need for payment in respect of blading and watering the diversions (as provided through Items 15.06 and 15.07 in the Bills of Quantities) the amounts from these items may be paid to the Contractor at the Engineers discretion.

The Contractor shall take cognisance of the following:

(a) The Contractor’s bid rates for the relevant items in the Bills of Quantities shall include all possible additional costs which may arise from this specification, and no claims for extra payment due to inconvenience as a result of the method of working will be considered.

(b) Traffic shall be accommodated in a manner approved by the Engineer. The Contractor shall submit his traffic management and traffic accommodation plan to the Engineer for his approval at least 28 days in advance of his commencing operations in respect of the section for which the submission is made. This plan is to include adequate provisions and resources to ensure satisfactory maintenance of the diversions including watering for dust suppression and drainage facilities.

(c) The Contractor shall include in his resident site staff a specialist traffic management person, who will be responsible to the Engineer for all aspects of traffic accommodation and safety on the site.

(d) The traffic accommodation details provided in the Drawings indicate typical arrangements that will be approved by the Engineer.

(e) The travelling public shall have the right of way on public roads, including the diversions of these, and the Contractor shall make use of approved methods to control the movement of his construction equipment, vehicles and labourers so as not to constitute a hazard on the road. Bidding Document, Part 2 Section VI: Requirements VI-21

(f) The measures for accommodation of traffic as shown on the Drawings are minimum requirements and must be used as a guideline for pricing of pay items.

(g) Failure to maintain road signs, warning signs or amber rotating flashing lights, etc., in a good condition or indeed failure to abide by any of the requirements of this specification shall provide ample grounds for the Engineer to stop the Works until such time as he is satisfied that compliance has been re-established. The Contract provides for penalties for non-compliance with these requirements.

(h) The Contractor may not commence constructional activities before adequate provision has been made to accommodate traffic in accordance with the requirements of this document.

(i) All work shall be carried out in such a way as to allow access and afford all reasonable facilities for any other contractor and his workmen and for the workmen of the Employer and any other person who may be employed in the execution and/or operation at or near the site of any work in connection with the Contract or otherwise. The Contractor shall use his entire endeavour to co-operate with such persons without interfering with them and shall observe all the instructions and orders of the Engineer in that connection. The Contractor shall at all times take full account of the necessity to facilitate access by other contractors to certain areas of the site including access roads, quarries, borrow pits etc.

(j) The Contractor shall take great care and all reasonable precautions to ensure that roads and thoroughfares used by him either for the construction of the works or for the transport of plant, labour and materials are kept clean of any dirt as a result of such construction or transport and in the event of their becoming thus dirtied in the opinion of the Engineer, the Contractor shall take all necessary and immediate steps to clean them.

The Contractor shall take note that penalties as specified in Section B1500 will be applied should the Contractor fail to meet the requirements as specified and agreed for traffic accommodation.

A4. DETAILED DESCRIPTION OF THE PROJECT

The description of the project contained in this section is merely an outline of the Works and does not limit the work which may be required to be carried out by the Contractor under this Contract. Approximate quantities of each type of work to be carried out in accordance with the Contract Documents are listed in the Bills of Quantities.

A4.1 General

The general items of work to be executed under this Contract include the following:

(a) Establishment and, on completion of the Contract, removal of the Contractor's camp, plant, materials and personnel;

(b) Establishment and, on completion of the Contract, removal of the Engineer's offices, laboratory and housing; Bidding Document, Part 2 Section VI: Requirements VI-22

(c) the provision of water for camps, offices, housing, and construction;

(d) confirmation and/or reestablishment of beacons and benchmarks as necessary as well as setting out of the Works;

(e) confirmation of the cross sections prepared at 20 metre intervals along the road in order that these can be used to enable the measurement of earthwork quantities by the Engineer for payment purposes;

(f) the execution of all works as detailed in the Specifications and shown on the Drawings including clearing, earthworks, bridge construction works and surfacing;

(g) accommodation of traffic;

(h) construction of boreholes at locations to be identified by the Engineer and inclusive of drilling, casing, gravel packing, concrete head-works, provision and installation of approved hand pumps or submersible pumps (as confirmed by the Engineer) all testing inclusive of discharge and quality (potability) testing, development, and disinfection;

(i) provision and installation of solar street lighting at selected locations;

(j) Demolition of existing houses and shops within the road reserve on the direction of the Engineer and the removal and disposal of resulting debris and material in accordance with the requirements set out in Section A1.3(d) of these Specifications;

(k) testing of materials and workmanship;

(l) monitoring of and support to service providers contracted to the Employer for the implementation of social issues programmes, in particular those relating to HIV/AIDS awareness, skills training, gender issues and road safety awareness;

(m) care of the works until the issue of the Taking-Over Certificate and rectifying defects during the Defects Notification Period;

(n) The provision and erection of project sign boards to a design to be approved by the Engineer and indicating the name of the project, the Employer, the Financing Institutions and the Supervising Consultant. One such project sign board is to be erected at each end of the contracted works LOT.

In addition the Contractor in co-ordination with the Engineer will be required to construct new junctions at locations indicated on the drawings and instructed by the Engineer.

A4.2 Roadworks

Without derogating from the generality thereof the roadworks in the Contract comprise the following:

(a) clearing and grubbing;

(b) opening and reinstatement of borrow and quarry areas and the provision of associated haul roads; Bidding Document, Part 2 Section VI: Requirements VI-23

(c) cut to spoil, cut and borrow to fill and roadbed preparation;

(d) widening and strengthening of the existing road. This may include actions such as: roadbed preparation, removal of unsuitable material, benching, cut, fill, and the construction of selected layers, subbase, base and surfacing as well as full or partial removal of the existing road prism where no longer required. The subbase shall be cement stabilized and the base shall be granular (G2);

(e) construction of imported selected layer in the widened portion of the pavement;

(f) construction of imported subbase in the widened portion of the pavement;

(g) in-situ recycling/processing of a mixture of existing base, existing surfacing and imported material with cement;

(h) construction of Hot-Mix Asphalt wearing and base courses;

(i) construction of drainage elements such as concrete kerb/channel combinations, down chutes, concrete lined drains, pipe culverts, inlet/outlet works to same, cut-off drains, sub soil drainage, berms and dykes, mitre drains etc;

(j) extension of existing pipe culverts;

(k) removal and replacement of existing pipe culverts;

(l) erosion protection works such as stone pitching, gabions, bolsters etc;

(m) supply and installation of guardrails, guide posts, kilometre marker posts, road signs, road studs and road markings;

(n) construction of road intersections including roundabouts at selected locations, accesses, bus stops, lay-byes and parking areas;

(o) Possible demolition of dwellings from within the road reserve and removal of resulting debris and material following the provision for removal of material by residents as described in A1.3(d);

(p) finishing of road and road reserve; and

(q) rehabilitation of borrow pits and access roads.

A4.3 Services

The onus shall be on the Contractor to search for services and either protect, relocate or remove them altogether as directed. To this end it will be the Contractor’s responsibility to obtain the required information from the service authorities concerned. Should services be encountered where not expected the Contractor shall take all necessary care to protect and avoid damage to these by his own operations. The cost of making good any damage to a service which can be attributed to negligence on the part of the Contractor shall be borne by the Contractor. Bidding Document, Part 2 Section VI: Requirements VI-24

A4.4 Pavement design

The road will be upgraded by means of widening and strengthening of the existing carriageway to produce a cross-section comprising 2 x 3.5 m traffic lanes, 2 x 2 m surfaced shoulders with 2 x 0.5 m berms.

Pavement layer construction will essentially entail the following operations:-

(a) Box out and remove to spoil the existing shoulder material to the level of the upper selected subgrade and prepare this surface as the road bed;

(b) Widen the overall road width to the extent necessary to accommodate the new road section ensuring that no straight joints through the existing/widening interface are created. This must be achieved by benching all new construction for embankment and pavement in widths and thicknesses to be approved by the Engineer;

(c) Construct, as instructed, a single natural gravel upper selected layer in the portion of the pavement comprised by the existing shoulder and the required widening;

(d) Construct a single natural gravel subbase in the portion of the pavement comprised by the existing shoulder and the required widening;

(e) Pre-pulverize the existing crushed stone base and surfacing and spread over the full width of the widened road as a subbase. Import additional subbase quality gravel and spread uniformly over this layer so that the final compacted thickness of the subbase conforms to specified requirements;

(f) Stabilize the above layer using purpose made recyclers/reclaimers;

(g) Construct a graded crushed stone base on the stabilized subbase;

(h) Construct hot-mix asphalt base and wearing courses across the full width of the road.

The final base and subbase must comply with all the specifications for base and subbase as stated in the Standard Specifications as amplified or amended in these Special Specifications.

The works provide for the construction of the following pavement structure:-

Widened portion of the pavement Surfacing 45 mm Hot Mix Asphalt

105 mm Hot Mix Asphalt Base Course

Base 150 mm G2 graded crushed stone compacted to 102% Mod. AASHTO density

Subbase 150 C3 cemented subbase compacted to 97% Mod. AASHTO density (UCS 1.5-3.0 MPa) (Wet/Dry Durability: Max. mass loss after 12 cycles – 20%) Bidding Document, Part 2 Section VI: Requirements VI-25

Selected 150 mm G7 gravel soil compacted to 95% Mod. AASHTO Density (Min. CBR of 15 at 95% Mod. AASHTO Density) (In widening only)

Over the existing pavement Surfacing 45 mm Hot Mix Asphalt

105 mm Hot Mix Asphalt Base Course

Base 150 mm G2 graded crushed stone compacted to 102% Mod. AASHTO density

Subbase 150 mm C3 cemented subbase compacted to 97% Mod. AASHTO density (UCS 1.5-3.0 MPa) (Wet/Dry Durability: Max. mass loss after 12 cycles – 20%)

A5. SETTING OUT

A5.1 General

A survey network comprising control beacons spaced at ± 5 km intervals has been established along the road. The beacons were established using multiple vectors onto each beacon and 5 GPS instruments simultaneously. These primary beacons were concreted a safe distance away from the road edge to avoid risk of disturbance but many of these have been moved, rendered inaccurate or are lost.

The Engineer will carry out an identification inspection of the survey control network on or before the commencement date and will re-establish these so as to ensure the availability to the Contractor of adequate survey control to enable the setting out of the works in accordance with the indicated program of execution and to thus provide such changes to the setting out of the works as may be necessary to enable the unobstructed progress of the works by the Contractor.

This will ensure that the Contractor has an adequate survey control system to enable the setting out by the Contractor of the areas in which the works are intended to commence and for such facility to continue to be available to subsequent sections of the works as these are required.

The Contractor will be required to set out the Works from the primary and secondary beacons so provided after checking and agreeing with the Engineer the accuracy of this. The Contractor shall at his own cost re-establish any of the primary and/or secondary survey control beacons which have been lost or disturbed subsequent to the inventory and re establishment carried out at the commencement of the works.

The Contractor is to provide such assistance in terms of technicians, labour, materials and tools as may be necessary to enable the re-establishment of the survey control by the Engineer. This assistance will be paid for as daywork.

In general the Contractor shall check for the existence of original marks, lines and levels of references not less than one month prior to commencing works in any section, to allow Bidding Document, Part 2 Section VI: Requirements VI-26

sufficient time for reinstatement of markings and checking of lines and levels. Any discrepancies encountered shall be reported at once to the Engineer, for instruction and co- ordination. Such reporting must include the extent to which such discrepancies impede the specified tolerance thresholds. The Contractor shall be deemed to have allowed in his bid price for checking and reinstatement of original markings.

The Contractor shall be responsible for all survey necessary to complete the Contract. No additional payment will be made for the survey component of the Works as this work is deemed to be included in the rates bid for the relevant items of work.

Details of the reference beacons/benchmarks are provided in the Drawings or will be given by the Engineer as site information.

As each section of road is handed over to the Contractor the latter shall, as provided for by the Standard Specifications, immediately check and provide a report on the condition of the survey network to the Engineer. The Contractor shall, in co-ordination with the Engineer then proceed with the establishment of any missing reference beacons, if so required.

A5.2 Construction drawings

The drawings that form part of the Bidding Documents are to be used for Bid purposes only.

In addition to the drawings that form part of the Bidding Documents, the Contractor will be supplied by the Engineer with such additional construction drawings as are identified in co-ordination in between the Engineer and the Contractor.

Any information in the possession of the Contractor required by the Engineer to complete his as-built drawings must be supplied to the Engineer according to the Conditions of Contract and before a Taking-Over Certificate will be issued.

Only figured dimensions must be used and drawings must not be scaled unless required by the Engineer. The Engineer will supply any figured dimensions that may have been omitted from the Drawings.

The attention of Bidders is drawn to the provisions of Section 14 of the Preamble to the Bills of Quantities concerning revisions to the drawings forming part of these bidding documents and to other instructions to be issued by the Engineer in respect of amendments to the works as depicted on the Tender drawings.

A6. NATURAL MATERIALS

A6.1 Preliminary remarks

Although limited borrow pit and quarry information is available to bidders, the onus is on the Contractor, at his own cost, to source and provide for all materials and mixtures of materials required for the project. The Contractor shall be deemed to have allowed in his bid for all costs associated with prospection and proving of the required quantities of compliant construction materials. Bidding Document, Part 2 Section VI: Requirements VI-27

These materials shall conform in every respect with the relevant requirements of the Contract.

The Contractor is referred to Clause 3104 – Obtaining Borrow Material, in the “Standard Specifications” as well as B3100 of these Special Specifications in this regard.

It must be noted that all information regarding the location and quality of potential construction material as included in the “Construction Materials Survey Report”(Other information) is given in good faith and is not contractually binding on the Employer. It is not guaranteed for accuracy and the Contractor will be responsible for ascertaining that the necessary information, regarding the quality and quantity of required construction material, is correct.

The Employer will be responsible for meeting the cost of compensation relating to the Contractor’s occupation of borrow pits and quarries. However the Contractor will, following the assessments made by the Employer in conjunction with local administration, be responsible for making the relevant payment in advance in order to avoid delaying the implementation of the project. These payments will be later reimbursed to the Contractor through the relevant item in the Bills of Quantities. The Contractor’s attention is drawn to the fact that such payments shall cover only the costs of compensation payable to the owner(s) of the land and will not extend to royalties payable on extracted material. No royalties will be payable in respect of materials that are extracted from those borrow pits and quarries that have been identified by the Employer along the project road.

A6.2 Gravel or soil

Attention is drawn to the fact that the Site is located in an environmentally sensitive area and that borrow pits and quarries will therefore have to be located and used with this constraint in mind following the stipulations in the Environmental and Social Impact Assessment (ESIA) and Environmental and Social Management Plan (ESMP). The ESMP is annexed to PART 1 of these Bidding Documents. The ESIA can available to the Bidders on request from RDA.

The Engineer reserves the right to direct the use of and / or to reserve the available material in the borrow pits. The Contractor shall comply with the Engineer's instructions in this regard even if it means adapting his construction programme.

The Contractor shall not waste material or work borrow pits carelessly or indiscriminately. This is a particularly critical matter due to the nature of the project area. The Contractor shall act immediately on the instruction of the Engineer to stop work at the borrow pits and to carry out corrective works as ordered by the Engineer. The Engineer's ruling in this regard shall be final.

A6.3 Stockpiling

Stockpiling of the selected material horizon shall be carried out carefully and in such manner as to not waste or contaminate the approved gravel or soil.

Stockpiles of topsoil, excess overburden, unsuitable material, and approved gravel or soil shall be kept separate from one another and located so that they do not obstruct the further utilization of the borrow pit. The soils will be used to rehabilitate the borrow pits. Bidding Document, Part 2 Section VI: Requirements VI-28

Prior to commencing stockpiling of material in any borrow area, the Contractor is to liaise with the Engineer and agree the size of each stockpile. This will take cognisance of the future requirements of the community for the borrow area and the prevailing climatic impact on the stockpiled material.

In order to carry out any testing which may be necessary and to enable final decisions regarding the processing of the material, including approval of stabiliser content to be made by the Engineer, the Contractor will be required to stockpile material in each approved borrow pit some time prior to the start of the programmed processing and / or haul operations for material from that borrow pit.

The attention of the Contractor is drawn to its obligation to deliver and place material in the works that complies to the specification requirements for the material and specifically to the fact that effective processing may well become impossible if the material in a borrow pit is allowed to get wet or become contaminated from any other event or source prior to processing operations. Because of these factors and because there are limited alternative sources of material available for use, if a designated borrow pit is rendered unusable because it has been allowed to get wet, the Contractor must plan and execute the opening of his borrow pits, the stockpiling operations and the processing operations in such a way as to avoid rendering the material unusable when it is required. He will be held responsible for the consequences of failing to do this. The time to be allowed in the planning for the Engineer's testing referred to above will be decided upon for each borrow pit in consultation with the Contractor.

No payment will be made for the stockpiling operations required in terms of this Clause, nor will any claim be considered which may arise from the Contractor's failure to comply with the requirements of this Clause.

A6.4 Borrow pits in cultivated land

Where borrow pits are to be opened in cultivated land the appropriate government agency will determine the value of compensation due and the Contractor shall pay this amount to the owner. The Contractor will be refunded the amount paid out by the Employer.

The Contractor shall not enter any cultivated lands without the Engineer’s written permission.

A6.5 Aggregates for concrete and surfacing

There are various sources of rock between Mpika and Chinsali and in the sections adjoining this length of the T2 that can provide suitable aggregates for use in base course, concrete and asphalt surfacing. It remains the responsibility of the Contractor to obtain suitable aggregate, and the full cost of procuring such material shall be included in the rates for the relevant items of work. All sources of material must be subject to the Engineer's prior approval.

The Contractor is not constrained to using sources of aggregate within the Mpika and Chinsali sections of the T2.

There are limited but available sources of rock for aggregates in the area of the project and in the adjacent sections of the T2. Bidders are required to identify the intended sources of Bidding Document, Part 2 Section VI: Requirements VI-29

aggregates as required by the works with particular attention to the haul distances involved. The total costs of providing the material requiring such aggregates is to be included in the relevant rates for the works.

A6.6 Water for construction purposes

Water for construction purposes may be obtained from rivers along the route. Other possibilities are from boreholes drilled by the Contractor or construction of temporary dams on seasonal water courses. No water may be drawn from existing boreholes or from the existing pipelines.

Any boreholes that the Contractor proposes to construct for construction purposes must be subject to the prior approval of the Engineer and must comply with the relevant environ- mental and social regulations.

Any temporary pipelines supplied and laid by the Contractor shall be removed before or at the end of the construction period. All boreholes drilled by the Contractor shall be capped as specified in Clause B1219 after they are no longer required. Temporary dams shall be removed unless required by the local community and accepted by the Engineer.

Upon receipt of written request from the communities (whether received by the Contractor, the Engineer, or the Employer), the Employer should consider retaining some of the boreholes for the community use. Similarly open borrow pits that communities may find useful for water collection for animals, the Employer may consider such option of leaving the borrow areas open for use by communities. However, this should be in collaboration with the Department of Health to avoid creating mosquito breeding grounds.

A7. ROAD CROSSINGS AND JUNCTIONS

A7.1 Junctions

The construction of a number of junctions, the details of which are provided in the drawings, will form a part of this Contract.

The locations of the junctions will be indicated to the Contractor on site by the Engineer. Where primary junctions are required to be provided these will be instructed by the Engineer together with such amendments to the typical drawings provided as are relevant to the particular location.

A7.2 Bus bays / Lay-byes and Parking areas

The positioning and dimensions of the required bus bays, lay-byes and parking bays are indicated on the drawings. In addition the Engineer will instruct the Contractor as to the final location, setting out and dimensions of these to be constructed along the road. These facilities should avoid schools and health centres and other populated areas as much as possible. Bidding Document, Part 2 Section VI: Requirements VI-30

A7.3 Restricted construction

The construction of junctions, bus bays, lay-byes, parking areas and sections of the road through areas of habitation will not be considered as qualifying for additional payment arising from the shape and / or confined nature of these elements. The normal pay items will apply and the Contractor must make any adjustment to such rates as he considers necessary to cover any additional cost inherent in this construction.

A8. CONSTRUCTION IN CONFINED AREAS

It will be necessary for the Contractor to undertake extensive work in confined/restricted areas. Except in the case of structures as provided for by Section 6100 of the Standard Specifications there will be no separate, additional or extra over payment in respect of work carried out in confined/restricted areas. The rates bid for the items of work shall include full compensation for all additional incidentals associated with working in the restricted area.

In certain areas and during such operations as benching, the width of the fill material and pavement layers may be very small and consequently the working space may be limited. The method of construction in these confined areas will depend on the Contractor's work methods and employed constructional plant and no payment will be made for any additional material required for the purposes of accommodating such plant. All measurement shall be net, and that part of the layer placed in excess of the authorised cross-section shown on the Drawings or directed by the Engineer, for whatever purpose, will not be paid for irrespective of the tolerances in workmanship allowed under the Contract or the practical need for such excess material. Payment will be made in accordance with the specified cross-section and other dimensions, irrespective of the methods used to achieve these cross-sections and dimensions. The rates and amounts bid will be deemed to include full compensation for any special equipment, additional material or construction methods required, or for any difficulty encountered in working in confined areas and narrow widths, and at or around obstructions. No extra payment will be made nor will any claim for payment be considered on account of these difficulties. The Contractor must ensure that his construction operations are planned and executed with due consideration for the state of any existing service.

A9. SECURITY

The Contractor shall be responsible for the security of his personnel and equipment on and around the site of the Works. He shall also be responsible for the security of all camps including those of the Engineer’s offices, laboratories and residential accommodation. The Employer will not consider any claims which are related to security.

The Contractor must submit details of his security plan for the approval of the Engineer as detailed in section 13.02 and B13.02.

A10. ENVIRONMENTAL MITIGATION

(a) Environmental requirements

Bidding Document, Part 2 Section VI: Requirements VI-31

An Environmental and Social Impact Assessment has identified some potential negative impacts that may be caused by the implementation of the project. These relate largely to disturbances caused by, inter alia, such construction operations as road widening, extraction of materials, operation of temporary facilities (e.g. access roads, camps, workshops, storage areas), changes to the drainage regimes and employment practices. In order to mitigate, these impacts, clauses have been introduced into these Special Specifications and an Environmental and Social Management Plan (ESMP) has been prepared and is appended to PART 1 of these Bidding Documents as Section VI. The Bills of Quantities have incorporated the primary obligations of the Contractor in respect of the environmental mitigate requirements but it is the Contractor is deemed to have taken full account of the requirements of the ESM in the programme of works and quality assurance system submitted with his Bid.

Within 28 days from the commencement date, the Contractor is required to prepare a project specific ESMP in accordance with the requirements of Clause 4.18 of the Conditions of Contract and to submit this to the Engineer who will obtain the approval of it from the Employers Environmental Officer, ZEMA and from the European Investment Bank. No works are to be commenced until this approval is confirmed in writing by the Engineer. The time required for obtaining this approval following submission and preliminary approval by the Engineer is 15 working days and the Contractor is to allow for this in its programming and pricing of the works.

This project specific ESMP to be prepared by the Contractor can be based on the content and general requirements of the ESMP as appended to PART 1 of these Bidding Documents.

Throughout the progress of the works execution, the Contractor is required to produce project specific environmental reports and proposals in advance and in respect of each new area of the site to be entered into (e.g. camp site, borrow areas, quarry areas). These reports are referred to as the Environmental Project Brief(s) and are to be prepared in liaison with the Engineer and submitted for the prior approval of the Engineer. The Environmental Project Briefs are to detail the relevant environmental mitigation measures that will be applied to the operations intended to be carried out in each such area during the implementation of the Works.

The Road Development Agency (The Employer) is charged with Environmental Monitoring during the course of the rehabilitation works. Monitoring will be based on the provisions of the ESMP. The mitigation measures required in the ESMP are to be encapsulated in method statements for works operations proposed by the Contractor for approval by the Engineer.

The following aspects, amongst others, shall be complied with by the Contractor and its subcontractors:

 The width of bush clearing shall not extend more than 2 m beyond the limits of the road prism inclusive of the area required to accommodate the traffic diversion described in Section A3;  The Contractor’s campsite must preferably be located in an already cleared area; Bidding Document, Part 2 Section VI: Requirements VI-32

 The campsite must be fully equipped with potable water and cooking facilities that do not exacerbate cutting of trees for firewood, and adequate toilet facilities;  The construction camp sites must be served by suitably located waste disposal areas that do not contaminate water such as oil and waste effluent;  All campsites must be rehabilitated after completion of the Works;  All borrow and other cleared areas must be covered by the topsoil originally excavated from these areas and natural grass cover must be promoted;  Ensure the availability and use of protective gear and equipment including all PPE;  Execution of the social and environmental programme;  Monitor of the effectiveness of the implementation of the Contractor's EPBs. The EPBs will have to be approved by the Zambia Environment Management Authority (ZEMA);  Maintain continuous contact with subcontractors and local communities;  Train the Contractor’s workers in awareness of matters of social, environmental and gender awareness;  Ensure that all areas disturbed during construction are properly rehabilitated as soon as possible;  Liaise with communities and local authorities through participation with the Project Liaison Committee;  Support to the HIV/AIDS awareness and prevention campaigns;  Support to the Road Safety Campaigns and liaison with RTSA and schools;  Provision and maintenance of the traffic accommodation facilities and the management of this with particular reference to road safety;  Compliance with the requirements in respect of air and noise pollution as set out in the ESMP;  Maintenance of and compliance with regulations for safety aspects of the site as a designated work place including the identification of safety risks and the reporting of incidents and accidents and the associated investigation of and reporting on causes of such; and  Oversight of employment practices and the creation of employment initiatives targeting women.

(b) Reporting on Environmental Matters The reporting on environmental matters shall be undertaken as follows:

 The Contractor shall complete a project Start-Up inspection Sheet prior to the commencement of the Contract (or at the site handover). This inspection Sheet will be attached to the minutes of the first site meeting; Bidding Document, Part 2 Section VI: Requirements VI-33

 The Inspection Sheet shall include photographs of the whole road reserve area as well as of the camp site, borrowing pits and all sites and their environment used for road construction prior to the start of construction;  The Contractor shall prepare and update the EPBs and submit this for approval by the Engineer.  The Contractor shall complete routine inspection sheets monthly (or more often if required), which will form the basis of the environmental reporting required at site meetings;  The Contractor shall complete a Site Closure Report on completion of the Contract and shall forward the same to the Engineer. The Site Closure Report shall include photographs of the whole road reserve area as well as of the camp site, borrowing pits and all sites and their environment used for road construction prior to the start of construction;  Instructions and communications on site to the Contractor, concerning Safety, Health and Environmental matters, shall be recorded in the site instruction book/site diary.

(c) Management of Safety, Health, and Environmental Incidents The management of safety, health, and environmental incidents will be based on adequate procedures based on a specific protocol of hazards and incidents notification. A report of all incidents will be presented and appropriate measures will be always taken to minimize any likely impact. The appropriate government agency will be informed of any safety, health, and environmental incident, in accordance with the legal requirements. The notification of a safety, health, and environmental incident and/or accidents will include but will not be restricted to furnishing of the following details:

 Location of the incident/emergency;  Name and phone number of the designated contact person;  Time of the incident;  Suspected cause of the incident or emergency;  Environmental damage or disturbance caused or suspected to have been caused by the incident or emergency;

In order to manage these issues the Contractor will appoint to its permanent site staff the following officials as provided for in Section 15000 of these specifications: (i) A Social and Environmental Officer and (ii) An Industrial Health and Safety officer

Bidding Document, Part 2 Section VI: Requirements VI-34

(d) State of Preparedness for Emergencies Before the start of any field activity, a plan for emergency situations (emergency response and preparedness plan) will be prepared by the Contractor and submitted to the Engineer for his approval. It will be elaborated according to the best practices used for this sector. Individual plans for emergency situations will be designed for various operation aspects, for example accidents and chemical spills. The approach with respect to notification and response to emergence will be based on ISO 14001 environmental management systems guidelines.

(e) Payment Unless otherwise stated in the Contract the rates bid for the works are deemed to include all costs of complying with specified environmental mitigation measures and protocol.

Failure of the Contractor to comply with the foregoing will constitute ample reason for the Engineer to suspend all work until the environmental mitigation measures are put in place.

A11 HIV/AIDS, GENDER ISSUES, SOCIAL SECURITY AND LOCAL PARTICIPATION

The Employer will contract the services of an approved service provider for the issues of Awareness, Education, Prevention, Diagnosis and Treatment, Counselling, Information, Pyschological support, Health care and Training.

The Contractor will be required to provide such support and facilities to the service provider as may be instructed from time to time by the Engineer and to ensure the necessary participation of its workforce in the programmes established by the service provider in liaison with the Engineer who will ensure the minimum adverse impact to the Contractor’s productivity of such programmes.

The Contractor shall take particular notice of and implement the Employer’s strategies, policies and requirements with respect to such social issues such as gender, poverty alleviation and HIV / AIDS prevention. The Contractor is required to liaise closely with the Employer in this regard so as to ensure that the latter’s policies and strategies are complied with and that their goals are met.

The Employer endeavours to meet these targets through the inclusion of social issues activities in its contracts and these activities are considered of specific importance in the execution of the project.

The Contractor will be required to provide certain facilities for and support to the service provider on instruction from the Engineer. Payment for such facilities and support will be made through the Provision Sum provided for this purpose in the Bills of Quantities.

A11.1 Liaison with communities and local authorities

The relationship between the project staff and the local communities, government officials and traditional leaders is an important aspect that can contribute to the overall success of the project. Bidding Document, Part 2 Section VI: Requirements VI-35

In all dealings with the community and workforce employed from within the community, the Contractor shall take due cognisance of the character, culture and circumstances of the community and shall at all times endeavour to avoid the development of disputes and to foster a spirit of co-operation and harmony towards the project.

A Project Liaison Committee (PLC) is the primary mechanism for establishing and maintaining communication with the local authorities and the community. This committee has a key role in monitoring the overall impact of the project on the community. The Contractor shall attend all meetings of the PLC as may be reasonably required by the Engineer and shall provide adequate information to the committee in order for it to fulfil its responsibilities.

The PLC will meet monthly. It will monitor the site activities against a basic checklist including the following items:  Is the required proportion of local participation in the workforce as required by B15 202 being achieved?  Is the required proportion of women in the workforce as required by B15 202 being achieved?  Do all members of the workforce have signed employment contracts and copies of their conditions of employment?  Are the wages being paid on time?  Are members of the workforce being required to work significant overtime?  Have any disputes arisen between the workforce and the Contractor or Subcontractors?  Are the HIV/AIDS Programme activities aimed at the local population being implemented as planned?  What are the corrective measures needed to reach the expected outcomes of the HIV/AIDS Programme?  Are there any negative impacts of the project in relation to the local communities identified from complaints and problems presented locally? What measures are needed to correct this?  Are there any examples of benefits achieved by the project reported by the local community and its representatives?

 Are there potential project risks and issues which have a direct negative effect on the community and is so proposed mitigation measures.

The above checklist will provide the basis for the minutes of the PLC meetings. Completed HIV/AIDS Monitoring Sheets related to the activities aimed at local communities will be attached to the minutes. The minutes of the PLC will be attached to the minutes of the following monthly Site Meeting.

A Provisional Sum has been provided in the Bill of Quantities Section for expenses associated with the establishment and operation of the PLC, which will be disbursed on approval of the Engineer as reimbursed of bona fide expenses incurred by the Contractor for this purpose. Bidding Document, Part 2 Section VI: Requirements VI-36

A11.2 Local representatives

The Contractor shall arrange for his own representatives together with those of the government and the community to participate in the PLC meetings. He shall consult with government and community leaders prior to commencement of site activities. The following persons should attend the PLC meetings:-  Contractor’s Representative/Contractor’s Human Resources Manager  Contractor’s Social and Environmental Officer  HIV/AIDS “Approved Service Provider” (see Section 15 100 - HIV/AIDS)  RDA delegate  Persons representing the local authorities who have been elected or appointed by the local inhabitants  The District Administrator or person appointed by the District Administrator  Representatives of district authorities and government public works, health, education, social welfare etc.  Key persons elected or appointed by the local community, for example a nurse, teacher, religious representative, local adviser, person locally responsible for social issues.

A11.3 HIV/AIDS considerations

Road construction projects can contribute significantly to the spread of the HIV virus due to the migrant nature of a large proportion of the workforce. Road projects also provide an opportunity to provide focussed education to both the workforce and the local community of the dangers of HIV/AIDS and methods to reduce the risk of infection. This needs to be complemented with measures to help mitigating the impact of the epidemic. The Employer has therefore decided to implement an HIV/AIDS Programme under all roadworks contracts. The programme includes activities intended to increase awareness of the dangers of HIV/AIDS and to promote appropriate preventative measures as well as reducing the impact on those already infected or affected and is contracting a service provider for this purpose

The Contractor is required to provide such support to and facilities for the service provider as is instructed by the Engineer and to additionally:

 Ensure the participation of its workforce in the HIV/AIDS awareness and prevention activities of the appointed Service provider as per Clause A11 hereto as well as such other activities specified in this Contract aimed at reducing the impact of the epidemic; and

 Minimise the number of migrant workers employed on the project and housed in the site camp. Bidding Document, Part 2 Section VI: Requirements VI-37

A11.4 Participation of women

The Employer has a policy of promoting the employment of women at all levels of the management and execution of roadworks projects. Requirements for female participation as key personnel and the workforce are specified in B15 202.

Qualified female members of the workforce should be sought in the project area. If possible, qualified females should be offered refresher or upgrading vocational training, to thus make it possible for women to qualify for recruitment.

To ensure maximum and endeavour in this regard the contractor is to contact the labour offices along the route of the project within 14 days of mobilisation and is to advertise in local media outlets in both instances requesting applications from persons with specific expertise and qualifications. The results of this are to be reported to the Engineer together with the subsequent recruitment results.

A11.5 Employment creation

The Employer is desirous of making a contribution towards reducing the level of unemployment in Zambia. To this end the Contractor is urged to use labour-intensive methods of construction wherever possible.

A11.6 Restriction on the utilisation of personnel in the permanent employ of the Contractor

The contractor shall limit the utilization on the Works of his permanently employed personnel to that of Key Personnel and shall as much as possible utilize local personnel, and temporary workforce shall be employed directly by the Contractor and /or by subcontractors in accordance with the local Labour Laws.

A11.7 Road Safety Awareness Campaigns

One of the primary concerns raised during the environmental and social assessment of the project was the issue of road safety both during the construction period and following opening of the rehabilitated road.

The Employer will contract the services of a Road Safety Awareness Campaign provider with responsibility to implement a programme of campaigns in liaison with and with the approval of the Road Traffic and Safety Agency (RTSA). The campaigns will be held in schools and community centres along the route and take the form of talks, drama, demonstrations supplemented with film and slide shows. The target audience will be all road users but in particular schoolchildren, cyclists, minibus and taxi drivers. Road safety materials (as approved by RTSA) such as T-shirts, posters, badges, stickers and signs will be distributed at the meetings.

The first campaigns shall be organised within 3 months of start of the works. A second campaign will be held 12 months later. A final campaign will take place at the substantial completion stage of the works. Bidding Document, Part 2 Section VI: Requirements VI-38

The appointed service provider for these activities will liaise with the Contractor’s Traffic Manager (see Section B15 208) and the Engineer and shall prepare a detailed programme for approval by the Engineer prior to delivery of the campaigns.

(a) Payment The Contractor will be required to provide certain facilities for and support to the service provider on instruction from the Engineer. Payment for such facilities and support will be made through the Provision Sum provided for this purpose in the Bills of Quantities.

A11.8 Sub-Letting of the Works

The Contractor is to seek the approval of the Engineer to any subcontractor and is not to subcontract more of the Works than a value equivalent to 20% of the total value of the Works

A11.9 Utilisation of Local Resources

The Contractor shall be responsible for determining the scope and extent of Works to be included in any particular subcontract; the total number of subcontracts and the time and duration of each such subcontract in such a manner as to facilitate the achievement of all objectives and principles pertaining to small subcontractor utilization and development as stated or inferred from the provisions of this Contract.

A11.10 Selection of Local Subcontractors

The Contractor shall select local subcontractors for participation in the project through a transparent selection process based on verifiable credentials.

A11.11 Labour Subcontracts

Labour-only subcontracts are forbidden on this Contract

A11.12 Gender Sensitization

The Employer will contract directly with a service provider to implement the gender sensitization requirements of the ESMP which include the gender sensitization of all village communities in proximity to the campsites and capacity building of community based organisations (linked to the campsites) at the latest by the end of construction. The gender sensitization programme is to extend to at least 3 communities linked to the campsites during the first year of construction and is to cover all such communities by the end of the construction period.

A12. AREAS REQUIRING SPECIAL ATTENTION

A12.1 Co-operation with others on Site

All work shall be carried out in such a way as to allow access and afford all reasonable facilities for any other contractor and his workmen and for the workmen of the Employer Bidding Document, Part 2 Section VI: Requirements VI-39

and any other person who may be employed in the execution and/or operation at or near the site of any work in connection with the Contract or otherwise. The Contractor shall use his entire endeavour to co-operate with such persons without interfering with them and shall observe all the instructions and orders of the Engineer in that connection. The Contractor shall at all times take full account of the necessity to facilitate access by other contractors to certain areas of the site including access roads, quarries, borrow pits etc.

A12.2 Roads and Site to be kept clean

The Contractor shall take great care and all reasonable precautions to ensure that roads and thoroughfares used by him either for the construction of the works or for the transport of plant, labour and materials are kept clean of any dirt as a result of such construction or transport and in the event of their becoming thus dirtied in the opinion of the Engineer, the Contractor shall take all necessary and immediate steps to clean them.

A12.3 Programme and method of working

The Contractor’s programme of work to be submitted to the Engineer in terms of the General Conditions of Contract, it shall be submitted in hard and soft copies, it shall be comprehensive and shall contain, amongst other things, all main tasks, logical links between tasks including resource and procurement requirements, critical path, number of teams and equipment per task, task duration, planned production rates and non-working days. The programme shall be based on the Zambian Calendar for the period of the works and shall be updated and submitted to the Engineer at least monthly or at such other intervals as the Engineer may request.

The programming technique shall be a commercially available and industry used system such as Gantt Chart or Microsoft Project and this shall be agreed to by the Engineer.

The method of working to be adopted shall be such as to permit the satisfactory completion of the Works and to keep disturbance and damage to a minimum. The standard social, health, and environmental guidelines must be strictly adhered to. The design and manner in which construct-ion plant is used in the execution of the Works shall be subject to the approval of the Engineer. The Engineer may at any time withdraw such approval and the Contractor shall immediately adopt another method of working and if such change shall be required to achieve satisfactory progress or workmanship the Contractor shall have no claim against the Engineer for costs incurred by him in changing the method of working or in the provision and use of other plant.

A12.4 Process and quality control

The testing of all materials, mixtures of materials and mixes (e.g. asphalt, stabilized or treated materials, concrete) proposed and provided for the construction shall be the responsibility of the Contractor. The Contractor shall be responsible for carrying out all the initial tests during the proposal phase as well as all the process and quality control tests required in terms of the Contract during the construction itself. Prior to commencing with the use of any material or mixture of materials the Contractor shall, at his own cost, test such materials or mixture of materials and submit the results to the Engineer for approval. The Engineer’s approval of such shall not relieve the Contractor of his obligation to provide work which conforms in every respect with the requirements of the Contract. Bidding Document, Part 2 Section VI: Requirements VI-40

The Engineer may require certain tests to be carried out by private independent laboratories as provided for in the Specifications and Bills of Quantities The Contractor shall give adequate notice to the Engineer so as to facilitate the implementation of such testing without causing delay to the execution of the Works, including notice of all material sources which the Contractor proposes to utilise.

A12.5 Order of work

The various operations pertaining to the Works shall be carried out in such a progressive sequence as will achieve a continuous and consecutive output of fully completed roadworks inclusive of all structural works within the time limits specified in the Contract. Generally the Contractor shall start at one end of the road and progress continuously towards the other, provided always that the land upon which the Works are to be constructed has been acquired in its entirety and the encumbrances and services thereon removed. Should the Contractor fail to abide by this requirement without good reason, the Engineer will have the right to instruct the Contractor to vary his work plan accordingly and the Contractor shall have no recourse to claim. The decision as to what constitutes good reason shall vest solely in the Engineer.

A13. EXTENSION OF TIME DUE TO ABNORMAL RAINFALL

It must be noted that the extension of time resulting from abnormal rainfall shall not be regarded as an event for which compensation of any form can be claimed. This means also that no payment will be made against the time related obligations payment items of the Bills of Quantities regardless of the period of time by which the contract period may be extended due to abnormal rainfall. The provisions of this Clause shall not apply in circumstances where the compensation claimed by the Contractor in accordance with Clause 20 of the Conditions of Contract are the consequence of an extent of rainfall unprecedented over the period of 15 years prior to the date of closure of Bidding for the works.

A14. FIRST AID

The Contractor’s attention is drawn to the fact that the work has to be executed in an area where poisonous snakes may be present and where malaria is prevalent. It is a requirement of this Contract that the Contractor shall provide and maintain, as part of his establishment on site, comprehensive first aid facilities which must include complete first aid kits with snake-bite serum at strategic points on the operational areas of the works. Used or dated articles and serum must be replaced from time to time as necessary.

It is a further requirement of the Contract that a registered qualified first aid person (The Health Officer as per B15 214) must be stationed on Site. He or she should be equipped with the necessary equipment to provide assistance for any medical emergency that may occur on Site. Apart from supplies like drips, blood plasma etc., he or she must have apparatus such as ventilators, defibrillators etc. as part of his equipment.

The Contractor shall also as part of his general obligations have the required arrangements in place to do emergency medical evacuation by air to a suitable trauma unit if and when required. Bidding Document, Part 2 Section VI: Requirements VI-41

The provision of the above emergency medical services will not be paid for separately, but the cost thereof shall be deemed to be included in the Contractor’s bid rates for the items under Section 1300.

A15. QUALITY ASSURANCE PLAN and QUALITY CONTROL

A Quality Assurance Plan shall be prepared by the Contractor and submitted to the Engineer for his approval together with the Contractor’s Works Programme. The Contractor is also required to establish Quality Control procedures and to obtain the Engineers approval to these.

A16. TECHNICAL AUDIT BY EMPLOYER

The Employer will separately contract the services of a technical auditor who is to be assured free access to all aspects of the works and Contract at all times. The Contractor can view the Terms of Reference of the technical auditor on application to the Engineer.

The Contractor’s attention is drawn to the requirement of the Technical Auditor that it works independently of both Contractor and Engineer and that all requests for information from either are to be channelled through the Employer who will authorise any such requests as appropriate and instruct the Engineer to ensure that the requested information is accessed and passed to the Employer for submission to the Technical Auditor. Bidding Document, Part 2 Section VI: Requirements VI-42

4. PROJECT AMENDMENTS AND ADDITIONS TO THE STANDARD SPECIFICATIONS

SECTION 1100: DEFINITIONS AND TERMS

B1113 General Conditions of Contract

The General Conditions of Contract are as set out in PART 3 Section VII of the Bidding Document.

B1127 Road Reserve

Add the following:

"The portion of the statutory road reserve available for the Works is limited to a total width of 100 m measured as 50m either side of the road centreline”.

B1133 Shoulder

Replace sub-clause (a) with the following:

(a) When referring to this as an area: The shoulder is defined as the usable area alongside the carriageway. Its width does not make provision for the mounting of guardrails, edge drains or for shoulder rounding. The shoulder breakpoint is 0.5m beyond the edge of the usable shoulder.

Replace sub-clause (b) with the following:

(b) When referring to this as a pavement layer: The pavement of the shoulder area as described under (a) above excluding the 0.2m overlap in the joint with the carriageway pavement and including the 0.15m overlap with the berm as shown in the typical cross section drawings.

Shoulder Breakpoint

Replace the entire Clause with the following:

The line along which the extended flat planes of the berm surface and outer slop of the fill intersect. This edge is normally rounded.

B1135 Stabilization

Replace the first sentence with:

“The treatment of the materials used in the construction of the roadbed, fill or pavement layers by the addition of a bituminous and/or cementitious binder(s), or the mechanical modification of the material through the addition of a soil, bituminous, chemical and/or cementitious binder(s).” Bidding Document, Part 2 Section VI: Requirements VI-43

SECTION 1200: GENERAL REQUIREMENTS AND PROVISIONS

B1204 Programme of work

Add the following:

“Subject to any provision to the contrary contained in the Contract, none of the Permanent Works shall, save as hereinafter provided for, be carried out outside the normal statutory hours of work as defined by the prevailing labour regulations and must take cognisance of the scheduled public holidays in Zambia for the anticipated duration of the works.”

(a) Should the Contractor decide to introduce working overtime beyond the normal statutory hours of work, prior approval shall be requested from the Engineer, which approval shall not be unreasonably withheld.

(b) In the event that overtime working is approved, revision of labour costs shall not be allowed in respect of such overtime unless agreed by the Engineer that the work involved was necessitated by factors beyond the control of the Contractor.”

B1205 Workmanship and quality control

Add the following to the first paragraph:

"The Contractor shall prior to the commencement of the Works submit to the Engineer a Quality Assurance Plan for his approval. The QAP shall be handed to the Engineer together with the programme which is required to be submitted in terms of Clause 8.3 of the Conditions of Contract and section A12.5 of these requirements.

The Contractor shall set up a laboratory facility commensurate with the scope of the Works and equipped with certified and calibrated equipment. The Contractor’s laboratory personnel must be suitably qualified and must perform their duties professionally. The laboratory manager must be a qualified materials technician/technologist with at least 10 years appropriate experience.

The Contractor’s laboratory described in this Clause is separate from that described in Section 1400 of the Bill of Quantities which facility is for the exclusive use of the Engineer. No request for a shared laboratory facility will be considered.

B1206 The Setting-Out of Work and Protection of Beacons

Add the following:

“The Engineer will provide the Contractor with re -established survey control adequate to enable the setting out of the works in accordance with the requirements of the Contractors program all as described in Clause A5.1 of these specifications.

This survey control will include reference beacons/benchmarks established along the route, at approximately half kilometre intervals, and the Contractor shall utilise and protect these for the execution and full duration of the Works. A list of co-ordinates and levels is given on the Drawings or will be issued to the contractor by the Engineer. The Contractor’s Bidding Document, Part 2 Section VI: Requirements VI-44

attention is drawn to the fact that some (or all) of these beacons may have been destroyed by the time the site is handed over and as such it will be the responsibility of the Contractor to reinstate any missing beacons. No additional payment will be made for this work.

The Contractor shall first verify the co-ordinates and levels of the reference beacons. The Contractor shall also relocate any beacons whose positions interfere with the Works. The Contractor shall then stake the centre-line and take levels of cross-sections at 50m intervals for submission to the Engineer. Construction work may only commence once the Engineer's approval of the staked line and levels has been obtained.

The Contractor's rates bid for the construction of the works shall include full compensation for all the costs required for staking of the road and verification of the levels, the confirmation of cross sections at 20 m intervals along the route, the surveying of all new culvert positions, and for any other survey work required to complete the work as specified. No separate payment shall be made for any survey work required. The Contractor's rates bid for the construction of the Works shall also include full compensation for the provision of all survey assistants required by the Engineer to take control measurements as required and to assist in the re-establishment as necessary of the survey control.

Any survey beacons which lie within the road prism, or that are affected by construction activities, shall be relocated at the Contractor's cost."

All survey works undertaken in terms of this clause must be co-ordinated with the Engineer.

B1207 Notices, signs and advertisements

Add the following:

“Details of the official signboards required in terms of this Clause are given in the Drawings and Bidding Documents.”

B1208 Measurements

Add the following:

“(d) Contract Type

This Contract is of the unit price re-measurement variety.

Whenever works or parts thereof are ready for measurement and before such parts are covered, the Contractor shall inform the Engineer that works are ready for measurement. The Engineer shall after inspecting, testing and accepting the work give the Contractor 24 hours advance notice of his intention to jointly measure the work with the Contractor. The measurement shall be signed by representatives of both the Engineer and the Contractor. If agreement is not reached the Engineer shall decide the measurement.

Should the Contractor not respond to the Engineer’s request to attend a joint measurement, a further notice of 24 hours will be given, after which the Engineer will take measurements on his own. Such measurements will be binding on the Contractor.” Bidding Document, Part 2 Section VI: Requirements VI-45

B1209 Payment

(a) Contract Rates

Add the following:

“The term furnishing shall be deemed to include crushing, screening, stockpiling if necessary, loading and delivery to the final point of use.”

Under (c) (i) Procuring and furnishing (material) insert:

“and duties” in the sixth line of the sub-section after “all tax”.

B1210 Certificate of completion of the works

Add the following:

The Certificate of Completion of the Works to which reference is made in this Clause shall be the “Taking-Over Certificate” as defined in Sub-Clause 1.1.3.5 and issued under Clause 10 of the Conditions of Contract.

B1211 Traffic over completed pavement layers

The last paragraph of Clause 1211 shall also apply to the Contractor's traffic using the deviations constructed under this Contract.

Add the following:

“During the 7-day curing process only water trucks, with a capacity of 5000 litre or less, for dampening the covering sand will be allowed to drive on the cement/lime stabilised layers”.

B1215 Extension of time resulting from abnormal rainfall

The extension of time resulting from abnormal rainfall shall be calculated according to Method 1 (Rainfall formula). The applicable information is provided below:-

X = 30 Y = 10

Coeff Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

Nn 8 9 7 1 0 0 0 0 0 0 3 7

Rn 204 179 142 28 3 0 0 0 3 8 75 201

Bidding Document, Part 2 Section VI: Requirements VI-46

B1217 Protection of the works and requirements to be met before construction of new work on top of completed work is commenced

Add the following:

“On cessation of the work each day, the surface of each completed layer shall be shaped and trimmed, so that ponding and concentration of surface run-off does not occur. Should any water accumulate on any part of the Works either during construction or within the Defects Notification Period, the Engineer may order the Contractor to remove and replace, at the Contractor’s expense, any material or Works so affected.

Any damage to the Works or to adjacent properties resulting from the Contractor’s failure to take the necessary precautions shall be made good at the Contractor’s expense.”

B1219 Water

Add the following:

“The Contractor shall make his own arrangements for the supply of water for use on the Works, and for domestic purposes.

The Contractor will be allowed to use water from any of the rivers free of charge.

It is not anticipated that any supply boreholes will have to be drilled. However, if this is the case then areas of forests must be avoided. In order that high and/or prolonged extraction rates will not have any adverse effect on the aquifers at existing pumping installations, it is a requirement that any borehole drilled for use on this Contract shall be located no closer than two kilometres from any existing borehole. High pumping rates could result in deterioration in water quality as a result of induced movement of freshwater aquifer boundaries.

All water sources shall be tested for suitability for the use for which it is intended. Suitable quality of water for its intended use shall be in accordance with table B1219.

Water for drinking purposes for the Engineer’s Offices and Residential Accommodation shall be bottled mineral water and shall be supplied by the Contractor monthly in the amount of 1200 litres.

The Contractor must assure a supply of potable water for the camps. If the Contractor chooses to establish a borehole for the provision of the water supply, the borehole should be established in accordance with environmental regulations on the location and approved by the Engineer.

The Contractor's Quality System is to include the procedures to ensure compliance with the requirements to ensure proper water management."

Bidding Document, Part 2 Section VI: Requirements VI-47

TABLE B1219: Water Classification for Construction and Testing

1990 1982 1990 1990 1971 1983 - 1971 ------

Method SABS215 SABS213 SABS212 SABS202 SABS833 SABS1049 SABS1057 SABSM113 SM212 SM SM 113 SM 213 SM 215 SM 202 SM1057 SM SM 1049 SABS241-1999

------H5 material on thequality of the Investigatethe effect march, sea,march, etc.water Waste brack,Waste sewage,

- - -  H4 9.0 1000 5000 2000 material material Negative Permanent water (brackish water chloride sulphate Highly mineralisedHighly on thequality of the on thequality of the Investigatethe effect Investigatethe effect

   H3 500 500 3000 5000 3000 1000 4.5 - 4.5 8.5 Negative Temporary Concrete Technology - Dr. FS Fulton (1989) MaterialsManual (PAWC) InterimTG 2: TechnicalGuidelines: DesignThe and foameduse of treatedbitumen materials

Silty (muddy)Silty water with low salt lowwith content References: 1. 2. 3. Water QualityWater Classification Code

       H2 200 300 1500 2000 1000 1000 4.5 - 4.5 6.5 Negative Temporary (Municipal) Treated WaterTreated

       H1 200 200 500 500 1000 2000 None (Rain) 5.7 - 5.7 7.9 Negative Clean WaterClean

0 0 0 0 0 0 H0 7.0! mass (AR) Tests None works stressed Foamed Bitumen Negative Concrete Untreated Untreated Pure WaterPure Chemically Soil/Gravel layer workslayer Chemical or treated layertreated ControlTests Concrete pre-

- - - Unit Unit ppm ppm ppm Ppm Ppm mS/m )& 3

* A primary property. The waterquality of is quality that where threeall of the primary properties within are the limits. ) 3

) 4 Property

PH* PH* Dissolvedsolids* hardness*Total Suspended matter Electrical conductivity Sulphates (S Chlorides CarbonatesAlkali (CO Bicarbonates (HCO Sugar waterQuality of required

Bidding Document, Part 2 Section VI: Requirements VI-48

B1221 Drawings provided by the Contractor

Insert the following paragraph after the second paragraph:

“The Contractor shall provide the Engineer with whatever information is requested to facilitate the preparation of as-built drawings including the following:

 Plans and profiles of the project road, scale 1/1,000 - 1/100;

 Bridges and box culvert structures: various scales (if applicable);

 Plans of all new junctions, scale 1/500

 Any other features that have been modified or have been added to the initial Bidding Documents or drawings;

 Any other drawings which may be required and requested by the Engineer, to achieve the works according to required standards; ”

B1224 The handing-over of the road reserve

Add the following:

“The Site will be handed over in a single section and the Contractor will have unlimited access to and possession of the site for the purpose of completing the construction of the works.

Notwithstanding the above the Contractor is to take cognizance in his programming of the works of the requirements of Section A3 and B1502 of these Specifications concerning the provision of diversions for traffic.

The Contractor shall make his own arrangements for access to the various parts of the Site where works are to be constructed, but all such accesses shall be subject to the approval of the Engineer.

Where access to the Site proposed to be used by the Contractor lies across or traverses land of a third party the Contractor shall provide the Engineer with written proof that the owner and occupier of the land consent to the location of the access.

The Contractor shall also keep a record, to be agreed with the Engineer, of the condition of the surface of any land (and of any crops on such land) over which accesses lie before he uses the land for access purposes and he shall keep all such surfaces in a reasonable state of repair during the execution of Works. When he has finished using an access he shall restore the land to a condition at least equal to that existing before he first entered upon it.

The Contractor shall also keep a record of any land on which crops are planted and which is being used for construction purposes under this Contract. Such record shall include co- ordinates of the area involved as well as details and photographs of such crops.”

Bidding Document, Part 2 Section VI: Requirements VI-49

B1225 Haul roads

Add the following:

“Where the Contractor constructs bypasses, diversions, deviations, haul and/or construction roads at his own initiative for the sole purpose of accommodating construction traffic, he shall construct and maintain them at his own cost and in accordance with details previously agreed with the Engineer, in writing. Such roads shall be obliterated and their surfaces properly reinstated when no longer required, all at the Contractor's own cost.

The requirements for such reinstatement shall be instructed in respect of each such road by the Engineer but shall in principle be such as to return the surface to the state and condition in which the area was prior to the construction of the haul road.

Subject only to the provision under Section A3 the Contractor shall have the right to use public roads, including bypasses open to public traffic, but where his own traffic causes damage or wear to such roads or constitutes a condition hazardous to public traffic, the Engineer shall have the right to regulate his traffic over such public roads and bypasses and require the Contractor to provide, at his own cost, such maintenance, including wearing- course gravel and watering, as in the Engineer's opinion will be necessary in addition to that which would be required to maintain the bypasses properly when not used by the Contractor's construction traffic. Where regulation of the Contractor's traffic does not alleviate the traffic hazard satisfactorily or the maintenance of the bypasses cannot be or is not properly executed, the Contractor shall, where conditions permit, divert his traffic over construction roads provided and maintained at his own cost.”

B1227 Monthly site meetings

Add the following to the first paragraph:

"In addition to the meetings mentioned above, the Contractor or his authorised representative shall attend monthly meetings on the site with representatives of the Engineer, at dates and times to be determined by the Engineer. Such meetings will be held for discussing matters of a more technical nature, or any such matter which any of the parties represented may wish to raise."

Add the following new clauses:

B1230 Reporting of accidents

The Contractor shall report every accident which occurs on the road, within the extent of the Works, to the Engineer, within twenty-four (24) hours of such accident occurring, irrespective of whether such accident has a bearing on damage to the Works or to persons, property or things. The report must be in writing in a format to be agreed in advance with the Engineer and must contain full particulars of the accident and the subsequent measures taken by the Contractor to mitigate repetition of the occurrence. Photographs of each accident shall also be included in the report. The Engineer has the right to conduct any or all enquiries, either on the Site or elsewhere, as to the causes and consequences of any such accident. The Contractor shall also keep a comprehensive record of all accidents which occur on the road and shall make such records available to the Engineer on demand. Bidding Document, Part 2 Section VI: Requirements VI-50

B1231 Materials

The Contractor, when using materials that are required to comply with any Standard Specification, shall, if so ordered, furnish the Engineer with certificates showing that the materials do so comply.

Where so specified, materials shall bear the official mark of the appropriate authority. Samples ordered or specified shall be delivered to the Engineer's office on the Site free of charge.

Unless otherwise specified, all proprietary materials shall be used and placed in strict accordance with the relevant manufacturer's current published instructions.

Unless anything to the contrary is specified, all manufactured articles or materials supplied by the Contractor shall be new and unused.

Earth, stone, gravel, sand and all other materials excavated or present on the Site or in borrow areas provided by the Employer shall not become the property of the Contractor, but will be at his disposal only in so far as they are approved for use on the Contract.

No materials to be included in the Works shall be damaged in any way and, should they be damaged on delivery or by the Contractor during handling, transportation, storage, installation or testing they shall be replaced by the Contractor at his own expense.

All places where materials are being manufactured or obtained for use in the Works, and all the processes in their entirety connected therewith shall be open to inspection by the Engineer (or other persons authorised by the Engineer) at all reasonable times, and the Engineer shall be at liberty to suspend any portion of work which is not being executed in conformity with these Specifications.”

B1232 SABS cement specifications

The standard cement specifications SABS 471, SABS 626, SABS 831 and SABS 1466 have been withdrawn and are replaced by SANS 50197-1/ENV 197-1: Common cements, and SANS 50413-1/ ENV 413-1: Masonry cement. These new specifications will be applicable to this Contract and where reference is made in the specification to the original specification it shall be replaced by the new specification. Bidding Document, Part 2 Section VI: Requirements VI-51

SECTION 1300: CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS

B1302 General Requirements

(a) Camps, constructional plant and testing facilities

Add the following:

“The Contractor’s offices, laboratory and stores, shall, unless otherwise agreed, be erected in close proximity to the Engineer’s offices and laboratory. The entire area shall be fenced with chain link or other approved material to a minimum height of 1.8 m and topped with razor mesh. The Contractor’s offices, laboratory and stores and the Engineer’s offices, laboratory and residential accommodation shall be provided with sufficient perimeter lighting.

The Contractor shall employ a commercial security company to provide protection of the Engineer’s offices, laboratory and housing plus areas of accommodation for the workforce and for the site in general. Not later than 28 days after the works Contract has been signed, the Contractor shall prepare a security plan for the approval of the Engineer. Payment for the above shall be included in item B13.01. This plan should include details of:

 the number and location of guards per shift

 communication facilities/equipment

 supervision of the guards

 whether the guards are to be armed and/or accompanied by guard dogs

The Contractor shall have the right to forbid access to the Site to any person not involved in the performance of the Contract, with the exception of persons authorised by the Engineer or the Employer.”

B1303 Payment

B13.01 The Contractor’s general obligations

Add the following paragraphs after the fourth paragraph (numbered as (iii)):

“(iv) The combined total of sub items 13.01(a), 13.01(b) and 13.01(c) shall not exceed 15% of the Contract Price excluding VAT but including Contingencies and Provisional Sums ”.

Add the following additional pay item:

Item Unit Bidding Document, Part 2 Section VI: Requirements VI-52

B13.02 Existing services (a) Protection and relocation of services ...... Provisional sum (b) Handling cost and profit in respect of sub-item B13.02 (a) above ...... Percentage (%)

Expenditure under this item shall be made in accordance with the Conditions of Contract. The bid percentage is a percentage of the amount actually spent under sub-item B13.02 (a) on the Engineer’s instruction.”

Item Unit

B13.03 Payment to Dispute Board

Provisional Sum……………………………………………………………….Prov Sum

To be expended by the Engineer to reimburse the Contractor for the 50% due by the Employer in respect of the Dispute Board costs against proof of payment by the Contractor of the total amount of the DB Invoicing.

Bidding Document, Part 2 Section VI: Requirements VI-53

SECTION 1400: HOUSING, OFFICES AND LABORATORIES FOR THE ENGINEER’S PERSONNEL

B1401 Scope

Add the following:

“This section also covers the provision of administrative, cleaning, security, driver and laboratory staff for the Engineer as specified.”

B1402 Offices and laboratories

(a) General

Add the following paragraph:

"All offices and laboratories shall be supplied with approved burglar-proofing, fitted to all windows. All windows that can open shall be fitted with approved mosquito screens that can be opened to enable the occupants of the building to open and close the windows from inside the building. All outside doors shall be fitted with self-closing mosquito screen doors of which at least half the door's area shall consist of mosquito screen. The costs of providing burglar proofing and mosquito netting as specified shall not be paid for separately and shall be deemed to be included in the rates bid against Item 14.01."

(b) Offices

Replace clause b (xii) with the following:

“(xii) Three connections for telephone, broad band connection for e-mail / internet access to each office, ten cellular phones shall be provided for the exclusive use of the Engineer’s staff. The prime cost sum shall also include for all telephone, e- mail and internet access costs associated with the administration of the Contract.”

Add the following to clause b (xiii):

"Each conference table shall be supplied together with 12 matching chairs."

Replace clause b (xiv) with the following:

“(xiv) Blinds or curtains shall be one of three types, as may be required:

 Adjustable venetian blinds to permit light to enter the room, but which will exclude direct light;

 Opaque roller blinds;

 Curtains including linings made from approved materials and hung from smooth operating runners so that curtains can be opened or closed with ease.” Bidding Document, Part 2 Section VI: Requirements VI-54

Add the following clauses:

“(xv) Notice boards shall each have two (2) m² of useable area, shall be framed in timber, and shall be backed by material suitable to accept and retain thumbtacks required to fix paper documents to the notice boards.

(xvi) Bookcases shall be of sturdy timber or steel construction, shall be at least three hundred (300) mm deep and one point eight (1.8) m long, and provided with a top and two equally spaced internal shelves all not less than thirty-eight (38) cm apart.

(xvii) The fax apparatus to be provided and maintained in good working order, shall be a plain paper facsimile machine with a 20 page ADF (automatic document feeder), and shall include all necessary consumables. It shall be installed in the offices of and be for the sole use of the Engineer’s site staff. Should any breakdown occur to the facsimile machine, it shall be repaired or replaced within one week of the Contractor being requested to do so by the Engineer.

(xviii) Steel plan cabinets shall be able to accommodate two hundred and fifty A0-sized drawings hanging vertically from approved holders.

(xix) White boards shall be approximately 2.0 m x 1.2 m with marker tray at the base, securely fixed to the wall.

(xx) Furniture requirements for Engineer’s Office.

The following new furniture shall be provided for the Engineer’s offices.

The ownership of the furniture shall revert to the Employer on completion of the Contract:-

DESCRIPTION QTY Writing desks each with 6 lock-up drawers 10 Small tables 10 Conference table (5m x 1.5m) + 12 chairs 1 "L" shaped secretary's desk each with 6 lockable drawers 1 Typist’s swivel chair 2 Chairs on wheels 10 Office chairs 20 Lockable steel cupboard with 4 shelves 10 Book cases 10 Filing cabinets 9 Wooden shelves 1 3-tray filing trays 10 Staplers (Medium duty) 10 Long Reach stapler (Heavy duty) 2 Paper punches 10 Heavy duty paper punch 2 GBC C200 Comb Binder or similar capable of punching 25 sheets at a time and binding at least 400 sheets 1

GBC Heat-seal H310 pouch laminator or similar 1 Bidding Document, Part 2 Section VI: Requirements VI-55

DESCRIPTION QTY A3 heavy duty guillotine 1 First aid kit 1 Polyvalent snake bite outfit 2 Refrigerator, minimum 3001 capacity 2 Electric kettle 2 Coffee mugs 24 Tea set complete for 12 people 2 Water glasses 24 Trays 4 Milk jugs 3 Water jugs 3 Sugar bowls 3 Teaspoons 24 Dishcloths 6 Dish towels 6 Waste Paper Baskets 10 Pedal type dustbin large 2 Fire Extinguishers large 4 Geological picks 5 Rain Gauge 1 Steel plan cabinets 2 White Board (2.4m2 minimum) complete with board marker pens and eraser. The board shall have a tray at the base and be securely fixed to the wall. 2

White Board (0.54m2 minimum) complete with board marker pens and eraser. The board shall have a tray at the base and be securely fixed to the wall. 7

Notice boards (2m2 minimum) 9 Four plate stove 1 Cupboard for toilet 2 Kitchen sink 1 Kitchen cupboard 1 Air conditioners (18000 BTU)

Bidding Document, Part 2 Section VI: Requirements VI-56

(xxi) Equipment requirements for the Engineer’s Office.

The Contractor shall provide the following new equipment for use by the Engineer’s site personnel.

DESCRIPTION QTY Midi Tower Case Power Supply Unit minimum 300W, Intel Core i3 2.93 GHz or better processor, graphics card with minimum 512 MB VRAM, Gigabit Ethernet LAN, Wireless (Wi Fi) network controller / card, sound blaster compatible sound card, 2 external speakers, minimum 4 GB RAM memory, 12 serial ATA hard disk minimum 500 GB, 1 serial port, minimum 4 rear USB ports, 2 front USB ports, 19 inch LCD monitor, super multi DVD +/- R/RW with double layer support, Microsoft wheel mouse optical PS/2, Microsoft keyboard PS/2, Microsoft Windows 7 Ultimate OS, power 240 V input. IBM, Toshiba, HP, Sony or other approved reputable make laptop computer, Intel Core i7 1.60 GHz processor with turbo boost, Intel Chipset, minimum 4 GB installed memory, minimum 500 GB SATA HDD, super multi DVD +/- R/RW with double layer support, webcam, 3D audio sound support, graphics card with minimum 512 MB dedicated video memory, 15.6 inch wide LCD or LED screen monitor, microphone, headphone output, 5-in-1 integrated Digital Media Reader for Secure Digital cards, Multimedia cards, Memory Stick, 3 Memory Stick Pro or xD Picture card, I LINK IEEE-13994 fire wire, minimum 2 No. USB v2.0 ports, 1 No. SATA / USB port, RJ-45 Integrated 10/100/1000 Gigabit Ethernet LAN, Express card slot, 802.11b/g/n wireless support, Bluetooth and / or Serial IR, full size keyboard and touch pad, Microsoft Windows 7 Ultimate OS. Additional lithium ion battery. Targus carry case, power 240 V input. Seagate external hard disk drives, minimum 500 GB, hi speed USB and fire 3 wire, 7200 rpm, self powered. APC Back UPS RS 1200 VA with monitoring software and USB / RS232 6 cable APC Home / office Surgearrest single outlet surge protector with modem / 6 telephone line protection HP LaserJet P4015x network ready printer with three 500 sheet paper trays, duplexer for automatic 2 sided printing, and minimum 128 MB RAM, power 1 240 V input. HP LaserJet P1606dn network ready printer with duplexer for automatic two 1 sided printing, minimum 32 MB RAM, power 240 V input. Additional toner cartridges for HP LaserJet P4015x printers Supply for 30 months Additional toner cartridges for HP LaserJet P1606dn printers Supply for 30 months HP Office Jet Pro K8600dn A3 colour printers complete with auto duplex unit 1 32 MB RAM Additional complete set of black, cyan, magenta and yellow toner cartridges Supply for HP Office Jet Pro K8600dn printer for 30 months Bidding Document, Part 2 Section VI: Requirements VI-57

DESCRIPTION QTY HP Design Jet 500 42 inch roll printer (plotter) (C7770B) complete with HP 1 42 Inch Spindle, HP Design Jet 500 stand and bin Additional HP ink cartridge black for HP Design Jet 500 Supply for 30 months Additional HP in cartridge yellow for HP Design Jet 500 Supply for 30 months Additional HP in cartridge cyan for HP Design Jet 500 Supply for 30 months Additional HP in cartridge magenta for HP Design Jet 500 Supply for 30 months HP Scanjet 5590 digital flatbed scanner including ADF 1 4 port powered USB expansion hub 3 Flash Drive 8 GB USB 2.0 6 D Link DIR-635 Range Booster N650 router 2 Wired LAN complete, including high grade CAT 5 cables neatly installed inside ducts, minimum 20 port switched hub / router in sealed glass cabinet including backup UPS, with a minimum capacity of 20 connections. A 1 minimum of 3 connection boxes evenly distributed per office, complete with fly leads. The system must be high speed, 100 Mbps. Original and licensed Microsoft Office Professional 2010 suite 9 Original and Licensed Microsoft Project 2010 7 Original and licensed Autodesk AutoCAD 2010 (or later) 1 Original and Licensed Adobe Acrobat Professional Version 9 (or later) 2 Original and licensed McAfee Internet Security latest version including 9 renewing licenses for the entire duration of the Contract Original and licensed Model Maker DTM Unlimited Edition (all modules), Road Maker (all modules), Pipe Maker (all modules) and Survey Maker (all 1 modules) including renewing licenses for at least 3 years Digital camera complete with extra 8 GB memory card (SONY Cyper-shot 4 DSC-W530 or similar) Garmin GPSMAP 60CSx (or similar) including Southern Africa maps, 2 rechargeable batteries and charger PABX capable of accommodating at least 3 incoming lines and 10 extensions 1 Telephone instruments 9 Photocopier A4 and A3 size, with reduction and enlargement facility, minimum capacity 1 of 35 pages per minute and 5000 pages per month, automatic document feeder, scanner, network ready

The ownership of the computers, peripherals, camera and software will revert to the Employer at the end of the Contract.

(xxii) Provision of Survey equipment for the Engineer’s Office. Bidding Document, Part 2 Section VI: Requirements VI-58

The Contractor shall provide the following new survey equipment for use by the Engineer’s site personnel.

The ownership of the equipment will revert to the Employer at the end of the Contract.

The Contractor shall supply and maintain (for the use of the Engineer) in full working order during the progress of the works the survey equipment listed below. In addition the Contractor shall provide equipment such as compasses, plumb bobs, hand levels, etc. necessary for checking the survey, setting out and measurement of the works. The Contractor shall provide adequate supplies of consumable material such as pencils, drawing paper and other similar items as required by the Engineer.

Any delays to the Contractor's activities caused by the Engineer being unable to perform survey work due to the Contractor's failure to supply the scheduled equipment in timely fashion and/or to keep it adequately maintained shall be deemed to have been caused entirely by the Contractor's own actions or inactions, and any consequences of such delays shall not be the responsibility of the Engineer.

The Contractor shall also make provision for the occasional use by the Engineer, as and when required, of any of the scheduled equipment during the Defects Notification Period.

DESCRIPTION QTY Automatic Level (to incorporate horizontal circle) (minimum 2 magnification 26 times) complete with tripods Complete total station instrument with carrier case and tripod, 3 inch 1 accuracy, Sokkia Set 300 or Topcon GTS-223 or similar equivalent Data recorder / logger WORKABOUT with charger unit, including 1 MULTISERV downloading and data processing software External 12V, 6 Amp NiCad rechargeable battery with connection 1 cables Battery charger for above 1 Battery cables, 4 m long, for connection to car battery 1 Circular prism plus holder and carrier 2 Prism poles extendable to approximately 3 m 4 100 m stilon tape 3 50 m steel tape 3 30 m stilon tape 3 Tape repair kits 4 5 m tape with locking devices 20 Ranging rods 2 m long 12 Ranging rods 3 m long 12 5 metre metric staffs with level bubbles and canvas covers 5 Survey Umbrella 3 Optical square 2 5 kg hammer 2 Claw hammer 1 Bidding Document, Part 2 Section VI: Requirements VI-59

DESCRIPTION QTY Hand axes 6 Spirit levels 500 mm long 2 Measuring wheel 2 Level Books As req. Field Books As req. Steel Pegs As req. Spray paint for marking road As req.

(xxiii) Maintenance or replacement of equipment and provision of consumables

All equipment provided shall at all times be kept fully serviceable by the Contractor. The Contractor shall repair/replace any defective equipment within three days after notification by the Engineer’s staff. The Contractor shall also provide all paper (including special photo quality paper) printer, fax and photocopier toner cartridges, colour ink cartridges, CDs, CD storage containers, black ink cartridges and any other consumables required by the Engineer. The cost of the above shall be reimbursed to the Contractor under the relevant pay item in the Bills of Quantities.

(xxiv) Provision of office stationery

When instructed by the Engineer the Contractor shall provide office stationery such as pens, pencils, erasers, rulers, scissors, writing pads, stapler, hole punch, toner cartridges and other consumables necessary to ensure normal office functioning is not interrupted.

The cost of the above shall be reimbursed to the Contractor under the relevant pay item in the Bills of Quantities.

(xxv) Uninterrupted power supply

The Contractor will be required to provide an uninterrupted power supply to the Engineer’s offices and laboratories. For this purpose a 35 kVA, 3-phase diesel- driven back-up generator with a 12-hour fuel capacity will be required. The motor-alternator shall be suitable to maintain the voltage so that it will not deviate by more than plus or minus 5 % from the normal voltage, and will maintain the frequency so that it will not deviate from the nominal frequency by more than plus or minus 2 Hz over the entire load range from 0 % to 100 % of full load. In addition, Cell Guard UPS units shall be supplied for each computer (see computer specifications) with at least 30-minute storage capacity batteries. No additional payment will be made for the supply of this generator. The cost of supplying and operating the unit will not be paid for separately and must be allowed for in the unit rates for other work.

(c) Laboratories

Add the following after the second paragraph: Bidding Document, Part 2 Section VI: Requirements VI-60

“The laboratory shall comply with the details shown on the Drawings. The Engineer will confirm the construction details relating to drying slabs, curing tanks, working concrete floors, number and location of fittings etc. on site.

The laboratory shall have a height from floor to ceiling of not less than 2.75 metres and all rooms shall be fitted with electric light and power points as instructed by the Engineer and each door shall be fitted with a good quality mortice lock and provided with two keys. All external doors and windows shall be mosquito-proof and burglar-proof. The laboratory shall only be deemed to be complete once the laboratory equipment listed below has been provided and accepted by the Engineer. Contractor to arrange for the calibration of all laboratory equipment by a recognised standards entity. All equipment listed for the laboratory is to be installed in the laboratory building(s) and the calibration complete and certified prior to the commencement of the permanent works”

Add the following:

“(xvi) Provision of Laboratory Equipment

The site laboratory to be provided for the Engineer by the Contractor, shall be fully equipped as specified below:-

The laboratory equipment is to be provided by the Contractor and shall be for the sole use of the Engineer in the exercise of his quality control duties. Should a combined laboratory approach be implemented, the Contractor shall provide, at his own cost and, inter alia, all the additional equipment, personnel, services, transport and consumables required to prosecute his process control testing whilst at the same time ensuring that the Engineer’s quality control testing capability is in not compromised in any way.

The equipment to be provided for the laboratory’s quality control shall be supplied new and shall be as listed below:-

A SIEVE ANALYSIS EQUIPMENT

DESCRIPTION QUANTITY Test Sieves 200 mm Diameter 75 mm 2 63 mm 2 53 mm 2 37.5 mm 2 26.5 mm 2 19.0 mm 2 13.2 mm 2 9.5 mm 2 6.7 mm 2 4.75 mm 2 3.35 mm 1 2.36 mm 4 2.00 mm 4 1.18 mm 4 Bidding Document, Part 2 Section VI: Requirements VI-61

DESCRIPTION QUANTITY 0.600 mm 4 0.425 mm 4 0.300 mm 6 0.250 mm 6 0.150 mm 6 0.075 mm 6 Lid & Receiver 4 Test Sieves 450 mm Diameter 19.0 mm 2 13.2 mm 2 9.5 mm 2 6.7 mm 2 4.75 mm 2 Iron Mortar – 150 mm 2 Iron Pestle 2 Rubber Tip Pestle 2 Rubber Tip – Spares 4 Porcelain Mortar & Pestle 2 Hotplates - Single electric 3 Steel sand baths for gas burners 1 m x 450 mm 3 Gas burners complete with clamps + 12 m tubing 6 Gas cylinders 100 kg + regulator 2 25,0 mm Riffler + 3 Pans 2 Brass sieve brushes 8 Nail brushes 2 50mm Paint Brushes 8 450 mm Galvanized Basins 36 500 mm Galvanized Basins 12 120 mm Enamel Bowls 36 250 x 250 mm Square Pans 36 600 x 500 mm Wash Basin Grids 5 Electronic Balance (Mains/Battery) 12 kg - 1 g 2 Labcon Drying Oven Thermostatically controlled - 400 ℓ 2 Oven Shelves 8

B ATTERBERG LIMIT EQUIPMENT

DESCRIPTION QUANTITY Electronic balance (Mains/Battery) 300 g - 0,01 g 1 Ohaus Dial-O-Gram 310 balance 1 Labcon Drying Oven Thermostatically Controlled - 50 ℓ 1 Oven Shelves 3 300 x 200 x 2 mm Perforated aluminium plate 2 Liquid limit device 2 Calibrating plate 10 mm thickness 1 Grooving tool complete 2 Bidding Document, Part 2 Section VI: Requirements VI-62

DESCRIPTION QUANTITY Grooving tool tips only 6 Shrinkage troughs - stainless steel 30 Tongs for shrinkage troughs - 180 mm 2 Wash bottles with spout 6 Dessert spoons 2 220 X 150 X 7 mm ground - glass plate 2 100 mm diameter porcelain evaporating bowl 4 100 x 20 mm Spatula 4 200 x 30 mm Spatula 2 300 mm Steel rulers 10 120 mm diameter Enamel bowls 10 50 mm Ointment bottles with lid 80

C MAXIMUM DRY DENSITY / CBR EQUIPMENT

DESCRIPTION QUANTITY Platform Scale 150 kg - 20 g 1 Electronic balance (Mains/Battery) 30 kg - 2g 1 Electronic balance (Mains/Battery) 6 kg - 0,1 g 3 Ohaus Triple beam complete + weights 2 Ohaus beam balance 2610 g 3 Avery scales 2610 + brass scoop 3 Complete set of weights consisting of: (i) 1 x 1 kg (ii) 1 x 500 g (iii) 1 x 200 g 1 (iv) 2 x 100 g (v) 1 x 50 g (vi) 2 x 20 g (vii) 1 x 10 g Labcon drying oven thermostatically controlled - 400 ℓ 4 Oven shelves 16 CBR and UCS Penetration / crushing machine, electric 1 Proving Rings 50 kN/200kN - UCS platform 5 Dial gauge with 0.01 mm divisions range 25 mm 2 Dial gauge 0.0127 mm range 25 mm 1 Stop watch – 60 seconds 2 Surcharge weight + metal piston 1 Spring for calibration (spring test) 1 Tripod for measuring swell 1 Anvil to fit on swell gauge 2 CBR mould bodies 44 Perforated base plates 36 Surcharge soaking weights with adjustable stem 36 Compaction base plates and spacer 6 Detachable collars 6 Bidding Document, Part 2 Section VI: Requirements VI-63

DESCRIPTION QUANTITY 150 mm copper/brass gauge disc 36 CBR soaking bath – 2.5 m x 450 mm x 30 mm 2 Sample extruder for compacted moulds 2 Manual compactors 4.536 kg and 457.2 mm sheath drop 6 Manual compactors 2.495 kg and 304.8 mm sheath drop 3 300 mm steel straight edges 8 Chrome leather gloves (pairs) 6 Rubber disc for compacting sand 148 x 10 mm 5 UCS Split mould complete (base plate, collar, spacer, 6 wing nuts) 38 mm Riffler + 6 pans 2 Airtight containers for CBR samples 25 ℓ 20 Airtight containers for MOD samples 10 ℓ 80 Water containers deionised 25 ℓ 4 80 ℓ galvanized baths 3 600 x 450 x 300 mm Polycrates 6 250 x 250 mm Square pans 100 350 mm Aluminium scoops 6 Garden Trowels 8 500 ml water sprinkler 4 1 000 ml plastic measuring cylinder 4 500 ml plastic measuring cylinder 4 250 ml plastic measuring cylinder 4 Dutch Hoe mixing spade with long handle 4 Perspex square 200 x 200 x 5 mm 1 Glass plate 200 x 200 mm 2 25 ml Pipette 3 Wheel barrow, builder’s, rubber wheel 3 Wheel barrow, garden, rubber wheel 3 Garden rake, steel 3 Garden broom 6 House broom 4 Pick and Handle 8 Round Nose Shovel 6 Flat spade 6 Wire brush with handle to clean moulds 3 Sieves 450mm diameter 37.5 mm 2 19.0 mm 3 4.75 mm 2 Canvas sheet 1 m x 1 m 6 Canvas sheet 2 m x 2 m 6 0 – 250C Thermometer – Mercury 10

Bidding Document, Part 2 Section VI: Requirements VI-64

D FIELD DENSITY EQUIPMENT

DESCRIPTION QUANTITY Density funnels with extension 200 mm 3 Density rings with extension for pegs 3 Density dollies with extension 3 Density pegs to fit extension on ring 12 Mould for calibration of density sand 1 Density sand – fraction – 0.425 mm + 0.250 mm 200 kg Storage container with lid - 200 ℓ 2 Billy Cans no. 5 / or Plastic bucket with lid 60 Billy Cans no. 2 / or Plastic bucket with lid 30 1.8 kg club hammers 8 Tommy bars 3 Carpet brush 8 250 x 13 mm chisels 6 Density spoons - flat/square 6 250 x 250 mm square pans 40 2 ℓ consol canning jars 18 Troxler Nuclear Gauge - Model 3430 2 Troxler Spikes 12 Radioactive - Magnetic warning signs 10 Radioactive - Plastic warning signs 10 DCP complete with extension to 2 m 2 DCP Cone only (degree 60) 20 DCP Lower shaft 10 Eastwing geological pick - leather handle 6 Bulk density measure - 15 ℓ 1

E CONCRETE EQUIPMENT

DESCRIPTION QUANTITY Concrete compression testing machine – electrical 1 Schmidt Hammer / N-Type 1 Concrete cube moulds 150mm - unique 36 Water bath for cubes 2.5 x 1.5 x 1m 2 Heating Elements 2 Circulating pump and hose – little giant 2 Slump Cone 1,6 mm Galvanized Steel 4 Slump Compaction Rod 16 mm dia 600 mm rounded 4 Slump Trays 4 Steel Float 4 Wooden Float 4 0 – 50 C Thermometer – Mercury 4 50 ml Class B Burette 2 100 ml Class B Burette 2 Burette Stand with clamps 1 Bidding Document, Part 2 Section VI: Requirements VI-65

DESCRIPTION QUANTITY 50 ml Plastic Measuring Cylinder 2 500 ml Plastic beakers 20

Bidding Document, Part 2 Section VI: Requirements VI-66

F BITUMEN/AGGREGATE EQUIPMENT

DESCRIPTION QUANTITY ACV Mould (base, plunger and measure) 1 ALD Gauge complete with gauge and Anvil 1 Flakiness Index Gauge 2 Vernier Calliper 150 mm 1 Aluminium straight edge – 3m 2 Metal Cylindrical measure 1 Metal Tamping Rod 1 Rototherm - Surface Thermometer 3

G ASPHALT EQUIPMENT

DESCRIPTION QUANTITY Marshall stability compaction test moulds complete with 12 fitting extraction collar and base Electric core drilling machine complete with vertical 1 support frame and spares kit Expander coupling and 100mm dia. core barrel for above 10 core drilling machine 1.5KVa generator for above core drilling machine 1 Cone Penetrometer equipment to TRRL Specification, complete with test gauge, digital automatic controller, 1 set penetration test cup, 100mm long straight edge, 2 spare cones and test gauge Spare penetration test cups for above 6 Thermostat-controlled electric heated bath, 48 litre 1 capacity, for soaking Marshall samples, complete Complete set of reflux extractor 4000g capacity test equipment for determination of bitumen contents for 1 set bituminous mixes with 1000 filter papers Centrifuge extractor to 3kg capacity, complete with 1000 1 set filter discs Asphalt content gauge, Troxler 3241-C model or similar 1 type Trychroloethylene solvent in 200 litre containers 10 Asphalt thermometers (pocket type 0 to 250°C) 6 Solvent recovery still, complete with accessories and 1 spares, 10 litres per hour capacity Automatic compaction machine (to BS598) for Marshall specimens, complete with base, rammer, lifting device, blow counter, automatic stop, mould assembly with base 1 set plate and extension collar, laminated hardwood block secured to base Marshall Test equipment 50.8mm/min. platen speed, complete with breaking head, gauge discs, flow meter to 1 BS598, 28kN load measuring ring and spares kit Bidding Document, Part 2 Section VI: Requirements VI-67

DESCRIPTION QUANTITY Manual compaction pedestal complete with compaction hammer, wooden compaction block and tie rods with 1 torque wrench

H GENERAL – FOR SECTIONS A TO F

DESCRIPTION QUANTITY Generator – constant voltage 220 / 230 Amp, 35 kW 1 Voltage regulator for balances 2 Laboratory taps (Swan Neck Type) & Hose 5 Combination Tool Kit 1 Odometer (Trip meter) 1 Cast Iron Weight - 10 kg 1 Calibration set of weights in box - 1 k to 1 g 1 Hand Auger - 150 mm 1 Hand Auger - 100 mm 1 Tape Measure - pocket - 3 m 3 Tape Measure - pocket - 5 m 3 Measuring Tape - Glass Fibre - 30 m 2 Measuring Tape - Glass Fibre - 100 m 2 Calculators – Sharp 6 Min/Max Thermometers 4 Rain gauges 3 Tel-Tru Thermometers 5 Set Stencils - 50 mm Alphabetical 1 Set Stencils - 25 mm Numerical 1 75 mm paint brush 2 25 mm paint brush 2 Axes 2 Pangas 2 Potato Binder and Wire Binding 2 Steel tampers 1.6 m - Rectangular 200 x 150 mm 4 Hose pipe 30 m x 17 mm 2 Distilled water – 100 ℓ 1 Paraffin wax - 5 kg 1 Vaseline - 500 ml 1 General purpose grease - 500 ml 1 Hessian strips – 1 x 1 m 12 Filter paper – 150 mm diameter 5 000 Paper bags - No. 4 5 000 Small sample bags canvas - 450 x 300 mm 200 Large sample bags canvas - 760 x 450 mm 500 Heavy duty plastic bags - fertilizer 50 kg 1 000 Manila Tags No.3 5 000 Bidding Document, Part 2 Section VI: Requirements VI-68

DESCRIPTION QUANTITY Mould Oil - 10 ℓ 1 Black paint for moulds - 5 ℓ 1 White paint for moulds - 2 ℓ 1 Graphite spray 300 m (Q20) 6 Saw dust in 50 kg bags 20

I OTHER

DESCRIPTION QUANTITY ITS Breaking Head 1 DMI – Durability Mill Index 1 Garmin GPS 75 Personal Navigator (or similar) 1 Altimeter 1 Inclinometer 1 Microwave Oven 750 W - Industrial 1 Electric Oven free standing 720 ℓ capacity – Type EL-22- 1 0140 Electric Scale - Type EL-22-5431 1 Buoyancy Balance Complete - Type EL-22-9000 1 Speedy Moisture apparatus - Type EL-23-7450 2 Geological Picks 6 Automatic soil compactor - Type EL-24-9090/01 1 Solvent recovery still - Type EL 45-5240 1 UCS compression machine for 100 mm and 150 mm 1 diameter Samples up to 3.5 MPa Transducers instead of dial gauges 1 X-YT plotter for stress and strain measurement Wire basket Type EL-81-4819 1 Desiccator Vacuum Type - Type EL 82-2170 1 Sample trays - Type EL 81-4060 20 SMM centrifuge according to TMH1 Method C7b 1

(f) Air-conditioning units and heaters

Delete the last sentence of the second paragraph.

B1403 Housing

(a) Prefabricated Houses

Add the following after (x):

The Contractor shall, under the Engineer’s direction, prepare suitable drawings which take account of the following specifications of each individual house and outbuilding for the Bidding Document, Part 2 Section VI: Requirements VI-69

Engineer’s approval. The Contractor shall not place any order for materials or commence erection of the accommodation until such time as the Engineer has approved the Contractor’s proposals.

The Contractor shall provide eleven (11) prefabricated houses of the specified standard. Each house shall be equipped with the furniture, appliances and household goods detailed below:-

QTY DESCRIPTION per house DINING ROOM Dining table 1 Dining chairs 6 Sideboards 1 LOUNGE 2 seater settee 2 Lounge chairs 2 Open bookcase 1 Large coffee table 1 Small coffee tables 3 Wall unit 1 Standing lamp 1 Carpet 1 Curtains 1 KITCHEN Kitchen cupboard (shelves minimum 10 m2) 3 Four plate stove with oven and warmer drawer 1 Refrigerator (350 1 minimum) 1 Freezer (250 1 minimum) 1 Microwave 1 Washing Machine 1 Complete kitchen utensils including pots, pans etc. 1 Snackwicher 1 Electric Kettle 1 Electric Toaster 1 Pedal bins 1 Steam Irons 1 Ironing boards 1 Dishcloths and dry cloths 6 Cutlery (set of 6) consisting of knife/fork/desert spoon/soup 2 spoon/teaspoon Crockery (set of 6) consisting of dinner plate/soup plate/pudding 2 bowl/side plate Glasses (whiskey) 6 Glasses (wine) 12 Glasses (tall) 6 Coffee mugs 6 Bread knife 1 Teapot 1 Bidding Document, Part 2 Section VI: Requirements VI-70

QTY DESCRIPTION per house Carving knife 1 Steak knives 6 Tin opener 1 Cork screw 1 Potato peeler 1 Salad bowl 2 Casserole dishes set consisting small/medium/large 2 Frying pan, small 1 Frying pan, large 1 Pots set consisting small/medium/large 1 Utensils on stand consisting soup ladle/chip strainer/potato masher/large 1 spoon/egg lifter Stands for hot saucepans 2 Serving spoons 4 Baking tin for bread 1 Ice bucket 1 Bread board 1 Water jug (large) 1 Water container for fridge 1 Serving platter (large) 4 Roasting pan 1 Bread bin 1 Wooden spoon 2 Grater 1 Whisk (for eggs) 1 Salt and pepper set 1 Milk jug 1 Sugar bowl 1 Tray 1 Cleaning equipment including broom/mop/bucket 1 Vegetable rack 1 Assorted plastic containers (various sizes) 1 Kitchen scissors 1 Drip-dry rack for dishes etc. 1 Braai tongs and fork 1 Toilet brush 2 Dustpan and broom 1 Sieve 1 BATHROOM Laundry Basket 1 Dustbin with lid 1 Bathroom cabinet with shelves & mirror 1 Toilet set with mat 1 Bath mat 1 Medium length mirror 1 Clothes horse 1 Clothes peg bag with clothes pegs 1 Bidding Document, Part 2 Section VI: Requirements VI-71

QTY DESCRIPTION per house Towel rails 2 Separate shower with door 1 MAIN BEDROOM Queen size bed with Sealy or similar mattress 1 Headboard with 2 bedside tables 1 Full length mirror 1 Wardrobes with coat hangers 2 Chest of drawers 2 Carpet 1 Waste paper basket 1 Pillows 4 Duvet queen size + 2 covers 1 Mosquito net for queen size bed 1 Bed side lamps 2 Set linen (2 fitted bed sheets, 2 flat bed sheets, 4 pillow cases, 2 night 2 frills) for queen size bed Bedside rugs 2 SECOND BEDROOM Single bed with Sealy or similar mattress 1 Headboard with bedside table 1 Full length mirror 1 Wardrobes with coat hangers 1 Chest of drawers 1 Carpet 1 Waste paper basket 1 Pillows 2 Duvet for single bed + 2 covers 1 Mosquito net for single bed 1 Bed side lamps 1 Set linen (2 Bed sheets and 1 pillow case) for single bed 2 Bedside rugs 1 3-drawer desk and chair 1

GENERAL Air conditioners 12,000 BTU 5 Curtains for all windows 1 Garden table with 6 chairs, 6 chair covers and sun umbrella 1 Spade, garden fork, rake, garden shears, garden hose (30m) & wheel 1 barrow Braai unit 1 Bath towels 6 Hand towels 6 Fire extinguisher (10 litre CO2 type) 1 Large garbage bin 1 Rotary Clothes Line 1 Mats for front and back doors 2

Bidding Document, Part 2 Section VI: Requirements VI-72

QTY DESCRIPTION per house ADDITIONAL APPLIANCES DSTV satellite TV on Engineer’s instruction 1

The Contractor must comply with clause 1406(a) before ordering any of the required furnishings or equipment. The Contractor will also be responsible for the maintenance and replacement of any of the above listed items.

All windows shall have mosquito/fly screens fitted in such a way that the windows can be opened and closed from the inside.

All outer doors shall have mosquito/fly screen doors with automatic closing hinges.

No separate payment will be made in respect of the need to comply with the specifications in the preceding three paragraphs of this clause. All costs relating to these requirements shall be deemed to be included in the rates bid against item B14.06”

(a) Accommodation for labourers

Add the following at the end of paragraph 2:

"The ablution unit shall provide 1 flush type latrine for each 3 labourers and 1 shower and wash basin for each 5 labourers"

Add the following after paragraph 3:

"Separate cooking units shall be provided for each 5 labourers"

B1404 Services

(c) Maintenance

Replace the contents of this sub clause with the following:

“The Contractor shall supply all labour, equipment and materials required for keeping the offices, laboratories, ablution units, car-ports at the offices and laboratories, and housing in a neat and clean condition, and shall immediately undertake repairs requested by the Engineer to the offices, laboratories, ablution units, car-ports, prefabricated and rented houses.”

Add the following:

“(e) Engineer’s Support Staff

When instructed by the Engineer, the Contractor shall provide the Engineer with approved support staff in the categories as specified below. The Contractor shall be fully responsible for the procurement, employment, administration, payment and termination of employment of all the personnel provided. If a staff member is found to be unsatisfactory by the Bidding Document, Part 2 Section VI: Requirements VI-73

Engineer, they shall be replaced by the Contractor within 24 hours after having being notified by the Engineer. No separate payment shall be made for the provision of the support staff and the costs shall be deemed to be included in the Contractor's rates for his general obligations. The number of staff specified per category, as indicated below, is to be used for bid purposes only. The Engineer shall furnish the Contractor with full details, in writing, regarding the number of staff required per category at the time when the Contract is awarded. The Engineer may also request further adjustments to the number of staff per category, as and when required until the Contract work is completed.

The labourers and drivers (15 people) provided for the Engineer shall be accommodated as specified in B1403 (d). The Contractor will provide accommodation for the laboratory technical staff, survey assistants, and office staff (15 people) comprising:

 Separate blocks for male and female;  Each block to include 1 room of 16 square metres per person with 5 square metres of windows all of which 50% must be opening;  All windows to have burglar bars;  Concrete floors to be steel float finished;  All windows to be fitted with insect screens;  Each room to be furnished with single bed and mattress, dining table and two chairs, one lockable cupboard with shelves and hanging space for clothes;  Each block to include an ablution unit including one flush toilet for each 3 persons, 1 shower for each 5 persons, 1 hand basin for each 5 persons;  Each block to include a cooking unit including a cooking stove to be provided with fuel (electricity, gas, smoke free solid fuel), concrete working table, adequate shelving, and double sink unit;

The Contractor shall be responsible for the provision of all accommodation, cooking facilities and ablution units required by the staff to be provided by the Contractor for performing work in the Engineer's offices, houses and laboratories, as specified hereinafter.

The number of staff per category indicated below to be used for bid purposes is as follows:

Drivers - as per clause 1405 Secretary/receptionist - 1 Cleaners/gardeners - 2 Concrete laboratory technician - 2 Layerworks laboratory technician - 2 Concrete laboratory assistants - 2 Layerworks laboratory assistants - 6 Survey assistants - 2 Labourers - 6 Field Checkers - 12”

B1405 Provision of vehicles

Add the following after the fifth paragraph:

“The vehicles to be provided are as follows all vehicles to be new and unused: Bidding Document, Part 2 Section VI: Requirements VI-74

(i) Double-cab diesel, 4-wheel drive, long wheelbase: eleven vehicles; (ii) Single-cab diesel, 4-wheel drive, long wheelbase: two vehicles.

The vehicles shall, in addition to the requirements of the third paragraph, conform to the following specifications:

Double-cab 4-wheel Single-cab 4-wheel Specification drive, long wheel base drive, long wheel base Diesel/petrol Diesel Diesel Engine size (minimum) 3000 cc 3000 cc Passenger capacity 5 persons 3 persons Air conditioning Yes Yes Lockable canopy, with Yes No windows Seatbelts for driver and all Yes Yes passengers Power Steering Yes Yes CD Player Yes Yes Bull bar Yes Yes Rubber mats 5 No. 2 No. Remote central locking Yes Yes Air bags Yes Yes ABS Braking system Yes Yes

The vehicles provided must be registered and insured in Zambia. Foreign registered vehicles will not be permitted.”

B1406 General

Add the following

“(h) Ownership

Ownership of the survey equipment, houses, motor vehicles, two-way radio facilities, office equipment and household goods provided by the Contractor shall revert to the Employer upon the completion of all work on the Contract. All these items must remain fully serviced and available to the Engineer on site until all outstanding items of work listed on the Taking-Over Certificate have been completed and accepted by the Engineer.”

B1407 Measurement and payment

Item Unit B14.01 Office and laboratory accommodation (h) Gates Subdivide into the following sub items: “(i) Single (specify size) ...... number (No) (ii) Double (specify size) ...... number (No)” Bidding Document, Part 2 Section VI: Requirements VI-75

Item Unit B14.02 Office and laboratory furniture: Delete all the sub items and replace with the following: “Provision of furniture as detailed in Clause B1402 (b)(xx) ...... Lump Sum The bid sum shall be full compensation for providing on site the furniture and other items as specified. The sum shall include for the costs of taxes, import taxes, duties, commissions, transport, and all other costs necessary to obtain and deliver the items on site.”

Item Unit B14.03 Office and laboratory fittings, installations and equipment (b) Prime-cost items and items paid for in a lump sum Replace items (i) and (ii) with the following: (i) The provision of a telephone service, complete with answering machine, telefax and e-mail facilities including the cost of calls and faxes in connection with contract administration, and telephone, fax and e-mail rentals ...... Prime Cost (PC) sum (ii) Handling costs and profit in respect of Sub item B14.03 (b) (i) ...... percentage (%) The stated amounts allowed as prime cost sums shall be employed to provide the telephone service complete as scheduled and as approved by the Engineer. The telephone service will consist of a land line service or mobile phone services, or both, as directed by the Engineer.”

Item Unit Add the following items: “(v) Provision of office equipment as specified (refer Clause B1402(b)(xxi)) ...... Lump Sum (vi) Provision of survey equipment as specified (refer Clause B1402(b)(xxii)) ...... Lump Sum (vii) Provision of laboratory testing equipment as specified (refer Clause B1403(c)(xvi)) ...... Lump Sum The sums bid shall be full compensation for providing on site the equipment as specified. The sums shall include for the costs of taxes, import taxes, duties, commissions, transport, and all other costs necessary to obtain and deliver the equipment on site.” Bidding Document, Part 2 Section VI: Requirements VI-76

Item Unit B14.05 Housing for labourers and Engineers support Add the following item: (g) Housing for the Engineers office and laboratory support staff……..…Persons

Item Unit B14.06 Prefabricated houses Amend the item description to the following: (a) Prefabricated houses with outbuildings as specified In sub clauses 14.03(a) and 14.03(b) and shown on the drawings ...... Number (No.) (b) Provision of goods for each prefabricated house as specified in item B14.03(a) ...... Number (No.)”

Item Unit B14.11 Supply and maintenance of Engineer’s vehicles Remove the sub item and replace with the following: “(a) Supply and delivery of Engineer’s vehicles (i) Double cab vehicles as specified ...... Number (No.) (ii) Single cab vehicles as specified ...... Number (No.) (b) Maintenance of Engineer’s vehicles (i) Double cab vehicles as specified ...... Number (No.) (ii) Single cab vehicles as specified ...... Number (No.) (c) Extra over item B14.11(c) for distance travelled in excess of 5,000 km x contract period in months (i) Double cab vehicles as specified ...... kilometre (km) (ii) Single cab vehicles as specified ...... kilometre (km) The bid rates for sub item (a) shall include full compensation for the supply of the vehicles as specified in B1405 including all costs, taxes, import taxes, duties, licensing fees, commissions, transport, and all other costs necessary to obtain and deliver the vehicles on site. The bid rate for sub item (b) shall include full compensation for maintaining the vehicles in good roadworthy conditions. The rates shall include for the costs of fuels and oils, repairs, replacement of parts due to normal wear and tear, regular maintenance service and all insurance, registration, licensing and other hidden and overhead costs subject to a usage of up to 5,000 km/month/vehicle. The unit of measurement in the case of item (c) is the distance travelled in excess of 5,000 km x the contract period in months. Payment against this item will only become due at the end of the contract period should the total distance travelled exceed 5,000 km x the contract period in months. On completion of the Contract the ownership of the vehicles will revert to the Employer. Bidding Document, Part 2 Section VI: Requirements VI-77

Add the following items:

“Item Unit B14.12 Maintenance or replacement of equipment in item B14.03, and provision of consumables (refer to item B1402(b)(xxiii)) ...... Lump Sum The bid sum shall be full compensation for the maintenance or replacement of all equipment described in item B14.03 as well as the provision of computer, printer, fax, photocopier, laboratory and all other consumable items during the time required to complete the Contract work.”

“Item Unit B14.13 Supply of office consumables and stationery (a) Supply of office consumables and stationery as ordered by the Engineer ...... Provisional Sum (b) Handling cost and profit in respect of sub item B14.13 (a) ...... Percentage (%)”

“Item Unit B14.14 Provision of support staff over and above that specified in B1404(e) (a) Laboratory assistants ...... Man-month (b) Labourers ...... Man-month (c) Checkers ...... Man-month The rate bid shall be full compensation for the supply of the support staff as specified, including for the compliance with all the Contractor’s obligations as employer as per applicable laws and regulations. Pro rata payment based on a daily rate of one thirtieth of the corresponding monthly rate shall be applicable should the service be rendered for a portion of a month. No payment other than that provided above will be made in respect of additional support staff provided on the Engineer’s instruction.”

“Item Unit B14.15 Supply, install and maintain two-way radios. For the Engineer’s site communications (a) In vehicles ...... Number (No.) (b) At site office (base set) ...... Number (no.) The unit of measurement shall be the number of two-way radio facilities fitted to the vehicles and installed at the site office used by the Engineer’s staff. The tendered rate shall include full compensation for the provision, fitting, licensing, maintaining and removal on completion of the radio communications system.” Bidding Document, Part 2 Section VI: Requirements VI-78

SECTION 1500: ACCOMMODATION OF TRAFFIC

B1502 General requirements

(b) Providing diversions

Add the following after the first paragraph:

The Contractor will be required to construct full diversions for use by the public. The maximum length of such diversion open to public traffic shall not at any one time, and in any one location, exceed 10 km in length and avoid schools, health centres and other populous places. The Contractor shall take this contractual requirement into account when preparing his works programme. Construction at certain culvert crossings may have to be prosecuted in half widths.

If the Contractor elects to divert public traffic onto temporary diversions as described above, the Contractor is to take cognizance of the restriction on the width of the road reserve that can be used for the construction operation (100m) and to design any diversions that he may elect to construct so as to remain within this constraint”

If the Contractor wishes to divert public traffic away from the existing road over distances greater than 10km, at any one location, such diversions must be subject to the Engineers prior approval and must be constructed in such a manner as to ensure the unconstrained or restricted use of these by the public under normal weather conditions and must be gravelled or otherwise provided with an acceptable all weather trafficable surface and maintained in condition acceptable to the Engineer.

In order to reduce the maintenance burden on such extended diversions the Contractor may elect to provide alternative restricted haul roads for its own construction traffic. Such haul roads must be located entirely separately from the public diversions. The Contractor may also elect to provide surfacing over the various lengths of diversion that are necessary. Should the Contractor so elect the cost of such surfacing will be entirely for the Contractors own account and no additional payment for this will be made. However in so far as this input eliminates the need for payment in respect of blading and watering the diversions (as provided through Items 15.06 and 15.07 in the Bills of Quantities) the amounts from these items may be paid to the Contractor at the Engineers discretion.

The Contractor's TRAFFIC MANAGEMENT OFFICER (as appointed in terms of Section B15 208) must submit all details of traffic accommodation for the prior approval of the Engineer prior to the commencement of operations in the area for which the details are submitted and must monitor the application and operation of these.

Watering of diversions shall be done on a regular basis in order to keep dust created by traffic to as low a level as possible. Failure by the Contractor to abide by this requirement shall result in the application of penalties as provided for below.

Where necessary, “Stop and Go” procedures and signage shall be provided during daylight hours as shown on the drawings. Operators of the Stop/Go sign boards shall have suitable, approved, two-way radio communications and wear reflective clothing. At night the stopping areas shall be illuminated with approved flood lighting and in addition to the traffic controllers, traffic lights (robots) shall be in operation. Bidding Document, Part 2 Section VI: Requirements VI-79

Suitable security shall also be provided for the stopped vehicles, at each traffic light.

The Contractor shall keep the provincial traffic police and the Engineer fully informed of changes in the normal traffic flow. The Contractor shall obtain the Engineer's approval for these changes.”

Add the following subclauses:

“(i) Traffic Management Plan

Prior to commencing construction a traffic management plan shall be developed by the Contractor and submitted to the Engineer for approval. The traffic management plan shall be produced by the Contractor’s TRAFFIC MANAGEMENT OFFICER and have due regard for peak flows of general and site traffic and outline accident management protocols.

In developing this traffic management plan, the Contractor shall liaise with the police and the competent national and local authorities to obtain appropriate information and data.

(j) Penalties for non-compliance with traffic accommodation specifications

The Contractor shall comply strictly with all accommodation of traffic specifications and instructions from the Engineer.

In the case of matters relating to safety the Contractor shall immediately rectify any problems identified by the Engineer. The decision as to whether a matter relates to safety shall be the Engineer’s alone.

In the case of matters relating to other than safety the Contractor shall rectify any problems identified by the Engineer within a maximum of 48 hours of receiving the instruction or such other time period as the Engineer reasonably will require.

Should the Contractor not comply with the instructions of the Engineer the following penalties shall be imposed:

(a) on matters relating to safety: - for first hour or part thereof after the first hour ...... 30 Euros/hour - for every hour or part thereof after the second hour ...... 75 Euros/hour

(b) on matters not related to safety: - for first day or part thereof after first 48 hours ...... 150 Euros /day - for every day or part thereof after third day ...... 300 Euros /day

The penalties will be applied for every single case where the Contractor fails to comply with the safety and non-safety related specifications. This means that the Contractor can be penalized more than once for non-compliance incidents within a given section of the road, being each penalty a function of the delay from the Contractor to resolve the problem and the type of requirement (safety or non-safety related).

The imposition of the above penalties will not preclude the Engineer from stopping the works until the matter is rectified. The Engineer will exercise this right if the Contractor Bidding Document, Part 2 Section VI: Requirements VI-80

disregards his instructions or if he is of the opinion that the situation warrants this measure for safety reasons. Should the Engineer stop the works for any reason related to non- compliance with the specifications on accommodation of traffic, there will be no compensation for any costs incurred by the Contractor as a result of such stoppage, nor will any extension of time be granted as a result.

B1513 Accommodation of traffic where the road is constructed in half widths

Add the following:

“The Contractor shall arrange his activities so that construction traffic and equipment do not unnecessarily obstruct public traffic (and pedestrians) or force it to a complete standstill. The flow of public traffic shall always take precedence and the Contractor shall not stop or delay public traffic using the half widths to make way for construction traffic.”

B1517 Measurement and payment

The numbers indicated against the various signs in the BOQ are based on the assumed traffic diversion policy of a maximum of 4 alternate 10km of diversion accommodating the principal construction activities. The contractor must provide in its pricing for any additionally required signs that are necessitated by its traffic management planning.

Item Unit “B15.03 Temporary traffic control facilities (c) Temporary traffic control signs as specified or as shown on the drawings Add the following sub items:: (i) R series 1200mm diameter…………………………………………………No (ii) 1524mm sides………………………………………………………………..No (iii) G series………………………………………………………………………No (iv) Amber flicker lights………………………………………………………...No (v) Drums……………………………………………………………………….No (vi) Moveable Road Closed chevron…………………………………………...No (vii) Traffic cones………………………………………………………………...No (viii)Delineators………………………………………………………………….No

B15.04 This item provides for the movement (assumed once) of the signs from the first set of diversions to the second. Payment based on the number of signs moved.

Delete item 15.08 and replace with the following: Bidding Document, Part 2 Section VI: Requirements VI-81

Item Unit " B15.08 Repairs, alterations and/or additions to existing roads used as diversions: (a) Provisional sum for repairs, alterations and/or additions to existing roads used as diversions……………………………………..Provisional Sum The provisional sum to cover the cost of work ordered by the Engineer in terms of Clause 1510 shall be expended in accordance with the provisions of the relevant clause in the General Conditions of Contract. (b) Handling costs and profit in respect of Subitem B15.08 (a)……………….%"

Delete item 15.11 and replace with the following: Item Unit "B15.11 Traffic lights (a) Provisional sum for traffic lights…….…………………….…..Provisional Sum The provisional sum to cover the cost of providing traffic lights shall be expended in accordance with the provisions of the relevant clause in the General Conditions of Contract.

(b) Handling costs and profit in respect of Subitem B15.11 (a)……………….%"

Bidding Document, Part 2 Section VI: Requirements VI-82

SECTION 1600: OVERHAUL

B1602 Definitions

Delete all paragraphs and replace with the following:

"The Contract makes no provision for either free haul or overhaul. The Contractor is entirely responsible for selecting the source of materials and for providing adequately in its prices for whatever transport of such materials is necessary."

Bidding Document, Part 2 Section VI: Requirements VI-83

SECTION 1700: CLEARING AND GRUBBING

B1701 Scope

Add the following:

“This section also covers the clearing and grubbing of the road prism, the cleaning out of existing hydraulic structures, the clearing and grubbing of vegetation from the inlets and outlets of these structures, the clearing of waterways for debris, silt and vegetation from bank to bank to a depth not exceeding 1 metre for 50 metres up- and downstream of bridges along the centreline.”

B1702 Description of the work

Add the following after the third paragraph:

“Material cleared and or grubbed from the existing road prism shall be carted to an approved spoil site.”

B1703 Execution of Work

(a) Areas to be cleared and grubbed.

Replace the second paragraph with the following:

“Some areas of the existing road prism will require clearing and grubbing.”

Add the following subclauses:

(e) Cleaning out of hydraulic structures

After the cleaning out of hydraulic structures has been carried out, the Contractor shall be responsible for maintaining the hydraulic structures in a clean condition for the duration of the Contract.

(f) Clearing and grubbing at inlets and outlets of hydraulic structures

All vegetation and shrubs which may impede the inflow or discharge of storm water through culverts shall be cleared and grubbed as directed by the Engineer and the resulting debris shall be disposed of at an approved spoil site. Bidding Document, Part 2 Section VI: Requirements VI-84

B1705 Clearing and grubbing existing water courses for a distance of 20m upstream and downstream of the major culverts including removal of all debris, vegetation and silt to a depth not exceeding 1m

This work is to be carried out only on the specific instruction of the Engineer and will involve the removal of any material obstruction to the free flow of run off or discharge of the culvert within the stipulated distance either upstream or downstream of the culvert.

B1705 Measurement and payment

Add the following items:

Item Unit B17.04 Clearing and grubbing at inlets and outlets of hydraulic structures ...... square metre (m2)

The unit of measurement is the square metre measured within the limits of areas designated by the Engineer that are cleared and grubbed in accordance with these Specifications.

The bid rate shall include full compensation for all work required for clearing the surface, removing and grubbing trees and tree stumps (except large trees and stumps as defined in this section), sawing off branches, backfilling holes, removing, transporting (including all haul) and disposing of materials at approved dumping sites provided by the Contractor, and all additional costs due to inaccessibility, all as specified in this section.”

Item Unit

B17.05 Clearing and grubbing existing water courses for a distance of 20m upstream and downstream of the major culverts including removal of all debris, vegetation and silt to a depth not exceeding 1m………………………………………cubic metre (m3) Bidding Document, Part 2 Section VI: Requirements VI-85

SECTION 2100: DRAINS

B2102 Open Drains

Replace the third paragraph with the following:

“Open drains within the road prism, such as median drains, side drains and open drains on excavation-slope benches, shall be classed as "cut" and shall be measured and paid for under Section 3300, regardless of the shape of such open drains or the type of excavating equipment used.”

B2107 Measurement and payment

Add the following before the first payment item:

“There will not be any payment made for the overhaul referred to in items 21.01, 21.02, 21.03, 21.04, 21.05, 21.06 21.07, 21.16, 21.18 and 21.19. All haul for these items shall be deemed to be free haul. The costs of all haul and overhaul shall be deemed to be included in the respective bid rates.” Bidding Document, Part 2 Section VI: Requirements VI-86

SECTION 2200: PREFABRICATED CULVERTS

B2201 Scope

Add the following:

“The bid rates for all items included in the Bills of Quantities under this section shall allow for all haul. No overhaul shall be paid under this section of the Specification.”

B2218 Measurement and payment

Add the following items:

Item Unit B22.29 Removing and stacking existing corrugated steel pipes (all sizes) ...... metre (m)

The unit of measurement is the metre of existing corrugated steel pipe, irrespective of size removed and stacked as instructed.

The bid rate shall include full compensation for setting up at the site, lifting, loading, transporting to stack in the contractor’s nearest camp, off-loading and stacking the corrugated steel pipe and providing security for the removed units pending further instruction from the Engineer for the disposal of these.

Payment for any excavation and backfilling required for removing and stacking the existing prefabricated culverts shall be made separately under items 22.01 and 22.02.” Bidding Document, Part 2 Section VI: Requirements VI-87

SECTION 2300: CONCRETE KERBING, CONCRETE CHANNELLING, OPEN CONCRETE CHUTES AND CONCRETE LININGS FOR OPEN DRAINS

B2304 Construction

(a) Excavation and preparation of bedding

(i) Kerbs and Channels

Add the following after the first sentence:

"Before laying is commenced, the bottom of the trench shall be compacted to a density not less than the density required in the adjacent layers of construction. Unsuitable material beneath the bedding shall be removed and replaced with approved material."

(g) Concrete-Lined Open Drains

Add the following:

“The sealant for concrete-lined open drains and chutes shall conform to the requirements of Clause 2302(c) (i).”

(i) Construction Sequence

Add the following to Clause 2304 of the Specifications:

(l) Approval of Samples

Before ordering or delivering any pre-cast kerb, channel or chute, the Contractor shall furnish to the Engineer for approval a sample consisting of at least two of each of the precast units he proposes to use. The approved samples will be used as the standard against which all units used in the Works will be compared. Any kerb which is so twisted that there is a deviation of more than 3 mm on the front face and 5 mm on the back face between adjacent kerbs when laid shall be rejected. Any unit which is inferior to the approved sample and is rejected by the Engineer shall be promptly removed from Site at the Contractor's expense.

(m) Expansion Joints in Kerbs and Channels

Provision shall be made in kerbs and channels for expansion joints of width at least 10 mm at intervals not exceeding 20 m. The concrete surfaces shall be primed and the joints filled with an approved sealant.” Bidding Document, Part 2 Section VI: Requirements VI-88

B2307 Measurement and payment

Item Unit B23.02 Concrete kerbing-channelling combination ...... metre (m)

Add the following:

"In the measurement of concrete kerbing or kerbing - channelling combination, distinction shall be made between kerbs and channels laid at different radii of curvature.

The rates bid for concrete kerbing and/or kerbing - channelling combination shall include full compensation for the construction of expansion joints, and the provision of backing and bedding. In the case of cast-in-situ kerbs and channels the rates bid shall include full compensation for casting in alternate sections and the preparation of the joints."

Add the following items:

Item Unit B23.16 Breaking up and removing existing lining of side drains

(a) Plain concrete ...... cubic metre (m3) (b) Reinforced concrete ...... cubic metre (m3) (c) Stone pitched ...... cubic metre (m3)

The bid rate shall include full compensation for breaking up including any excavation necessary, loading and transporting of existing side drain lining material to approved spoil site.

Item Unit B23.17 Pedestrian slab bridge over drain (typical design as shown on drawing)

(a) Type 1 slab ...... metre (m) (b) Type 2 slab ...... metre (m)

The unit of measurement shall be the metre of slab installed measured along the length of the drain.

The bid rate shall include full compensation for manufacturing, transporting to Site and installing the slab at locations instructed by the Engineer.” Bidding Document, Part 2 Section VI: Requirements VI-89

SECTION 2400: ASPHALT AND CONCRETE BERMS

B2401 Scope

Add the following:

“This section also covers the construction of asphalt speed humps.”

B2402 Speed Humps

Construction

Speed humps can be constructed from asphalt; are to be 4m wide measured in the direction of the traffic; curved to a radius of 113m and with a maximum height of 75mm. Each hump will extend from shoulder break point to shoulder break point being a total of 11m in width measured transverse to the direction of traffic and at 90° to the centre line of the road.

The rate for each hump is to include for all marking, excavation, forming, provision and transportation of all materials, labour and equipment as required and the construction and protection of the competed work.

B2407 Measurement and payment

Item Unit B24.03 Prime and tack coats

(a) Prime coat:

Add the following sub item:

(iii) Under speed hump ...... square metre (m2)

Add the following payment item:

Item Unit B24.05 Speed humps

4.0m wide ...... Number (No.)

The unit of measurement shall be the number of asphalt speed humps placed as specified.

The bid rates shall include full compensation for procuring, furnishing, mixing and placing the material and all other work necessary for completing the asphalt humps as specified.

The final locations of the speed humps will be confirmed by the Engineer but are anticipated to be as shown in the Table in Section 5500 of these specifications. The design of the humps is as shown below:

Bidding Document, Part 2 Section VI: Requirements VI-90

Bidding Document, Part 2 Section VI: Requirements VI-91

SECTION 2500: PITCHING, STONEWORK AND PROTECTION AGAINST EROSION

B2501 Scope

Add the following:

“This section also covers the construction of edge beams adjacent to the existing pavement.”

B2506 Segmental block paving

(d) Edge Beams

Add the following:

“Excavations for the edge beams shall be neatly trimmed. All loose material shall be thoroughly compacted, and where over-break occurs in hard material, the excavations shall be backfilled with mass concrete.

Edge beam support will also be required at certain points along the pavement. In such instances the asphalt, bituminous and other stabilized pavement layers shall be saw cut with a diamond saw so as to provide a neat and vertical face against which to cast the edge beam. No separate payment for saw cutting will be made. This cost will be deemed to be included in the rate bid for the construction of the edge beam.”

B2508 Measurement and payment

Item Unit B25.05 Concrete edge beams ...... cubic metre (m3)

Add the following after the last sentence of the second paragraph:

“The rate shall also include for the saw cutting of asphalt, bituminous and other stabilized pavement layers with a rotary diamond saw.” Bidding Document, Part 2 Section VI: Requirements VI-92

SECTION 2600: GABIONS

B2604 Constructing gabions

Add the following:

"(e) Protection of gabion mesh with concrete

When so instructed by the Engineer, the Contractor shall protect the exposed faces of all gabion cages by grouting them with a concrete mix (class 15/13) in such a way as to ensure that the gabion mesh can only be removed with great difficulty. The surfaces should be penetrated to a depth of at least 50 mm. The concrete shall comply with the requirements of Section 6400. Weep holes shall be placed when so required by the Engineer.

The concrete grouting shall be cured with wet sacking or other approved wet cover for a period of not less than four days after construction, and shall not be subjected to loading until adequate strength has developed."

B2605 Measurement and payment

Add the following pay item:

Item Unit B26.05 Concrete-grouting-of-gabion surfaces ...... metre (m2)

The unit of measurement shall be the square metre of gabion surfaces covered with concrete grout.

The bid rate shall include full compensation for furnishing all materials, mixing and placing the concrete grout, finishing the surface to the satisfaction of the Engineer, and for all other work necessary for completing the concrete grouting as specified” Bidding Document, Part 2 Section VI: Requirements VI-93

SECTION 3100: BORROW MATERIALS

B3102 Negotiations with owners and authorities

Delete the first paragraph and replace with the following:

“The Employer has not prescribed any borrow pits or quarries for the execution of the Works. Such information as the Employer has made available to the Contractor in this regard has been given without guarantee of accuracy of location of source, quality or quantity of material at the source or designation as to the location of use of the material.

The Contractor shall be solely responsible for all obligations and costs relating to the locating and proving of sources of borrow material and the obtaining of permission from concerned entities to work the source. Sources that are located adjacent to the road and which have been previously used for works on the road are under the ownership of RDA and can be accessed by the contractor with the approval only of the |Engineer. When the Contractor has identified the borrow sources to be used as included in its detailed programme as required by GC clause 8.3 (Programme) and has confirmed that material from these sources comply with the requirements of the specifications, he will request approval of the source from the Engineer. Subject to this approval the Engineer will inspect the source and arrange that the negotiations for compensation or resettlement are instigated without delay through the Employers Environmental Officer. The agreed compensation will be paid by the Contractor following the direction of the Employer's Environmental Officer issued through the Engineer. Access to and use of the source will only be granted when any such compensation and resettlement issues are completed. The Contractor will be reimbursed only these costs directly by the Employer following confirmation in writing by the Engineer. The Contractor shall allow for all other costs relating to the sourcing of borrow materials in the rates bid for the appropriate items of work.”

Add the following:

“If it so happens, at any time during construction, that the Contractor seeks approval from the Engineer to use areas outside the 100 metre Right of Way, he shall give the Engineer at least sixty days’ notice of his required entry and use of the areas.

If the Engineer considers the Contractor's request to be necessary and beneficial to the Works, he will cause the implementation of the necessary approval process through the Employer's Environmental Officer, so as to arrange the required permission for the Contractor to enter the designated area and perform the required work all in compliance with the specifications. The Contractor shall not enter the area until the approval of the Engineer has been given. If compensation for materials or for loss of crops and/or habitation is required by the local inhabitant of the said area, such compensation shall be negotiated and paid as described in paragraph 1 of this section.

All negotiations for compensation with owners or occupants of borrow areas must be the subject of prior advice to the Engineer in order that the Employer's Environmental Unit is able to lead, monitor and participate in the process so as to ensure that the applicable policies and provisions of the Zambia Environmental Management Authority and the European Investment Bank are complied with.” Bidding Document, Part 2 Section VI: Requirements VI-94

B3103 Use of borrow pits

Delete the entire content of this clause and replace with following:

“The Contractor shall obtain the approval of the Engineer before he establishes a new borrow pit or extends an existing one.

The Contractor is to employ the services of an environmental specialist (The Social and Environmental Officer as specified in A10 (c) and B15 210. The Social and Environmental Officer shall review the Environmental Impact Assessment report prepared during the design phase and shall, inter alia, suggest modifications for consideration by the Employer if he feels such are appropriate, prepare relevant documentation and drawings and supervise the working and rehabilitation of existing and new sources of borrow.

Subject to the Engineer’s approval the Contractor shall execute the Works taking due note of the recommendations made by the Social and Environmental Officer.

B3104 Obtaining borrow materials

(a) General

Delete Clause 3104(a) and replace with the following:

“Borrow materials shall be obtained from approved sources. Borrow pit material complying with the requirements of the Specifications for the use for which the material is intended, shall be selected from these approved sources.

(b) Borrow pit plans

Delete the first and third sentences of the first paragraph, and delete the second paragraph:

(c) Use of borrow materials

Delete the first paragraph and replace the second paragraph with the following:

“The Contractor shall excavate the necessary trial holes, take such samples and conduct or have conducted such tests as are deemed necessary by the Engineer. The Contractor shall submit the results in sufficient detail to the Engineer to satisfy him that the quality and quantity of the material available in the proposed borrow area are acceptable for the intended use, all at the Contractor’s expense. No claims whatsoever will be entertained should the quality or quantity of material in the source approved by the Engineer prove inadequate or insufficient. The costs of any consequences arising from this development shall be for the Contractor’s account.”

Add the following new sub clause:

“(i) Haul roads Bidding Document, Part 2 Section VI: Requirements VI-95

No haulage vehicles on public roads shall exceed the maximum axle load permitted in terms of statutory provisions.

Where the Contractor’s traffic causes excessive damage or wear to public roads or constitutes a hazard to the road user, the Engineer shall have the right to regulate his traffic over such roads and require the Contractor to provide, at his own cost, such maintenance, including blading, gravelling and working, as in the Engineer’s opinion is necessary.”

B3108 Classification of borrow pits for gravel materials for pavement layers

Delete the entire clause and replace with the following:

“Borrow pits established for the purposes of winning soil or gravel materials shall be classified in accordance with the same classification as that described in Clause 3303 for mass earthworks. Borrow pits established for the purposes of winning sand or stone for crushing shall not be classified for purposes of payment.

The Engineer shall have the right to decide which borrow pit shall be operated by the Contractor at any particular stage of the work and to approve new borrow pits during the construction period.”

B3109 Compensation for material damages suffered by the local population due to loss of crops or habitation or access as a result of the construction activities.

The provisional sum is to be expended in whole or in part by the Engineer when compensation to local population needs to be paid in order not to cause delay to the construction programme at which time the Contractor will be instructed to pay the amount instructed by the Engineer and will be compensated through this item.

B3110 Measurement and payment

“B33.10 Compensation

(a) Provisional Sum for compensation as described in B3109………….Provisional Sum

(b) Handling costs and profit in respect of subitem (a)………………….% Bidding Document, Part 2 Section VI: Requirements VI-96

SECTION 3300: MASS EARTHWORKS

B3307 Fills

(a) General

Add the following:

“Where existing embankments are to be widened or where new embankments are to be constructed adjacent to existing embankments, the existing side slopes shall be benched as specified in sub-clause 3307(d) and in accordance with the details on the Drawings.”

(d) Benching

Replace the first sentence of the second paragraph with the following:

“The dimensions of benches as well as the extent to which existing fills have to be cut back to form benches shall be subject to the Engineer's approval.”

Add the following:

“In order to obtain sufficient working width for road-building equipment when the existing road fill is widened, it may be necessary to form benches that extend beyond the normal road prism or to cut back into the existing road fill or both. The Contractor shall submit his proposals in this regard to the Engineer for approval before proceeding with such work. The Contractor will not receive any additional payment in respect of sacrificial widening required to provide a working width wide enough to accommodate his equipment. The volume of fill and other layerworks admitted to the measure in widening/benching situations will be restricted to only the theoretical quantity required for the widening. This quantity will be that contained between the old fill slope and the new (widened) fill slope.”

(i) Widening fills

Replace the content of this sub-clause (i) with the following:

Where existing or eroded fills are to be widened, the existing fill slopes or eroded faces and the roadbed onto which the new fills are to be constructed shall be cleared and grubbed, if so ordered by the Engineer in writing. The clearing and grubbing shall be done in accordance with the provisions of Section 1700. Subsequently the new roadbed shall be treated in accordance with the provisions of clause 3305.

Where existing fills are required to be widened or where already constructed fills are required to be widened or flattened, it shall be done by way of bench construction as described in sub- clause 3307(d) in order to forge a firm bond between existing and new construction.

Benches not exceeding 500 mm in depth shall be cut into the existing fill. In the upper metre of any fill, the benches shall not be deeper than the layer thickness prescribed for constructing the widening. The benches shall extend into the properly compacted portion of the original fill material to the satisfaction of the Engineer. Bidding Document, Part 2 Section VI: Requirements VI-97

All suitable material from benches shall be used in the construction of the widened section of the fill. Unsuitable material shall be removed as instructed by the Engineer. Benches shall be compacted together with the fill widening during the construction of the fill.

Material from benches used in fill will be paid for as "Cut and borrow to fill" (Item B33.01). Spoil material from the benches will be paid as “cut to spoil”.

Where the existing fill consists of rock fill, the new section shall consist of rock fill, unless otherwise approved by the Engineer. Where a rock fill is widened by adding soil or gravel material, the Contractor shall obtain prior instructions from the Engineer as to the type of subsoil drainage to be provided and other measures to be taken. Benching in rock fills shall be planned in consultation with the Engineer.

Where subsoil drainage is required by the Engineer in the widening of fills, payment will be made in accordance with Section 2100.

An extra over payment for the widening of existing fills will apply as specified under item B33.14.”

B3312 Measurement and payment

In the note determining the quantities amend the interval for cross sections to 20 metres

Item Unit Replace the item description as follows:

“B33.01 Cut and borrow to fill”

Item Unit Replace the item description as follows:

“B33.02 Sand fills (as described in Clause 3302)”

Item Unit Replace the item description as follows:

“B33.04 Cut to spoil Material obtained from:”

Add the following to the payment description paragraph (paragraph 5):

“The bid rates shall also include full compensation for the temporary storage of spoil material next to borrow areas, for the subsequent loading, transporting, off-loading and grading of spoil material within the borrow areas, and for reinstating the storage site.”

Item Unit Replace the item description as follows:

“B33.07 Removal of unsuitable material”

Add the following item: Bidding Document, Part 2 Section VI: Requirements VI-98

Item Unit B33.14 Extra over for widening fills as specified in sub-clause B3307(d) and (i) ...... cubic metre (m3) (a) Item 33.01(a) (i) ...... cubic metre (m3) (b) Item 33.01(a) (iii) ...... cubic metre (m3) (c) Item 33.01(c) ...... cubic metre (m3) (d) Item 33.01(e) ...... cubic metre (m3)

The unit of measurement shall be the cubic metre of material placed in the widening of existing fills.

The bid rates shall be paid extra over the rates applicable to normal full-width construction, and shall include full compensation for all additional transport, equipment, labour, supervision as well as any additional costs for the widening of fills, including the cutting and compaction of benches.

The bid rates shall also include full compensation for widening fills in restricted areas.”

Bidding Document, Part 2 Section VI: Requirements VI-99

SECTION 3400: PAVEMENT LAYERS OF GRAVEL MATERIAL

B3401 Scope

Insert, "sand” after "gravel" in the third line of the first paragraph.

Add the following:

“This section also covers the reprocessing or replacement of existing pavement layers over part of or over the full road width. It also covers the addition of material to existing layers.

For the purposes of this section of the Specification, the term “gravel” shall be deemed to include “sand”, “sandy gravel” and “gravelly-sand.”

B3402 Materials

(a) General

Add “or existing pavement layers” to the end of the first sentence of the first paragraph:

(c) Subbase

(iii) California Bearing Ratio

Delete the paragraph and replace with the following:

“The minimum soaked CBR of the natural material shall be 45% at the specified in- situ density (not less than 95% Modified AASHTO).”

(d) Base

Add the following sub-paragraph:

“(v) Filler content

The minimum filler content of material to be treated with a bituminous binder shall be 2%.”

(f) Compaction requirements

Add the following to the requirements for “Base” compaction:

“98% for material treated with bitumen emulsion or cement.” Bidding Document, Part 2 Section VI: Requirements VI-100

B3403 Construction

(a) Requirements applying prior to the construction of the layer

Add the following:

“Where a layer is constructed on the floor of a pavement excavation, i.e., where the underlying layer has not been reworked or reconstructed, the floor of the excavation shall first be watered and rolled if directed by the Engineer. The Contractor shall base his bid price on five roller passes with rollers specified in Clause 3304. The Engineer may increase or decrease the number of roller passes or order the use of other rollers.

Existing potholes or other pavement damage need to be repaired before proceeding with recycling operations. The existing material shall be excavated in a rectangular shape to sound material and backfilled in the manner shown on the drawings. The excavated material shall be spoiled or re-used as ordered by the Engineer. Payment for this work will be made under Section 4900 of the Bills of Quantities.”

(b) Placing and compacting

Add the following to the end of the first paragraph:

“but subject to the equipment limitation imposed below.”

Add the following after the last paragraph:

The rates bid for items 34.01 and 34.04 shall include full compensation for any work which has to be carried out in a restricted area.

The construction of the in-situ recycled subbase is to be carried out by processing a mix of in-situ and imported material with a road reclaimer (recycler). During the process the reclaimer will break down, homogenize and introduce into the material the required quantities of water and stabilizer (normally cement). The Contractor shall ascertain through testing the quantity of stabilizer which he proposes to add to the layer. The proposal shall be submitted to the Engineer for approval.

It is a requirement of this Contract that the processing of all stabilized/treated layers be carried out by road reclaimers/recyclers. Reclaimers such as Wirtgen WR2500’s or similar, only, will be approved for this work. These machines shall have the required power to firstly break down the material to at least the size specified and shall also have the capacity to produce a stabilized mix which is thoroughly homogeneous. It is thus a requirement that the breaking down, conditioning and mixing in of water and stabilizer are to be carried out by a road reclaimer even if the operation entails two or more passes of the recycler. The Contractor shall allow for this in his bid rates. The use of conventional equipment such as graders, ploughs, harrows etc. for this operation will not be permitted.

Add the following additional subclause:

“(iii) Base and subbase

(1) Since recyclers do not cross-blend materials and the final width of the base/subbase is to be wider than the existing width of the existing layer which is to be in-situ Bidding Document, Part 2 Section VI: Requirements VI-101

recycled it will be necessary for the recycler to make an initial pass over the existing base or subbase as the case may be. A water cart should be coupled to the recycler and water added whilst pre-pulverising to allow for later compaction of this material. The material broken down by this initial operation will then be spread over the full width of the layer into which it is to be incorporated, by means of a grader. The exercise must be carried out with due cognisance for the geometrics of the layer.

(2) On completion of the above operation the imported additional material required for constructing the layer to the required specification shall be dumped and spread in a uniform thickness across the full width of the layer. This mixed material shall then be mixed to achieve a fully homogenous layer. The mixed material shall be watered, pre-shaped and compacted to 93% Mod AASHTO density. The pre-shaping shall be carried out as for a final cut operation so that the design cross fall or camber is obtained. Before undertaking the final stabilization of the layer the Contractor shall obtain the Engineer’s approval of the levels of the pre-shaped layer. There will be no additional payment made for the pre-shaping, watering, compaction, taking of levels and the Contractor shall allow for this work in his bid rate for constructing the layer;

(3) The upper level of the spread material shall after pre-shaping be such that any indentations and depressions caused by construction equipment fall above or at the final level of the layer. Sufficient extra material (surcharge) must therefore be added to ensure that no filling or supplementing whatsoever is required during processing of the layer. Typically a surcharge of at least 30 mm will be required to avoid the building in of compaction planes. The final operation on the subbase or base prior to final compaction shall be one of cutting away this surplus material. Making up of levels through additional placement of material either from import or windrow will not be permitted and may lead to rejection of the work. No additional payment will be made for the surcharge material;

(4) Any oversize material shall be further broken down or disposed of prior to spreading of the stabilising agent;

(5) The Contractor shall take special care to ensure that the correct application of water is maintained at the longitudinal joint between adjacent cuts. This will require closing off selected nozzles whilst at the same time maintaining an accurate trajectory with the recycler. Adjacent cuts must always overlap by at least 150 mm.

(e) Upgrading of the existing base

Delete the entire contents of this sub-clause and replace with:

“Where material in the upper layers of the existing pavement is to be recovered and reused in the construction of a new stabilized subbase or base layer, with or without the addition of imported material, a recycling machine shall be employed. Recycling to recover material from the existing pavement, blending with any imported material and mixing with water and stabilizing agents to achieve a uniform product shall be carried out in a single pass.

The imported material will be measured and paid for under item 34.01 and the in situ material will be measured and paid for under item 34.04.” Bidding Document, Part 2 Section VI: Requirements VI-102

B3407 Measurement and payment

Add the following items:

Item Unit B34.05 Extra-over-item-34.04-for-pre-pulverising-the material and spreading it evenly-across the full width to be treated ...... cubic metre (m3)

The unit of measurement shall be the cubic metre of material pulverized. The quantity shall be calculated from the authorized dimensions of the layer to be broken down.

The bid rate shall be paid extra over the rate for constructing the untreated layer and shall include full compensation for breaking up the existing layer, spreading across the full width to be stabilized, watering, pre-shaping and compacting all as specified.

Item Unit B34.06 Watering the formation ...... kilolitre (kl)

The unit of measurement shall be the kilolitre of water applied to the formation to be compacted on the instruction of the Engineer.

The bid rate shall include full compensation for procuring and applying the water, including all haul.

Item Unit B34.07 Compacting the formation (5 roller passes) with:

(a) Vibratory rollers ...... square metre (m2) (b) Grid rollers ...... square metre (m2) (c) Pneumatic tyred rollers ...... square metre (m2)

The unit of measurement shall be the square metre of formation compacted by 3 roller passes. The quantity shall be calculated from the authorized dimensions of the layer to be rolled.

The bid rate shall include full compensation for supplying the roller, applying 5 roller passes, and removing the roller after completion of the compaction process. The Engineer may increase or decrease the number of roller passes, in which case payment will be adjusted in accordance with item B34.08.

The Engineer shall have the right to prescribe the use of this item for the compaction of the roadbed in place of item 33.11, but in any one situation payment shall only be made under one of the two items, and never under both. The item to be applied shall be as per the Engineer's instructions.

Item Unit B34.08 Variations in the number of roller passes

Bidding Document, Part 2 Section VI: Requirements VI-103

(a) Vibratory rollers ...... square metre-pass (m2-pass) (b) Grid rollers ...... square metre-pass (m2-pass) (c) Pneumatic tyred rollers ...... square metre-pass (m2-pass)

The provisions of pay item 33.06 shall apply.”

Bidding Document, Part 2 Section VI: Requirements VI-104

SECTION 3500: STABILIZATION

B3502 Materials

(a) Chemical stabilizing agents

“The stabilizing agents for the subbase and base shall be as indicated on the drawings and/or schedules of quantities.

The quantities of stabilizing and modifying agents indicated in the Bills of Quantities are based on the percentages derived from provisional testing.

The Engineer may instruct the Contractor to alter the type and or percentage of stabilizing or modifying agent after tests on the site during the construction period.”

(d) Material Properties

Add the following:

The properties of the material after stabilization shall be as follows:

(i) Material treated with cementitious binder

1. The material shall, after stabilization:-

1.1 Have a PI of NP-6;

1.2 Have a minimum binder content of at least ICL/C (Initial Consumption of Lime/Cement) plus 1%.

1.3 Meet the Unconfined Compressive Strength (UCS) requirements for C3 or C4 as specified in TRH14: Guidelines for Road Construction Materials.

1.4 Have an Indirect Tensile Strength ( ITS) of 300 kPa and 250 kPa in the case of C3 and C4 layers, respectively.

1.5 Meet the fines loss requirements set out below when tested using the Wet & Dry Durability brush test (TMH1 – Method A19):-

C3: Max mass loss – 20% C4 : Max mass loss – 30%

The specified stabiliser content should be the highest of those determined to meet the 5 criteria given in 1.1 to 1.5 above increased by a multiplier of 1.25 or such other factor as is instructed by the Engineer.

The onus shall be on the Contractor to test the material and to submit the results showing compliance to the Engineer for approval. Bidding Document, Part 2 Section VI: Requirements VI-105

B3503 Chemical stabilization

“(a) Preparing the Layer

Delete the paragraph and substitute with the following:

(1) The material to be stabilized shall be prepared and placed as specified in Sections 3200 and 3400;

(2) The hygroscopic moisture content of the layer shall be checked and if not uniform throughout the layer, water shall be added and mixed until a uniform layer is achieved The initial moisture content of the layer before the stabilising agent is added shall not be less than 2% below the optimum moisture content (OMC) of the material;

(3) The stabilising agent shall only be added after the layer has been prepared as specified.

(4) The stabilising agent shall be mixed in by means of road reclaimers to the full depth of the layer and water added until a uniform moisture content within +1% of OMC is obtained. The moisture content shall be checked on site at regular intervals during mixing. The control of the moisture content is vital if shear of the layer during compaction is to be avoided;

(5) The Contractor shall apply the stabilizer in such a way so as to ensure that the final stabilizer content satisfies the specifications. The Contractor will be required to stabilise additional surcharge material to avoid the formation of laminations. The additional cement required for this purpose shall be for the Contractor’s account and will not be paid for in addition to that specified by the Engineer. Therefore, the Contractor shall make allowance in his rates for any additional cement over and above that instructed by the Engineer for the designed layer thickness that he may require in the construction of the stabilized layer.”

(b) Applying the stabilizing agent

At the end of the clause, add the following:

“The spreading of the stabilizer if by mechanical means such as spreader trucks shall be checked at regular intervals during application. If spread manually the stabiliser shall present an even surface when checked with a straight edge

The Contractor shall allow in his rates for any additional quantity of stabilizer he may need to ensure that no laminae are formed during construction. It is common practice to import additional material and process a stabilized layer thicker than the specified minimum thickness. The Contractor shall allow in his rates for the cost of any additional cement that will have to be added to ensure that the stabilizer content of the end-product is not altered.” Bidding Document, Part 2 Section VI: Requirements VI-106

(c) Mixing in the stabilizing agent

Delete the second and third paragraphs:

(d) Watering

Add the following at the start of the first paragraph:

“Where a recycling machine is used, the following two paragraphs shall not be applicable and water addition shall be regulated by means of a spray bar mounted on the milling chamber, controlled by a microprocessor.”

At the end of the Clause, add the following:

“The moisture content shall be checked on site at regular intervals during mixing to ensure that it is being applied uniformly and in the correct quantities.

A Troxler or similar device shall not be used for this purpose. The following equipment may be used to determine in-situ moistures:- Speedy Moisture tester Hot Plate (electrical or gas) Oven.”

(e) Compaction

Add the following after the second paragraph:

“The stabilised layer shall after compaction present a firm, well-knit surface without any soft spots, laminations or loose or unbound material”

Add the following after the end of the sub-clause:

“Refer to clause B3403 (b) which applies here mutatis mutandis”.

(g) Curing the stabilised work

Delete subclause (iv) and add the following after subclause (iii)

“The use of the prime coat as a curing membrane will not be permitted”

At the end of the sub-clause add the following

“The following additional requirements are specified and shall be complied with:

(a) Curing of the subbase shall be carried out as per Clause 3503 (g) - method (ii). There will be no separate payment made for curing in this manner. The Contractor shall allow for the costs of regular spraying in his rates for the construction of the layer;

(b) In the case of the base the layer shall be covered with 50 mm of natural sandy material within 12 hours of completion of stabilization and this material shall be kept damp for 7 days; Bidding Document, Part 2 Section VI: Requirements VI-107

(c) No water trucks larger than 5,000 litres shall be used to dampen the covering sand. Alternatively, the water truck shall keep off the stabilized layer and utilize side spraying techniques;

(d) Under no circumstances shall the covering layer be wet to the extent that water ingresses and damages the layer. The covering layer shall also not be allowed to dry out;

(e) After 7 days the covering layer shall be removed by careful sweeping in order not to cause any unnecessary damage to the top of the stabilized layer;

(f) After removal of the covering layer compressed air shall be applied to the exposed stabilized layer and the layer shall be carefully inspected during this process for evidence of any loose material and or damaged areas; repairs shall be effected to all loose or damaged areas;

(g) Any laminations or other defects identified by the hollow sound caused when a chain is dragged over the stabilized layer shall be removed and repaired to the Engineer’s satisfaction prior to surfacing. The repairs shall be for the account of the Contractor;

(h) Before surfacing is allowed ball penetration tests shall be carried out. Layers with ball penetration values exceeding 3 mm shall not be approved for surfacing;

(i) Subbase shall be cured according to method 3503(g)(ii);

Separate payment will be made for curing employing 50 mm of sand. No separate payment will be made for curing with the subsequent layer.

Failure on the part of the Contractor to cure a stabilized layer in accordance with specified requirements shall constitute sufficient cause for the Engineer to suspend all stabilization work until such time as the Contractor can demonstrate that he is in a position to comply with his obligations in this regard. Stabilized layers that have not been cured in accordance with these requirements may also be summarily rejected by the Engineer in his sole discretion. The Contractor is advised that the curing of stabilized layers is considered fundamental to the long term performance and integrity of the pavement. As such the Engineer will not hesitate to invoke the provisions of this clause in the event of the Contractor’s failure to adhere to these requisites.”

(h) Construction Limitations

The following additional limitations shall apply:

“(i) No stabilizing agent or additive may be added to a layer in circumstances where there is a plant breakdown or a supply problem or any other factor present that will make it impossible to comply with the time limits specified for completion of the stabilization process.”

Amend Table 3503/1 as per the following:

“The maximum time for completion after the stabilizing agent comes into contact with the material to be stabilized for the agents below shall be: Bidding Document, Part 2 Section VI: Requirements VI-108

 If CEM II (32.5) is used, 5 hours  If CEM II (42.5) is used, 4 hours  If blends of lime/cement or fly ash/cement are used, 7 hours”

B3505 Tolerances

(b) Uniformity of mix

Delete the contents of this sub-clause and replace with the following:

“The uniformity of mix shall be assessed by sampling and testing the quantity of cementitious binder in the mixed material as specified in sub-clause 7109(a). The quantity of cementitious binder in the mixed material shall be within the limits specified in the statistical judgement plan described in clause 7205.

Samples for the determination of the uniformity of mix shall be taken immediately after the material has been mixed with the water and stabilizer, and spread, but before the layer is compacted, and the Contractor shall therefore make the necessary arrangements timeously and allow for the time to collect the samples.

As described in Clause 7109(a) test results shall be adjusted to make allowance for minerals present in the material to be stabilized which may affect the test results. The above requirements for uniformity of mix shall be applied only on condition that the variation in these adjustments falls within the limits specified in Clause 7109. The coefficient of variation may not exceed 0.3 (30%) for material mixed on the spot, and 0.2 (20%) for material mixed in a mixing plant.”

B3506 Quality of materials and workmanship

(b) Routine inspection and testing

Add the following to the fourth paragraph:

“The stabilised material sampled from the layer for the compaction of modified AASHTO briquettes, shall be prepared according to TMH1 Method A16T; i.e. discard material coarser than a 37.5 mm test sieve, and compact according to TMH1 Method A7. The compacted specimens shall be used for the determination of unconfined compressive strength (UCS), indirect tensile strength (ITS), wet-dry durability and maximum dry density/optimum moisture content relationship.”

Add the following:

“The Engineer shall be notified in good time to enable him to conduct the necessary tests.

The Engineer may resort to any means of identifying potential latent defects. The Engineer will have the right to order testing of the suspect area regardless of what progress has been achieved on the section. Testing may include the carrying out of any of the quality acceptance tests as well as advancing test pits through the full depth of the suspect pavement layer. Should no defect be found in the layer the Contractor shall be Bidding Document, Part 2 Section VI: Requirements VI-109

compensated under Dayworks for the cost of the resources used in the excavation and backfilling of the test pits.”

B3507 Measurement and payment

Delete pay item 35.04.

Add the following items:

“Item Unit

B35.06 Curing by covering with 50 mm thick sand layer ...... square metre (m2)

“The unit of measurement shall be the square metre of base layer covered with 50 mm sand as specified. The quantity will be calculated from the authorised dimensions of the layer to be cured.

The bid rate will include full compensation for supplying the sand, spreading it, sweeping it off, and loading and transporting it to a spoil site or other suitable area.

Item Unit

B35.07 Chemical stabilization trial section extra over 35.01 ...... cubic metre (m3)

The unit of measurement shall be the cubic metre of compacted stabilized layer that has been placed as a trial section and approved by the Engineer.

The bid rate shall include full compensation for all additional work, testing and incidentals associated with the construction of an approved trial section as specified. It shall also include full compensation for trial sections removed as excess/unsatisfactory material.”

Bidding Document, Part 2 Section VI: Requirements VI-110

SECTION 3600: CRUSHED-STONE BASE OR SUBBASE

B3602 Materials

Delete the last sentence of the first paragraph and sub-paragraphs (a) through (g) and replace with the following:

“The crushed aggregate shall comply with the requirements included in Tables 3602(a)(1) to 3602(a)(3) below:-

TABLE B 3602 (a)(1) : REQUIREMENTS FOR TYPES G1 to G3 MATERIALS

TYPE OF MATERIAL PROPERTY G1 G2 G3 Sound rock from approved quarry, Sound rock, boulders or coarse gravel Sound rock boulders or coarse or clean, sound mine rock from gravel PARENT MATERIAL mine dumps, or clean sound boulders Only fines crushed from the same May contain up to 10% by mass of May contain 15% by mass of sound parent rock may be added approved natural fines not necessarily approved natural fines not for grading correction provided obtained from parent rock. Added obtained from parent rock. Added ADDITIONAL FINES that added fines shall have LL not fines shall have a LL not exceeding fines shall have a LL not exceeding 25 and PI not exceeding 25 and PI not exceeding 6 exceeding 25 and PI not exceeding 4 6 10% Fines Aggregate Crushed Value (10% FACT), determined in accordance with TMH1 method B2, shall STRENGTH be not less than the appropriate value in Table 3602(2) column 3. The Aggregate Crushed Value (ACV) determined in accordance with TMH1 method B1, shall not exceed the appropriate value in Table 3602(3) Flakiness Index, determined in accordance with TMH1 method B3, shall not exceed 35 on each of –26.5 + FLAKINESS INDEX 19mm fraction and the –19 + 13.2mm fraction ATTER-BERG Fraction LL shall not exceed 25 LL shall not exceed 25 LL shall not exceed 25 LIMITS (mm) PI shall not exceed 5 PI shall not exceed 6 PI shall not exceed 6 LS shall not exceed 2 LS shall not exceed 3 LS shall not exceed 3 In addition the arithmetic mean of In addition the arithmetic mean of the In the case of the calcrete the PI the PI’s for a lot (min 6 tests) shall PI’s for a lot (min 6 tests) shall not shall not exceed 8 not exceed 4 exceed 4.5 - 0.425 - 0.075 The PI shall not exceed 12. If the PI exceeds 12, the material shall be If chemical modification is chemically modified. After chemical modification the PI of the - required, the PI of –0.075mm 0.075mm fraction shall not exceed 8 fraction shall not exceed 10 SOLUBLE SALTS FRACTURED All faces shall be fractured faces For crushed materials at least 50% by mass of the fractions retained on FACES each standard sieve 4.75mm and larger shall have at least one fractured face NOMINAL MAXIMUM 37.5 mm 37.5 mm 37.5 mm 26.5 mm SIZE GRADING Nominal aperture size Percentage passing sieve, by mass Percentage passing sieve, by mass Percentage passing sieve, by mass of sieve (mm) 37.5 100 100 100 26.5 84 – 94 84 – 94 84 – 94 100 19.0 71 – 84 71 – 84 71 – 84 85 – 95 13.2 59 – 75 59 – 75 59 – 75 71 – 84

4.75 36 – 53 36 – 53 36 – 53 42 – 60 2.00 23 – 40 23 – 40 23 – 40 27 – 45 0.425 11 – 24 11 – 24 11 – 24 13 – 27 0.075 4 - 12 4 - 12 4 - 12 5 - 12 COMPACTION Minimum of 88% of apparent Minimum of 85% of bulk relative 98% or 100% Of Modified REQUIREMENTS relative density density AASHTO density (as specified)

Bidding Document, Part 2 Section VI: Requirements VI-111

TABLE B 3602 (a)(2) : 10% FINES AGGREGATE CRUSHING VALUES

Wet/dry Rock type Matrix Dry min Wet min relationship min Arenaceous Non-siliceous rocks cementing 140 kN 75% material Siliceous cementing 110 kN 75% material Diamictites 200 kN 70% (tillite) Argillaceious 180 kN 125 kN rocks Other rock 110 kN 75% types

TABLE B 3602 (a)(3) : AGGREGATE CRUSHING VALUE

Rock Type ACV, max Arenaceous : without siliceous cementing matrix 27% Arenaceous : with siliceous cementing matrix 29% Diamictites (tillite) 21% Argillaceous rocks 24% Other rock types 29%

B3608 Measurement and payment

Add the following 3608:

"No additional payments will be made for stockpiling of crushed stone material for base course"

Delete sub-items 36.01(a) and 36.01(b) and replace with the following B36.01(a):

“Item Unit

B36.01 Crushed stone base

(a) Constructed from crushed stone type G2 material obtained from commercial sources or from approved borrow pits where it is crushed by the Contractor and compacted to 102% of modified AASHTO density (150 mm thick) ...... cubic metre (m3) Bidding Document, Part 2 Section VI: Requirements VI-112

Delete the last paragraph describing what the bid rates should include for and replace with the following:

“The bid rate shall include full compensation for procuring, furnishing and placing all materials, including the crusher sand or fines (if approved) necessary for correcting the grading of the crushed stone, for hauling the material over an unlimited free-haul distance (irrespective of whether it is obtained from commercial sources or approved borrow pits where it is crushed by the Contractor), for rolling slushing and correcting the layers, and for testing, protecting and maintaining the work as specified.”

Delete sub-items 36.03 and replace with the following B36.03

“Item Unit

B36.03 Establishing the crushing plant and opening borrow pits/quarries where stone is obtained from approved borrow pits/quarries and crushed by the Contractor inclusive of any subsequent movements and reestablishment as may be necessitated by the Contractor's programme

…………………………………………………………………………………...Lump Sum

Bidding Document, Part 2 Section VI: Requirements VI-113

SECTION 3800: BREAKING UP EXISTING PAVEMENT LAYERS

B3807 Measurement and payment

Item Unit

B38.13 Drilling cores:

Add the following sub-item:

“ (a) Through asphalt surfacing and crushed stone base ...... number (No)”

Add the following items:

“ Item Unit

B38.16 Excavating and removing to stockpile existing base material:

(a) With the average depth of excavation (i) Exceeding 75 mm but not exceeding 200 mm ...... cubic metre (m3)

The unit of measurement shall be the cubic metre of base material excavated from the existing pavements separately from the underlying layer on the instruction of the Engineer and removed to approved stockpile or spoil sites.

The bid rate shall include full compensation for determining the average thickness of the layer to be excavated, including the excavation of holes or drilling of cores, if so instructed, for breaking down, excavating, loading and transporting the material to approved stockpile or spoil sites and for loading and properly placing the material in stockpile or spoil dumps.

The volume used for calculating overhaul shall be taken as 70% of the loose volume of the material measured in the hauling vehicles.

Item Unit

B38.17 Breaking down existing base and surfacing with a reclaimer and removing to stockpile:

(a) With the average depth of excavation (i) Exceeding 100 mm but not exceeding 300 mm ...... cubic metre (m3)

The unit of measurement shall be the cubic metre of base material excavated from the existing pavements separately from the underlying layer on the instruction of the Engineer and removed to approved stockpile or spoil sites. Bidding Document, Part 2 Section VI: Requirements VI-114

The bid rate shall include full compensation for determining the average thickness of the layer to be excavated, including the excavation of holes or drilling of cores, if so instructed, for breaking down, excavating, loading and transporting the material to approved stockpile or spoil sites and for loading and properly placing the material in stockpile or spoil dumps.

Bidding Document, Part 2 Section VI: Requirements VI-115

SECTION 4100: PRIME COAT

B4102 Materials

(a) Priming material

Add the following:

“Prime coat shall be either an approved tar prime as scheduled in the Bills of Quantities or MC-30 cut-back bitumen. The use of E prime may be approved on application to the Engineer.

Where so directed by the Engineer, MC-30 cut back bitumen shall be further cut back by the addition and mixing in of up to 15% by volume of kerosene (power paraffin). The Contractor’s attention is drawn to the safety implications of such an operation. Payment shall distinguish between the volume of MC30 and the volume of cutter applied during any one operation.”

B4110 Measurement and payment

Add the following payment item:

“Item Unit

B41.04 Power paraffin cutter ...... litre (l)

The unit of measurement shall be the litre of cutter mixed with the MC30 prime.

The bid rate shall include full compensation for supplying the cutter, mixing it in with the MC30 prime in the proportions instructed by the Engineer, applying the cutter and maintaining the primed surface as specified.”

Bidding Document, Part 2 Section VI: Requirements VI-116

SECTION 4200: ASPHALT BASE AND SURFACING

B4204 Plant and equipment

(a) General

Add the following after the last paragraph:

“The use of diesel, oil or other such petroleum products as release agents to prevent asphalt from adhering to haul or dump truck beds or being picked up by tyres or drums on rollers will not be permitted on this Contract. Only commercial asphalt release agents with bases such as silicon, vegetable oil or emulsified wax will be considered for approval. The Contractor will be required to propose the use of a suitable release agent to the Engineer. Once approved the agent shall be used strictly in accordance with manufacturer’s instructions. No additional payment will be made for the use of a commercial agent. The costs will be deemed to be included in the rates bid for the appropriate items of work.”

B4214 Measurement and payment

Add the following item:

“Item Unit

B42.08 Aggregate variations

(a) 26.5mm aggregate…………………………………………………...cubic metre(m3) (b) 19mm aggregate……………………………………………………...cubic metre (m3) (c) 13.2mm aggregate ...... cubic metre (m3) (d) 9.2mm aggregate ...... cubic metre (m3)

The unit of measurement with respect to variations in application of aggregate shall be the cubic metre of aggregate measured in the truck.

Payment for variations shall be made as specified in Clause 1213.”

Bidding Document, Part 2 Section VI: Requirements VI-117

SECTION 4900: TREATMENT OF SURFACE DEFECTS, PATCHING, REPAIRING EDGE BREAKS AND CRACK SEALING

B4901 Scope

Add the following:

“This section also covers the maintenance of existing roads before rehabilitation operations are commenced. These operations will be undertaken while traffic continues to use the road and accommodation of that traffic and the associated management of that traffic inclusive of all traffic control, signing and signalling is to be for the prior approval of the Engineer and the cost thereof to be included in the rates for the work as in B49.16 below and is not to be paid for through the signage and traffic accommodation items in Bill 1500”

B4911 Measurement and payment

Add the following item:

“Item Unit

B49.16 Surfacing-of-patched-areas-with-40mm-asphalt surfacing square-metre (m2)

The unit of measurement shall be the square metre of asphalt surfacing constructed to the thickness specified over the approved area.

The bid rate shall include full compensation for procuring, furnishing, heating, mixing, placing and compaction of the asphalt. The rate shall also include full compensation for supplying and applying MC30 prime at 0.8 l/m2 and for the control of traffic in the area of the patching for the duration of the work in any given area for the provision, movement and re-erection of such signs and traffic control equipment and personnel necessary from one location to the next. This provision of signing and the required movement of these will not be paid under the Clauses of Section 1500”

“Item Unit

B49.17 Repair of shoulders on existing road ………………………cubic-metre (m3)

The works will be carried out on the instruction of and in locations indicated by the Engineer

The rate is to include the scarification of the existing shoulder surface, the importation of approved gravel material and the placing, watering and compaction of this to provide a shoulder surface level with the adjacent road surfacing. Bidding Document, Part 2 Section VI: Requirements VI-118

SECTION 5100 MARKER AND KILOMETER POSTS

Add the following:

This Section shall also apply to the Road Reserve Markers which are to be installed at 50m intervals along each boundary of the road reserve 50m from the road centre line. Each marker will be precast in concrete Class 25/19 reinforced as shown on the drawings; cross section 300mmx300mm and height of 1700mm; painted white using reflective thermoplastic road marking paint with a 200mm wide red and while band at the top of the post and set in the ground to a depth of 800mm.

The excavation for the post shall be 500mm x500mm and after placing the excavation shall be backfilled with a soil cement mixture of 5% cement compacted adequately to ensure that the post is not readily removed or liable to rotating during periods of heavy rain.

The rate is to include for the provision of all material; the manufacture and curing of the post; transportation to the location of installation;

Measurement and Payment

B51.03

Item Unit

Road reserve marker posts………………………………………………………………………No Bidding Document, Part 2 Section VI: Requirements VI-119

SECTION 5200: GUARDRAILS

B5206 Measurement and payment

Add the following item:

“Item Unit

B52.02 Galvanised Guardrails on steel posts ...... metre (m)

The unit of measurement shall be the metre of guard rail erected complete as shown on the drawings or as instructed by the Engineer.

The bid rate shall include full compensation for furnishing all materials and labour and for erecting, painting and galvanising the rail, and for excavating and backfilling the post holes with concrete and removing any surplus excavated material.”

No additional payment will be made for excavating in hard material or through previously stabilised pavement layers.

The final locations of the guard railing will be confirmed by the Engineer but are anticipated as shown in the Table below:

Left Side Right Side From To m From To m LOT 1 5+120 5+360 240 5200 5382 182 7312 7532 220 7350 7380 30 11800 11900 100 11793 11917 124 17330 17388 58 23148 23266 118 20501 20577 76 24222 24389 167 23000 23266 266 25950 26020 70 24222 25288 1066 26160 26320 160 25228 25720 492 26543 26809 266 25820 26925 1105 27660 27720 60 27460 28200 740 28070 28260 190 29343 29425 82 30489 30783 294 30447 30860 413 31679 32093 414 31090 31159 69 32821 33405 584 31679 32207 528 33655 33825 170 32635 33294 659 35280 35600 320 33588 33829 241 36845 36945 100 34235 34645 410 37753 37924 171 35500 35674 174 38146 38338 192 36845 36945 100 39410 39710 300 Bidding Document, Part 2 Section VI: Requirements VI-120

Left Side Right Side From To m From To m 37701 37959 258 40690 41070 380 38160 38453 293 43563 43913 350 39220 39600 380 44150 45250 1100 40620 41080 460 45573 45659 86 44150 45200 1050 45850 45930 80 45920 46300 380 45943 46409 466 47140 47500 360 47020 47400 380 48005 48468 463 48069 48326 257 51249 51426 177 50206 50310 104 52545 52645 100 51179 51537 358 53294 53486 192 52545 52645 100 54096 54347 251 53269 53548 279 58140 58460 320 54097 54348 251 59105 59425 320 54804 54898 94 60519 60883 364 57315 57665 350 65521 65780 259 58154 58394 240 74480 74800 320 60599 60845 246 78920 79168 248 65440 65800 360 82610 82710 100 72984 73165 181 83190 83290 100 74560 74880 320 78960 79168 208

80380 80897 517

82611 82711 100

83189 83,289 100 TOTAL LOT 1 13,434m 10,819m LOT 2 89120 89436 316 89120 89510 390 90700 91140 440 90851 91040 189 92640 93129 489 92720 93129 409 95460 96040 580 95600 95960 360 97100 97820 720 97360 97600 240 98340 98965 625 101314 101430 116 99572 99845 273 102815 102915 100 100300 100400 100 104458 104865 407 101260 101429 169 107952 108052 100 107900 108051 151 109272 109385 113 109272 109384 112 110660 110865 205 110680 111020 340 111354 111805 451 111325 111835 510 116952 116692 100 Bidding Document, Part 2 Section VI: Requirements VI-121

Left Side Right Side From To m From To m 113967 114067 100 120280 120360 80 116591 116691 100 126980 127450 470 120279 120725 446 128760 129250 490 121663 121763 100 130379 130640 261 126900 127300 400 138411 138485 74 128780 129250 470 140970 141285 315 130333 130640 307 142406 142825 419 134100 134400 300 146038 146190 152 140969 141100 131 147455 148426 971 142603 142703 100 149068 149532 464 146038 146190 152 151443 152225 782 147455 147709 254 161071 161280 209 147967 148360 393 163115 163318 203 151442 152385 943 163975 164487 512 159996 160225 229 164775 165205 430 161071 161385 314 162592 163425 833 164902 165205 303

TOTAL LOT 2 24,134 9,012

Bidding Document, Part 2 Section VI: Requirements VI-122

SECTION 5400: ROAD SIGNS

The Table below shows the anticipated locations of all permanent Road signs. These are to be confirmed by the Engineer.

Left Side (North Bound) km Sign Detail Reference 4+100 GW+R201x2 Gateway/90km/h

4+532 W202 RH curve 5+675 GW+R201 Gateway/50km/h Malashi +2xR201(rear) 90km/h 5+810 W332 Speed Hump 5+850 W102 Cross Road 6+070 W306 Pedestrian Crossing 6+300 W331 Rumble Strip 6+314 W203 LH Curve 6+450 W332 Speed Hump 6+590 W108 Right Junction

6+990 W108 Right Junction 10+578 W202 RH curve 11+015 GW+R201x2 Gateway/50km/h/Malala +2xR201(rear) 90km/h 11+100 W331 Rumble Strip 11+150 W332 Speed Hump 11+300 W331 Rumble Strip 11+350 W332 Speed Hump 11+370 W306 Pedestrian Crossing 11+500 W331 Rumble Strip 11+550 W332 Speed Hump 12+175 GW+R201x2 Gateway/50km/h/Chikwanda +2xR201(rear) 90km/h 12+260 W331 Rumble Strip 12+310 W332 Speed Hump 12+505 R111 Cyclist only 12+600 W331 Rumble Strip 12+650 W332 Speed Hump 12+670 W306 Pedestrian Crossing 12+800 W331/R1 Rumble Strip/STOP on junction 12+850 W332 Speed Hump 12+910 W107 Left Junction 12+750 W107 Left Junction 13+050 W331 Rumble Strip 13+100 W108/W332 Right Junction/Speed Hump Bidding Document, Part 2 Section VI: Requirements VI-123

13+105 W203 LH Curve 13+150 R1 STOP on junction 13+680 W108 Right Junction 14+612 W203 LH Curve 15+815 GW+R201x2 Gateway/50km/h/Chintu +2xR201(rear) 90km/h 15+866 W202 RH curve 15+900 W331 Rumble Strip 15+950 W332 Speed Hump 16+010 W107 Left Junction 16+100 W331 Rumble Strip 16+150 W332 Speed Hump 17+144 W202 RH curve 17+540 W107 Left Junction 19+870 W203 LH Curve 21+615 GW+R201x2 Gateway/50km/h/Lufune +2xR201(rear) 90km/h 21+700 W331 Rumble Strip 21+750 W332 Speed Hump 21+950 W331 Rumble Strip 22+000 W332 Speed Hump 22+020 W306 Pedestrian Crossing 22+100 R111 Cyclists only 22+200 W331 Rumble Strip 22+250 W332 Speed Hump 24+438 W202 RH curve 25+397 W202 RH curve 26+388 W107 Left Junction 27+549 W203 LH Curve 27+590 R210 No right turn ahead 31+613 W203 LH Curve 32+750 W108 Right Junction 32+787 W203 LH Curve 33+850 W107 Left Junction 33+900 R1 STOP on junction 34+017 W203 LH Curve 37+715 GW+R201x2 Gateway/50km/h/Mukungwa +2xR201(rear) 90km/h 37+800 W331 Rumble Strip 37+850 W332 Speed Hump 38+000 W331 Rumble Strip 38+050 W108/W332 Right Junction/Speed Hump 38+070 W306 Pedestrian Crossing

40+519 W202 RH curve 41+080 W107 Left Junction 42+990 W107 Left Junction 43+483 W203 LH Curve 44+050 W107 Left Junction 44+150 R1 STOP on junction Bidding Document, Part 2 Section VI: Requirements VI-124

44+521 W202 RH curve 47+263 W202 RH curve 48+860 R209 No Left Turn 50+114 W203 LH Curve 57+043 W203 LH Curve 59+115 GW+R201x2 Gateway/50km/h/Lwanya +2xR201(rear) 90km/h 59+200 W331 Rumble Strip 59+250 W332 Speed Hump 59+380 W108 Right Junction 59+450 W331 Rumble Strip 59+500 W332 Speed Hump 59+550 W107 Left Junction

59+700 W331 Rumble Strip 59+750 W332 Speed Hump 59+770 W332 Speed Hump

63+471 W202 RH curve 64+986 W202 RH curve 68+339 W203 LH Curve 70+315 GW+R201x2 Gateway/50km/h/Mukwikilie +2xR201(rear) 90km/h 70+400 W331 Rumble Strip 70+450 W332 Speed Hump 70+575 W331 Rumble Strip 70+610 W107 Left Junction 70+625 W332 Speed Hump 70+645 W306 Pedestrian Crossing

70+652 W202 RH curve 70+750 W331 Rumble Strip 70+800 W332 Speed Hump 72+872 W203 73+200 W107 Left Junction 79+250 W107 Left Junction 80+258 W203 LH Curve 83+050 W108 Right Junction 84+250 W108 Right Junction 84+494 W202 RH curve 85+815 GW+R201x2 Gateway/50km/h/Shiwan’gandu +2xR201(rear) 90km/h

85+900 W331 Rumble Strip 85+950 W332 Speed Hump 86+150 W331 Rumble Strip 86+200 W332 Speed Hump 86+220 W306 Pedestrian Crossing 86+295 R111 Cyclist only 86+310 W108 Right Junction 86+400 W331 Rumble Strip Bidding Document, Part 2 Section VI: Requirements VI-125

86+450 W332 Speed Hump 86+650 W331 Rumble Strip 86+700 W332 Speed Hump

Right Side (South Bound) km Sign Detail Reference 4+100 GW+R201x2 Gateway/50km/h/Mpika

5+057 W203 LH CURVE 5+910 W332 Speed Hump 5+950 Cross Road

6+130 W306 Pedestrian Crossing 6+150 W332 Speed Hump

6+450 W332 Speed Hump 6+500 W331 Rumble Strip 6+585 GW+R201x2 Gateway/50km/h/Malashi +2xR201(rear) 90km/h 6+690 W107 Left Junction 6+738 W202 RH Curve 7+040 R1 STOP on junction 7+090 W107 Left Junction 11+236 W203 LH CURVE 11+250 W332 Speed Hump 11+300 W331 Rumble Strip 11+430 W306 Pedestrian Crossing 11+450 W332 Speed Hump 11+500 W331 Rumble Strip 11+650 W332 Speed Hump 11+700 W331 11+785 GW+R201x2 Gateway/50km/h/Malala +2xR201(rear) 90km/h 12+410 W332 Speed Hump 12+460 W331 Rumble Strip 12+730 W306 Pedestrian Crossing 12+750 W332 Speed Hump 12+800 W331 Rumble Strip 12+850 W108 Right Junction 12+900 W332 Speed Hump 13+000 W331 Rumble Strip 13+005 R111 Cyclists only 13+010 W108 Right Junction 13+150 R1 STOP on junction 13+200 W107/W332 Left Junction/Speed Hump 13+250 W331 Rumble Strip Bidding Document, Part 2 Section VI: Requirements VI-126

13+335 GW+R201x2 Gateway/50km/h/Chikwanda +2xR201(rear) 90km/h 13+557 13+730 R1 STOP on junction 13+780 W107 Left Junction 15+091 W202 RH Curve 16+050 W332 Speed Hump 16+100 W331 Rumble Strip 16+110 W108 Right Junction 16+250 W332 Speed Hump 16+270 W203 LH CURVE 16+300 W331 Rumble Strip 17+626 W203 LH CURVE 17+640 W108 Right Junction 20+284 W202 RH Curve 21+615 GW+R201x2 Gateway/50km/h/Chintu +2xR201(rear) 90km/h 21+850 W332 Speed Hump 21+900 W331 Rumble Strip 22+080 W306 Pedestrian Crossing 22+100 W332 Speed Hump 22+150 W331 Rumble Strip 22+350 W332 Speed Hump 22+400 W331 Rumble Strip 22+485 GW+R201x2 Gateway/50km/h/Lufune +2xR201(rear) 90km/h 22+600 R111 Cyclist Only 24+600 GS502 Arrestor advice 24+938 W203 LH CURVE 25+500 GS505 Engage low gear 25+809 W203 LH CURVE 26+488 R210 No right turn ahead 26+640 R1 STOP on junction 26+690 W107 Left Junction 28+312 W202 RH Curve 32+099 W202 RH Curve 32+800 R1 STOP on junction

32+850 W107 Left Junction 33+522 W202 RH Curve 33+950 W108 Right Junction 34+656 W203 LH CURVE 37+950 W332 Speed Hump 38+000 W331 Rumble Strip 38+100 R1 STOP on junction 38+130 W306 Pedestrian Crossing 38+150 W107/W332 Left Junction/Speed Hump

38+200 W331 Rumble Strip Bidding Document, Part 2 Section VI: Requirements VI-127

38+285 GW+R201x2 Gateway/50km/h/Mukungwa +2xR201(rear) 90km/h 40+974 W203 LH CURVE 41+180 W108 Right Junction 43+090 W108 Right Junction 43+970 W202 RH Curve 44+150 W108 Right Junction 45+114 W203 LH CURVE 48+163 W203 LH CURVE 48+960 R209 No left turn 50+561 W202 RH Curve 57+972 W202 RH Curve 59+350 W332 Speed Hump 59+400 W331 Rumble Strip 59+480 W107 Left Junction 59+600 W332 Speed Hump 59+650 W108/W331 Right Junction/Rumble strip 59+830 W306 Pedestrian Crossing 59+850 W332 Speed Hump 59+900 W331 Rumble Strip 59+985 GW+R201x2 Gateway/50km/h/Lwanya +2xR201(rear) 90km/h 63+964 W203 LH CURVE 65+578 W203 LH CURVE 68+785 W202 RH Curve 70+550 W332 Speed Hump 70+600 W331 Rumble Strip 70+705 W306 Pedestrian Crossing 70+710 W108 Right Junction 70+725 W332 Speed Hump 70+775 W331 Rumble Strip 70+900 W332 Speed Hump 70+950 W331 Rumble Strip 71+035 GW+R201x2 Gateway/50km/h/ Mukwikilie +2zR201(rear) 90km/h 71+117 W203 LH CURVE 73+552 W202 RH Curve 73+300 W108 Right Junction 79+350 W108 Right Junction 80+994 W202 RH Curve 83+150 W107 Left Junction 84+350 W107 Left Junction 85+557 W203 LH CURVE 86+050 W332 Speed Hump 86+100 W331 Rumble Strip 86+280 W306 Pedestrian Crossing 86+300 W332 Speed Hump 86+350 W331 Rumble Strip 86+410 W107 Left Junction Bidding Document, Part 2 Section VI: Requirements VI-128

86+550 W332 Speed Hump 86+600 W331 Rumble Strip 86+750 GW+R201x2 Gateway/50km/h/Shiwan’gandu +2xR201(rear) 90km/h 86+850 W331 Rumble Strip R111 Cyclist only

Chevron and delineator signs on curves:

Curve Curve end Chevron Delineators start length (m) 4.632 4.957 325 13 6.414 6.638 224 9 13.205 13.457 252 10 14.712 14.991 279 11 15.966 16.170 204 8 17.244 17.526 282 11 19+920 20+184 264 11 24+538 24+838 300 12 25+497 25+709 212 8 27+649 28+212 563 23 31+713 31+999 286 11 32+887 33+422 535 21 34+117 34+556 439 18 40+619 40+874 255 10 43+583 43+870 287 11 44+621 45+014 393 16 47+363 47+782 419 17 47+782 48+063 281 11 50+214 50+461 247 10 57+143 57+872 729 29 44+621 45+014 293 12 47+363 47+782 392 16 47+782 48+063 246 10 50+214 50+461 265 11 57+143 57+872 480 19 63+571 63+864 536 21 65+086 65+478 463 19 68+439 68+685 325 13 70+752 71+017 224 9 72+972 73+452 252 10 80+358 80+894 279 11 84+594 85+057 204 8 TOTALS 9451m 378

Bidding Document, Part 2 Section VI: Requirements VI-129

The following signs are those required in the event that it is decided to construct a roundabout at the Shiwan’gandu (T2/D53 junction). Should this be required the end of the LOT 1 works currently established as km86+770 (the centre line of the junction) will need to be extended to 86+800 in order to allow for the roundabout and junction construction to be vested in the LOT (1).

The signs required for this roundabout are typically as follows and have been provided for in the LOT 1 BOQ:

Item Location of the sign Sign Description of the Number reference sign required

1 (i) Southern approach to the roundabout GD8 Roundabout Map 3 (ii) D53 western approach to roundabout (iii) T2 Norther approach to roundabout 2 On each central island of approach to R103 Keep left arrow 3 roundabout at entrance (from south T2; from North T2 and from West D53

3 i)Central island south approach for D53 entry R2 Give way 3 (ii) Central Island entrance to roundabout from west approach from D53 for north entry to T2 (iii) Central island entrance to roundabout from T2 4 On central islands at entrances to roundabout GD2 Direction arrow 3

5 (i) On D53 west bound lane at roundabout exit west GD3 Direction sign 3 (ii) On T2 north exit (iii) On T2 south exit 6 On roundabout on each side R105 Left direction arrow 4

7 On roundabout on each side W408 Left direction Chevron 4

The following Table shows a summary of the signs required in LOT 1for which quantities have been provided in the Bills of Quantities:

Type Reference Size mm Number Required Gateway 1200x600 40 R series 600 dia 167 R1 600x600 10 R2 900mm sides 3 R111 600 dia 6 W series 900mm sides 219 Delineators 200x600 396 Chevron 9877m GD2 1200x300 3 GD8 1200x2400 3 GD3 1200x1200 4 GL2 1200x300 40 GS series 1200x1200 2 Bidding Document, Part 2 Section VI: Requirements VI-130

B5410

Provision of signs on the existing road

The Engineer will identify the permanent signs which are needed to be erected on the existing road in order to ensure compliance of the signage with the regulations and to provide adequate safety for the road users. These signs are to be new and unused and may at the Engineers discretion be incorporated into the permanent works.

The rate is to include the provision of the signs and supports and all labour, transport and ancillary fittings and material necessary for the erection of the sign as directed.

B5411

Removal and storage of signs provided for the existing road

Signs provided to ensure adequacy of signage and safety for the road users on the existing road will be removed as traffic is moved from the progressive sections of the existing road and moved onto the diversions provided. These signs will be moved to storage or will revert to the Contractor as directed by the Engineer.

The rate is to include for all labour, transport and storage of the signs and supports and the reinstatement necessary to the excavations in which the signs were erected.

B5412

Gateway Signs

Gateway signs are to be manufactured from 1.6mm chromodek steel sheet 1400mm wide by 900mm high comprising a white background on which is affixed a R201 speed limit sign as specified (50km/hour) at the entrance to each area of habitation. The sign will serve as a derestriction sign at the exit from the area and will incorporate a 90km/hour R201 sign on the reverse side visible to exiting traffic.

The rate must include for the provision of all materials including the manufacture of the signs and supports and the transport of these together with the labour tools and ancillary material required to excavate for and erect the signs including the concrete foundation for the sign supports.

Measurement and Payment

Item Unit

B54.10

Provision and erection of temporary signs……………………………………………………..No

B54.11

Removal, transport and re erection or storage of signs…………………………………………No

B54.12 Bidding Document, Part 2 Section VI: Requirements VI-131

Provision and erection of Gateway signs……………………………………………………….No Bidding Document, Part 2 Section VI: Requirements VI-132

Bidding Document, Part 2 Section VI: Requirements VI-133

SECTION 5500: ROAD MARKINGS

B5501 Scope

Add the following:

“All permanent road marking to be carried out in Thermoplastic paint” and

“This section also covers the placing of rumble strips.”

Add the following sub-item:

B5502(c) Rumble strips

Rumble strips shall be of an approved proprietary brand, and shall be placed at locations indicated by the Engineer on Site.” Each strip shall be of a cross section 200mm wide, 15mm high and with rounded top corners. Each set of strips shall comprise 4 strips placed at 400mm centres achieved by each 200mm wide strip having a gap of 200mm between it and the adjacent strip.

The locations of the rumble strips will be confirmed by the Engineer but are anticipated as shown in the Table below.

B5503 Pedestrian Crossings

Pedestrian crossings shall painted 3m wide with white paint with stripes 600mm wide with 60mm spacing between stripes.

The locations of the pedestrian crossings will be confirmed by the Engineer but are anticipated as shown on the Table below:

B5514 Measurement and payment

Add the following item:

“Item Unit

B55.10 Supply and install proprietary brand of rumble strip ...... square metre (m2)

The unit of measurement shall be the square metre of the set of rumble strip fixed in place according to the manufacturer’s instruction as a set of 4 or 5 strips as instructed by the Engineer.

The bid rate shall include full compensation for supplying and installing the rumble strips at locations instructed by the Engineer.”

B55.11 Marking of pedestrian crossing …………………………….. square metre (m2) Bidding Document, Part 2 Section VI: Requirements VI-134

The unit of measurement shall be the gross area of the painted crossing being 9 stripes each 3m long and 600mm wide thus 16.2 sq. m per crossing.

The bid rate shall include full compensation for all setting out, marking, supply of material and labour and construction of the crossing.

Speed Humps and Rumble Strips

No. of Pedestrian Total No Description of Speed No. Rumble Crossings Rumble strips km location Humps at Strips location LOT 1 Small built-up area 3 12 1 16 5+860,6+100,6+400, (Malashi) Small built-up area 3 12 1 16 11+200,11+400,11+600 (Mwalala) 12+360,12+700,12+900,13+150 Chikwanda Village 4 16 2 24 16+000,16+200 Chintu/ZSA village 2 8 8 Danger Hill Village 3 12 1 16 21+800,22+050,22+300 (Lufune) 37+900,38+100 Mukungwa School 2 8 1 12 59+300,59+550,59+800 Lwanya Village 3 12 1 16 Mukwikilie junction 3 12 1 16 70+500,70+675,70+850 and Shikasaka Built-up area at 4 20 3 32 86+000,86+250,86+500,86+750, Shiwa Ng'andu turn off LOT 1 TOTALS 27 112 11 156 LOT 2 87+000, 100+560, 100+800 & 5 20 1 24 Phillip School Village 101+100 & 101+350 109+800, 110+000 & 110+200, 4 16 1 20 Kabangama ,110+400 Small built-up area 2 8 8 120+100,122+200 (Kasangala) 123+800123+800 & 124+050 & 5 20 2 28 Matumbo Village 124+250 & 124+500124+700 126+800 Bulaya Village 2 8 1 12 127+050 (Kanakashi) 130+100 Small built-up area 2 8 1 12 130+300 (Mayuka) 134+700 Chinkumba 3 12 1 16 141+150 Matutu 4 144+400 Yosamu 4 146+040 Chimbele 4 156+200 Chewe 4 165+575 Chinsali Town 1 4 4 TOTALS LOT 2 24 96 7 140

Bidding Document, Part 2 Section VI: Requirements VI-135

Pedestrian Crossings

Chainage Recommended no From To Location pedestrians crossing 5+860 6+400 Small built-up area (Malashi) 1 11+200 11+600 Small built-up area (Mwalala) 1 12+360 13+150 Chikwanda Village 2 - add at 12+700 21+800 22+300 Danger Hill Village (Lufune) 1 37+900 38+100 Mukungwa School 1 59+300 59+800 Lwanya Village 1 70+500 70+850 Mukwikilie junction and Shikasaka 1 86+000 87+000 Built-up area at Shiwa Ng'andu turn off 3 - add at 86+250 & 86+700 100+560 101+725 Phillip School Village 1 109+800 110+400 Kabangama 1 120+100 122+200 Small built-up area (Kasangala) 0 123+800 124+700 Matumbo Village 2 - add at 123+900 126+800 127+050 Bulaya Village (Kanakashi) 1 130+100 130+300 Small built-up area (Mayuka) 1 134+700 135+300 Chinkumba 1 Total 18

Bidding Document, Part 2 Section VI: Requirements VI-136

SECTION 5700: LANDSCAPING AND GRASSING

B5709 Measurement and payment

Delete item 57.10 and replace with the following:

"B57.10 Extra work for landscaping

(a) Provisional sum for extra work for landscaping…………...…………Provisional Sum

The provisional sum allowed shall be expended at the discretion of the Engineer to cover the costs of works in addition to the scheduled items which may be required in respect of shaping and trimming areas where plant is used at hourly rates, e.g. the costs of loading and transporting surplus material, establishing grass by topsoiling only, repairing erosion damage after topsoil has been applied, or any other Items of work required for which no pay Items have been provided.

Payment shall be made as specified in Subclause 1209(f)

(b) Handling costs and profit in respect of Subitem B57.10 (a)………...……………….%"

Bidding Document, Part 2 Section VI: Requirements VI-137

SECTION 6400: CONCRETE FOR STRUCTURES

B6404 Concrete quality

(a) General

Add the following:

“The total alkali content (Na2O equivalent) of concrete made from alkali-reactive aggregates shall not exceed 2.1 kg/m³. The Contractor shall prove to the Engineer that the cement delivered to Site will not produce concrete that will exceed the specified limit.”

(b) Strength concrete

Add the following after the fifth paragraph:

“The minimum cement content of structural concrete shall be 300 kg/m³, but for structures in contact with water the minimum cement content shall be 420 kg/m³.”

(e) Consistency and workability

Add the following:

“For structures in contact with water the maximum water/cement ratio shall be 0.45”

B6415 Partial demolition and extension of existing structures

Add the following:

“Where parts of existing structures have to be demolished (without extensions to these structures), these parts shall be cut to predetermined lines and levels. If the concrete is reinforced, the reinforcement shall be exposed and cut off at a depth giving the required cover, and the exposed face shall be restored as specified in Clause 6408. The debris shall be removed and disposed of at approved dumping sites provided by the Contractor. The Contractor is to liaise with the Engineer concerning the possible incorporation of material resulting from demolition of existing structures in the Works.

All such work shall be carried out without damaging the rest of the structure.”

B6416 Measurement and payment

Add the following item:

“Item Unit

B64.07 Partial or complete demolition of existing structures in:

(a) Plain concrete ...... cubic metre (m3) (b) Reinforced concrete ...... cubic metre (m3) (c) Brickwork ...... cubic metre (m3) Bidding Document, Part 2 Section VI: Requirements VI-138

The unit of measurement is the cubic metre of existing concrete removed as instructed by the Engineer.

The bid rates shall include full compensation for all labour, plant, equipment and materials required for cutting, demolishing, exposing, bending, cleaning and cutting reinforcement, removing loose material, patching where required, and for loading, transporting over an unlimited free-haul distance and disposing of the debris at approved sites provided by the Contractor and for all incidentals required to complete the work as specified and instructed by the Engineer.

Payment shall distinguish between plain and reinforced concrete. For the purposes of this item, reinforced concrete is defined as concrete containing at least 0.2% of steel reinforcement measured by volume.”

SECTION 7100: TESTING OF MATERIALS AND WORKMANSHIP

B7108 Testing tar bitumen and asphalt

Add the following sub-clause:

“(d) Certificate of compliance for binder distributor

The Contractor shall obtain a valid certificate of compliance indicating that the binder distributor to be used complies with TMH2 or approved equivalent.”

Add the following clause:

“B7116 Tests on retro-reflective material for use on road signs

Three levels of retro-reflective performance are covered: engineering grade class I, super- engineering grade class II and high-intensity grade class III. The retro-reflective material shall comply with the requirements of SABS 1519. The coefficients of retro-reflection given below are expressed in candelas per lux per square metre (cd/(lux/m2)). The coefficients of the specimen, measured in accordance with Clause 3.2 of SABS 1519, shall not be less than the relevant values given in table B 7116/1 below, appropriate to the class of the specimen

TABLE B 7116/1 COEFFICIENTS OF RETRO-REFLECTION

1 2 3 4 5 6 7 8 9 10 11

Observation Entrance Coefficient of retro-reflection for different colours of material when measured with Standard Class angle angle Illuminant A* (cd/(lux/m2)) minimum (degrees) (degrees) Red Orange Yellow Green Blue Purple White Brown 0, 3 5 10 20 35 7 3 2 50 3 I 2 30 0,4 0,8 1,5 0,3 0,1 0,1 2, 35 0,1 0,33 5 20 40 70 14 6 4 100 6 II 2 30 0,4 0,8 1,5 0,3 0,1 0,1 2,5 0,1 0,33 5 30 60 105 21 9 6 150 9 III 2 30 0,4 0,8 1,5 0,3 0,1 0,1 2,5 0,1 0,33 40 13 22 64 11 7 3,2 95 0,5

*See CIE Publication 15(E-1.3.1) Bidding Document, Part 2 Section VI: Requirements VI-139

SECTION 7200: QUALITY CONTROL

B7205 Procedures

(a) Surface Levels of Fills and Pavement Layers.

Add the following:

“The Contractor shall measure the reduced levels for each completed lot at twenty (20) metre intervals at the following five locations across the profile: - left and right shoulder breakpoint on shoulders only; - left and right lane edge point (i.e. 3.4 m from centreline); - centreline.

These levels shall be assembled into a numerical and cross-sectional format approved by the Engineer and submitted to the latter as part of the Contractor’s process control. The submission shall also include, again in a format approved by the Engineer, a summary of the computed longitudinal and transverse differences in levels. The submission of this data shall be a condition precedent to the Engineer initiating acceptance control testing.”

(b) Layer Thickness of Pavement Layers

Add the following:

“Layer thickness shall be determined by subtracting the surface levels of any two consecutive layers, but may be supplemented by thickness measurements taken by means of holes made through the layer.”

Bidding Document, Part 2 Section VI: Requirements VI-140

SECTION 15 000: HIV / AIDS/MALARIA/TB and GENDER ISSUES, ROAD SAFETY AWARENESS AND TEMPORARY WORKFORCE

B15 101 Definitions

For the purpose of this Clause: (a) an Approved Service Provider” means a person or entity approved by and contracted to the Road Development Agency to provide the HIV Programme; (b) “the Contractor’s Employees” means, without prejudice to any other definition contained in the Contract, all workers who are under the Contractor’s control and on the Site in connection with the Contract, including any workers who are under the control of any person or entity to whom the Contractor has subcontracted any its obligations under the Contract other than those responsibilities set out in this Clause; (c) “the Local Community” means the communities local to the Site most likely to have contact with the Contractor’s Employees and, in particular, sex workers in those communities; (d) “National Aids Authority” shall mean the National Aids Council (NAC).

B15 102 Clinic

A clinic shall be provided by the Contractor on Site. The Contractor shall ensure that the clinic provides to the Contractor’s Employees, on request and without charge: (a) STDs diagnosis and treatment; (b) Access to Voluntary Counselling and Testing (VCT); (c) Psychological support and health care (including prevention and treatment of opportunistic infections) for workers infected and affected, as well as their families; (d) Any other appropriate clinical measures to combat AIDS; (e) Referral of HIV positive workers for treatment; (f) Male and female condoms that comply with either the current ISO standard or WHO/UNAIDS Specification and Guidelines for Condoms 1998 or any more recent equivalent publication to a minimum of 10 per member of the Contractor's Employees per month.

B15 103 Subcontractors

Where the Contractor subcontracts any of its obligations under the Contract, it shall require any subcontractor to comply with HIV/AIDS Sub-Clauses of the Contract as if it were the Contractor.

B15 104 Contractor responsibilities

The Contractor (specifically the Human Resources section) and the Approved Service Provider shall work closely together to support the HIV/AIDS Programme activities. This shall ensure maximum effectiveness and integration with construction activities. The Contractor shall: Bidding Document, Part 2 Section VI: Requirements VI-141

 Engage with the service provider to schedule appropriate timing and duration for the implementation of HIV/AIDS activities as part of the work plan of the Workforce and the Key Personnel. Designated rest times such as lunch breaks and paydays should be excluded.  Identify suitable individuals for education from recruitment records with the implementing organisation.  Provide suitable sites for communication activities and for condom distribution as well as “clinical” issues.  Monitor of the implementation of peer educator activities.  Provide support as necessary to the Approved Service Provider.

B15 105: Road Safety Awareness Campaigns

The Employer will contract the services of a Road Safety Awareness Campaign provider with responsibility as defined in Section A11.7 of these specifications.

The first campaigns shall be organised within 3 months of start of the works. A second campaign will be held 12 months later. A final campaign will take place at the substantial completion stage of the works.

The appointed service provider for these activities will liaise with the Contractor’s Traffic Management Officer (see Section B15 208).

The Contractor will be required to provide certain facilities for and support to the service provider on instruction from the Engineer. Payment for such facilities and support will be made through the Provision Sum provided for this purpose in the Bills of Quantities.

B15 106 Measurement and payment

A Provisional Sum has been provided in the Bills of Quantities for such provision of facilities and support as the Engineer may instruct.

Add the following items

Item Unit B151.01

(a) Compensation for support to HIV/AIDS ETC "Approved service provider" for the implementation of the programme as per clause B151.05 Any amount required under this item must be approved by the engineer prior to Expenditure………………………………………………………….Prov. Sum

(b) Handling of cost and profit in respect of Subitem (a)……………………………%

Item Unit B151.02 Construct, establish, provision, staff, and operate for a duration of the works, the clinic specified under clause B15103...... Lump Sum Bidding Document, Part 2 Section VI: Requirements VI-142

Item Unit

B151.03

(a) Compensation for support to ROAD SAFETY AWARENESS "Approved service provider" as per clause B151.05 Any amount required under this item must be approved by the engineer prior to Expenditure …………………………Prov. Sum

(b) Handling of cost and profit in respect of Subitem (a)……………………………%

Bidding Document, Part 2 Section VI: Requirements VI-143

SECTION 15 200: PROVISION OF THE TEMPORARY WORKFORCE

B15 201 Definitions

Key Personnel - Qualified permanent and contract employees of the Contractor and Subcontractors including contracts managers, site agents, materials and survey technicians, trainers, Engineers, foremen, artisans, skilled plant operators and the like.

Workforce - All employees of the Contractor and Subcontractors on the Site that are not considered Key Personnel.

Local Employee - An employee of the Contractor or Subcontractors recruited at the Site and permanently resident within 2 kilometres of the extremities of the Site. Any disputes of qualification of an employee under this definition shall be decided by the Engineer in consultation with the Project Liaison Committee.

Local Subcontractor or Supplier - A formal or informal business with majority ownership of a person or persons permanently resident within 10 kilometres of the extremities of the Site. Any disputes in the qualification of persons or companies under this definition shall be decided by the Engineer in consultation with the Project Liaison Committee.

B15 202 Requirements for employment of women and local workers

Female Employment (Key Personnel) The proportion of the Key Personnel comprising female employees shall be equal to or shall exceed 5% of the total number of Key Personnel.

Local Employment (Workforce) The total value of wages (including overtime payments and deductions) paid to Local employees on the Workforce shall be equal to or shall exceed 40 % of the total value of wages paid to the Workforce.

In addition the Contractor is required to employ a minimum of 50 persons from the local communities on a monthly basis during the construction operation and that 20% (10 persons) must be women.

Female Employment (Workforce) The proportion of the Workforce comprising female employees shall be equal to or shall exceed 20% of the total number of workforce.

The contractor is to ensure equal pay for equal work to women and men.

B15 203 Public meetings

At the commencement of the project the Contractor shall hold public meetings in the main service centres in the vicinity of the Site to advise the local business community and the public of employment and business opportunities that will be available to them. These Bidding Document, Part 2 Section VI: Requirements VI-144

meetings shall be publicised at least two weeks in advance of the meeting through the local authorities and local media including radio stations.

Further meetings shall be held at regular intervals during the course of the works to inform the local community regarding progress and get feedback on the local impact of the construction works.

The procedures for the recruitment of skilled and unskilled workers and procedures for the selection of local suppliers and subcontractors shall be explained at the meeting.

B15 204 Recruitment of labour

The Contractor shall advise the local authorities in the vicinity of the project of the requirements of the workforce. This shall include a list of specific skills and experience required and an indicative programme of recruitment.

The community shall be advised through the local authorities, local community leaders and at public meetings of specific times when they should present themselves to the Contractor’s premises for registration. The Contractor shall record the following information on each candidate:  Name  Home address  Gender  Previous construction experience

The Contractor shall request verification of this information from local authority representatives, particularly to confirm that all candidates are resident locally (as defined in the Contract).

If the number of candidates for specific posts exceeds the number of job opportunities, the Contractor shall select the workforce by a ballot system in the presence of representatives of the local authority.

Female workers shall be recruited separately from male workers to ensure that the proportion of women on the workforce specified in this Contract is achieved.

B15 205 Reporting

The Contractor shall provide a list at the end of each month of Key Personnel. The list shall indicate:  The nationality of each person  The gender of each person  The proportion of Zambian nationals  The proportion of men and women from the area.  The proportion of women.

The Contractor shall provide the following information at the end of each month regarding the Workforce:  Total size of the Workforce Bidding Document, Part 2 Section VI: Requirements VI-145

 Total number of unskilled workforce and skilled workforce  Total number of men in unskilled and skilled workforce  Total number of women in unskilled and skilled workforce  Proportion of women in unskilled and skilled workforce  Total number of female and male resident locally (as defined in this Contract)  Proportion of local residents (Total and females and males)  Total hours worked by men during the month in unskilled and skilled workforce  Total hours worked by women during the month in unskilled and skilled workforce  Proportion of total hours worked by women in unskilled and skilled workforce  Average number of hours worked per week by men in unskilled and skilled workforce  Average number of hours worked per week by women in unskilled and skilled workforce.

B15 206 Notices

The Contractor shall display a notice in a conspicuous place in the site camp on a minimum A1 size sheet with 2cm high lettering in English with the following information:  Start and end dates of the Works Contract  Brief description of the Works  Minimum age required for employment  Proportion of female workers required in the Workforce  Conditions of Employment:  Normal working hours including breaks  Wage Rates for each class of worker in the Workforce  Details of any deductions including for sick-days  Date of payment of wages  Details of Workers Compensation Insurance provided by the Contractor  Details of other benefits including provision of meals, drinking water, malaria prophylactics on site.

In addition to the above requirement the Contractor shall provide each employee with the above information printed on an A4 size sheet in English at the time of their recruitment.

B15 207 Human Resources Manager

The Contractor shall provide a suitably qualified Human Resources Manager on the site. The responsibilities of the Human Resources Manager shall include:  Arranging meetings of the Project Liaison Committee and recording the minutes Bidding Document, Part 2 Section VI: Requirements VI-146

 Organising the Public Meetings  Implementing the Workforce recruitment process as specified in this Contract  Ensuring that all employees have signed employment contracts and copies of their conditions of employment and that all collective bargaining agreements meet the legal requirement;  Providing monthly reports on the Key Personnel and the Workforce as specified in this Contract

The Human Resources Manager may not have other responsibilities on the site.

The Human Resources Manager must be fluent in the following languages  English  The predominant local language in the project area.

B15 208 Traffic Management Officer

The Contractor shall appoint a Traffic Management Officer who will be responsible for the operation, routing and safety aspects of the Contractors vehicles and for the implementation and management of the Traffic Accommodation obligations of the Contractor.

The Traffic Management Officer shall be appropriately qualified and experienced and shall be fluent in English and knowledgeable of the regulations pertaining to the temporary accommodation of public traffic and its interface with construction vehicles and equipment.

The Traffic Management Officer will liaise directly with the Engineer in respect of all traffic accommodation issues and will prepare and submit for the approval of the Engineer the Contractor’s traffic management proposals.

The Traffic management Officer will be responsible for the reporting of all traffic related incidents and accidents and the investigation of and reporting on the causes of these.

The Traffic Management Officer will submit all accident and incident reports to the Engineer and will liaise with local Traffic Police on all matters affecting the public use of the road under construction and the diversions provided along the route.

B15 209 Industrial Health and Safety Officer

The Contractor shall appoint a suitably qualified and experienced Industrial Health and Safety Officer who will be responsible for ensuring that the site and works operate in compliance with the regulations in force and who must be empowered by the Contractor to issue direct instructions to the site when such regulations are compromised.

The Industrial Health and Safety Officer will be responsible for all incident reporting to the Engineer and must be fluent in English.

Subject to the prior approval of the Engineer the Contractor may apply for a single candidate for the posts of Traffic Management Officer and Industrial Health and Safety Officer providing the proposed candidate has the capacity and expertise to comply with the requirements of each post. Bidding Document, Part 2 Section VI: Requirements VI-147

The Industrial Health and Safety Officer will participate with the Social and Environmental Officer in the development of an environmental health and safety register and the reporting to the Engineer and as appropriate local Police on all incidents and accidents on the site. The Industrial Health and Safety Officer will participate in the development of an emergency response and preparedness plan and the liaison with the local communities in this regard.

B15 210 Social and Environmental Officer

The Contractor is to appoint a suitably qualified and experienced Social and Environmental Officer whose functions will include:

 Preparation, submission, presentation and achievement of approval from the Engineer of the Project Specific Environmental and Social Management Plan as described in A10(a) of these specifications;

 Preparation, submission, presentation and achievement of approval from the Engineer of the Environment Project Briefs throughout the progress of the works all as described in A10(b) of these specifications;

 Organisation of and participation in the PLC meetings including all necessary liaison with the District Administrations and other public entities;

 Monitoring of the activities of the HIV/AIDS/Gender Sensitisation/Malaria and TB service provider;

 Monitoring of the compliance with target levels for environmental control as set out in the ESMP in respect of air, waste and noise pollution;

 Liaison with the Employers ESMU;

 Engagement with the local communities in respect of access and compensation issues;

The Safety Health and Environmental Officer shall have a relevant degree in health and environmental studies and previous site experience in the implementation of environmental management plans, community work and HIV/AIDS awareness/prevention programmes.

B15 211 Temporary latrines

The Contractor shall provide and maintain adequate and sanitary latrines suitable for men and women constructed to comply with any Government regulations in force for the use of the employees on Site. The Contractor shall keep the whole of the Site and latrines in a clean and sanitary condition to the satisfaction of the Engineer and in accordance with the requirements of the Health Authorities of the Government. The Contractor shall thoroughly disinfect and fill all latrine pits, soak ways and trenches when no longer required.

The Contractor shall allow for the provision, maintenance and removal of temporary latrines (in accordance with this specification) in the rates bid for each construction activity or under section 1300 - Contractor’s Establishment on Site and General Obligations of the Bills of Quantities. Bidding Document, Part 2 Section VI: Requirements VI-148

B15 212 Supply of food

The Contractor and Subcontractors shall provide one cooked meal per day, normally at mid-day, for all employees engaged on the site alternatively and with the agreement of the labour force the Contractor can substitute the one daily meal for an agreed allowance in accordance with the labour regulations of Zambia. The Contractor shall allow for the provision of meals or for the agreed allowances in the rates bid for each construction activity or under section 1300 - Contractor’s Establishment on Site and General Obligations of the Bills of Quantities.

B15 213 Provision of safe drinking water

The Contractor shall provide safe drinking water for all employees at the location of their work site.

The Contractor shall allow for the provision of safe drinking water (in accordance with this Specification) either in the rates bid for each construction activity or under section 1300 - Contractor’s Establishment on Site and General Obligations of the Bills of Quantities.

B15 214 Provision of protective clothing

The Contractor and Subcontractors shall provide protective clothing to their employees in accordance with National Legislation and local practise.

The following are minimum requirements for the provision of protective clothing per employee (including engineers) for the specified tasks:

Construction activities for asphalt and concrete or steel structures or when working with any type of equipment: Steel toe-capped safety boots Overalls Safety helmet Gloves

Additional clothing / equipment for specific tasks: Raincoat for wet work Rubber boots for wet work Dust masks for grinding work Safety goggles during placing of concrete Ear defenders/plugs for noisy work

Workers on or near the road: Reflective vests

All employees are to be required by the Contractor to wear the clothing and equipment supplied by him whilst carrying out their duties on the site and to maintain it in good order.

The Contractor shall establish a management system for the issue and use of the clothing and equipment provided to his employees and keep records, which are to be made available to the Engineer for inspection. Bidding Document, Part 2 Section VI: Requirements VI-149

The Contractor is to allow for wear and tear of clothing and equipment and provide replacements as necessary.

The Contractor is to note that different sizes of clothing will be required to meet individual needs and that non-standard sizes, e.g. women’s sizes in safety boots, may need advance ordering from suppliers.

The Contractor shall allow for the provision of protective clothing (in accordance with this specification) in the rates bid for each construction activity or under section 1300- Contractor’s Establishment on Site and General Obligations of the Bills of Quantities.

.

B15 215 Health Officer

The Contractor shall provide a suitably qualified Health Officer on the site. The Health Officer will have the responsibility to run and manage the Clinic at the campsite including:  Providing first aid care and essential primary health care to workers including aspects relating to basic hygiene and malaria  Support the implementation of HIV/AIDS “clinical” aspects as adequate  Referral of patients  Psycho-social support to HIV/AIDS infected and affected workers.

B15 216 Training of local subcontractors

The Contractor shall train, mentor, guide and assist each local subcontractor (As defined in section A11.8) in all aspects of the management, execution and completion of his subcontract including:  Skills training for undertaking the work on site including supervision;  Basic contract management training including works programming, materials and labour resourcing and cash-flow management;  Assistance to register with the local authorities as a contractor (at the appropriate level) in the construction industry;  Assistance to register with the local revenue collection authorities;  Assistance with basic book-keeping systems in accordance with the requirements of the local authorities;  Assistance with opening bank accounts needed for their operations.

The Contractor shall allow for the training of local subcontractors (in accordance with this specification) either in the rates bid for each construction activity or under section 1300 - Contractor’s Establishment on Site and General Obligations of the Bills of Quantities.

B15 217 Measurement and payment

Add the following items:

Item Unit Bidding Document, Part 2 Section VI: Requirements VI-150

B152.01

(a) Organise public meetings ...... Prov. Sum

The Contractor shall be reimbursed at cost for all aspects of the planning, organisation, publicising and holding of Public Meetings against a Provisional Sum provided in the Contract. Detailed proposals for the Public Meetings together with associated costs shall be submitted to the Engineer for prior approval.

(b) Handling cost and profit in respect of item (a)……………………..Percentage (%)

Item Unit B152.02 Provide a Human Resources Manager on site ...... Month

The unit of measurement shall be the number of months that the Human Resources Manager is provided.

Item Unit B152.03 Provide a Traffic Management Officer on site ...... Month

The unit of measurement shall be the number of months that the Officer is provided.

Item Unit B152.04 Provide an Industrial Health and Safety Officer on site ...... Month

The unit of measurement shall be the number of months that the Officer is provided.

Item Unit B152.05 Provide a Social and Environmental Officer on site ...... Month

The unit of measurement shall be the number of months that the Officer is provided.

Item Unit B152.06 Compensation for the preparation of the project specific ESMP and EPBs

………………………………………………………………………………………...L Sum Bidding Document, Part 2 Section VI: Requirements VI-151

SECTION 15 300: ANCILLARY WORKS

B15 301 Scope

As part of the project the Employer has undertaken to construct certain infrastructure facilities for the benefit of the communities located along the project route.

These facilities include 15 functioning water boreholes. The location of these boreholes will be instructed by the Engineer.

This section also covers the

B15 303 Water Boreholes

The Contractor is required to construct water boreholes at locations to be confirmed by the Engineer.

Each borehole is anticipated not to exceed 60m in depth and is to include:

• 3.5m depth drilling 250mm and temporary steel casing

• 10.5m depth drilling and 200mm temporary steel casing

• 57m µPVC casing 103mm diameter, 5mm wall thickness

• 5m µPVC screens (DIN8061-4925) 103mm diameter, 5mm wall thickness, 0.5mm slots with total open area 5% including end caps

• Centralisers on casing and screens at casing joints including screen joints

• Gravel pack 0.5-1.5mm up to 3m above top of screens (alluvium aquifers) or

• Gravel pack 1.9-3.0mm up to 3m above top of screens (other aquifers)

• Backfilling to annular space between wall of borehole and plain well casing with clay or drilling debris up to 5m below ground level

• Sanitary seal (Portland cement mixed to slurry with bentonite and water) to annular space to create seal at top of borehole to at least 0.5m below ground level

• Concrete collar 600mm circular of high strength concrete around sanitary seal to maximum 400mm below ground level

• Air lift to suspended solids content not less than 5g/m3

• Constant yield and recovery test minimum 4 hours

• Stepped discharge and recovery test minimum 1 hour

• Sample and analyse to determine potability

• Borehole disinfection Bidding Document, Part 2 Section VI: Requirements VI-152

• Sample and analyse for arsenic, fluoride and nitrate parameters

• Concrete apron and discharge channel

• Soakaway pit

• AFRIDEV or similar hand pump with bottom support system (D9339) hot dip galvanised to SKAT hand pump specification revision 1-2008 complete with:

 Head assembly and adjustable handle

 Spout length 300mm (A2170)

 Stand assembly type A (B2050)

 Maintenance Kit, Operation and maintenance manual, maintenance tools, and spare parts.

B153.06 Demolition of existing buildings within the road reserve

The Table below indicates the locations, numbers and types of the building structures located within the 100m road reserve which are to be demolished by the Contractor. The Employer provides the information below to assist Bidders in identifying from their own site investigations prior to the Bid Submission the extent of this task in each LOT but emphasizes that the quantitative values shown have been estimated based only on the nature of the structures and the floor areas. The Employer makes no guarantee of the accuracy of the quantitative estimations and will accept no responsibility for any consequences in time and or cost incurred by the Contractor in the event that the estimates shown prove on re measurement to be inaccurate irrespective of the extent of such inaccuracy.

The process required for this task is to demolish each structure as instructed by the Engineer; to render the resulting debris into individual neat stockpiles not higher than 1.5m and to leave these stockpiles insitu for a period of not less than 2 weeks during which period the original owners may salvage from the debris any material that they consider to be of value for reuse or sale.

Following the expiry of such 2 week period the Contractor will remove the remaining debris and cart this to a disposal site identified by the Contractor and approved by the Engineer. The process of the debris at such disposal site must comply with the pertaining environmental regulations and the provisions of the Environmental Management Plan and must be for the prior approval of the Engineer.

The measurement and payment for this item is to be priced by Bidders as a lump sum for each category of structure in each LOT thus providing for the Bidder to assess the probable extent of requirement for the demolition and disposal process and the probable residual quantity and nature of debris to be carted to spoil.

In the event that a greater or lesser number of structures in each category is to be so removed than indicated in the Tables below the payment will be adjusted by the Engineer either upward or downward proportionally to the Lump Sum submitted in the Bid.

Bidding Document, Part 2 Section VI: Requirements VI-153

Bidding Document, Part 2 Section VI: Requirements VI-154

Item Unit B153.02 Street Lighting

(a) Provide all materials, equipment, and labour and construct street lighting at the new junctions.………………………………………………...………………………………..Provisional Sum

(b) Handling costs and profit in respect of item (a)……………...... Percentage (%)

Item Unit B153.03 Boreholes

(a) Provide all materials, equipment, and labour and construct complete water boreholes as specified, each with minimum sustainable yield of 1000 litres per hour, to a maximum depth not exceeding 60m.………………………………No

(b) Extra Over the cost of item (a) for depth of each borehole in excess of 60m…..……..m

Item Unit

B153.04 Construction of hard standing at Shiwan’gandu

(a) Provisional Sum to be expended in whole or in part by the Engineer for the provision of hard standing parking area at Shiwan’gandu…………. Provisional Sum

(b) Handling costs and profit in respect of item (a)…………………………....Percentage %

Item Unit

B153.05 Construction of run-off areas at Danger Hill

(a) Provisional Sum to be expended in whole or in part by the Engineer on Construction of run-off areas at Danger Hill ……………………………...Provisional Sum

(b) Handling costs and profit in respect of item (a)…………………………....Percentage %

Item Unit

B153.06 Demolition of existing structures within the road reserve………....Lump Sum

(i) Number of dwellings with specified total floor area in sq. m……….……Lump Sum

(ii) Number of shops with specified total floor area in sq.m…….……….....Lump Sum

(iii) Number of kitchens with specified total floor area in sq.m ………………Lump Sum

(iv) Number of Toilets with specified total floor area in sq. m………...... Lump Sum

Bidding Document, Part 2 Section VI: Requirements VI-155